Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContractAward Date: ,..? - /I - Z ee))-
Awarded To: 11 k : LLi1 P. 0, C''�2x 68388
Sea -Ole-, Gv,q
Amoun�: '� /a0, 7FAD6
City of Renton Bidding Requirements,
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
City of Renton
CAG_1 -t' _v
\N`f�
NE 2ND STREET STORM LINE EXTENSION
PROJECT
PROJECT NO. SWP -27 -2922
City of Renton
1055 S Grady Way
Renton, WA 98055
Surface Water Contact: Allen Quynn (425) 430 -7247
® Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
NE 2ND STREET STORM LINE EXTENSION PROJECT
PROJECT NO. SWP -27 -2922
February 2002
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
z /0-L
EXPIRES 10116103
CITY OF RENTON SURFACE WATER UTILITY
1055 S Grady Way
Renton, WA 98055
® Printed on Recycled Paper
Heavy - Highway
Construction
`t cG(Iv
e
. .r
b IM[IAC�
March 25, 2002
City of Renton
1055 S. Grady Way
Renton, Washington 98055
Attention: Allen Quynn, Project Manager
Re: Contract Number CAG -02 -035
Gentlemen:
An Equal
Opportunity
Employer
In regard to the above referenced project and per your request, we submit the following
list of names and phone numbers for the responsible officer, on -site superintendent, on-
site foreman and bonding agent.
Frank Scarsella, President
Rick Krier, Superintendent
Jay Krier, Foreman
Brown & Brown, bonding agent
Yours truly,
Nancy Maio
Contract Administrator
(206) 817 -0976 (cell)
(206) 870 -2618 (home)
(206) 817 -0994 (cell)
(425) 413 -8903 (home)
(206) 650 -3322 (cell & home)
(206) 956 -1600 (office)
P.O. Box 68388 • Seattle, Washington 98168 -0388 • Tel: (253) 872 -7173 • Fax: (253) 395 -1209
WA Lic. #SCARS13I183138 • ID Lic. #10394 - AAA -1 -2 • OR Lic. #96884 • MT Lic. #34542 • CA Lic. #779354
DEPARTMENT OF LABOR AND INDUSTRIES
REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL
�i
REGIST. # EXP. DATE
CCOl SCARSBI183B8 04/30/2002
EFFECTIVE DATE 01/28/1982
SCARSELLA BROS INC
P O BOX 68388
SEATTLE WA 98168 -0388
F625- 052 -000 (8197) - - -- - --
CITY OF RENTON
20242 3/26/2002
SCARSELLA BROTHERS INC
P O BOX 68388
SEATTLE WA 98168 -0388
BUSINESS LICENSE 2002
Licensee has made application for a City of
Renton business license in accordance with the
19460 84TH AV S provisions of Title V, Business Regulations
Chapter 1, Code of General Ordinances of the
City of Renton and agrees to comply with all the
requirements of said ordinance. Licensee shall
further comply with and all other City Code
Ordinances, State Laws and Regulations
applicable to the business activity licensed. Post
this License at place of business.
City of Renton
Licensing Division
1055 South Grady Way
Renton, WA 98055
(425)430 -6851
DP 3133 12/94
CITY OF RENTON
NE 2ND STREET STORM LINE EXTENSION PROJECT
SWP -27 -2922
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
* Combined Affidavit & Certificate Form:
Non - Collusion
Anti -Trust Claims
Minimum Wage Form
* Bid Bond Form
* Proposal
* Schedule of Prices
♦ Bond to the City of Renton
♦ Fair Practices Policy Affidavit of Compliance
♦ Contract Agreement (Contracts other than Federal - Aid FHWA)
♦ City of Renton Insurance Information Form
♦ City of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
Environmental Regulations Listing
City of Renton Supplemental Specifications
Special Provisions
City Survey Control Information and Monuments
Geotechnical Report
Standard Plans And Details
Construction Plans
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by -laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
♦ Submit after Notice of Award
CITY OF RENTON
Planning /Building /Public Works Department
1055 S. Grady Way
Renton, Washington 98055
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3 2 2 9
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job - related criteria which does
not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements, governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance Officers
and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub - contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non - discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON, Washington, this 7 thday of October, 1996.
�.
CITY OF RENTON:
RENTON CITY COUNCIL:
yor Council President
Attest:
City Cl`
0
CITY OF RENTON
SUA�a A Y OFAMF_RICANS WITH DISABLLlTIESACT POLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the- principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION. WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opporbinity for -persons with disabilities in
employment and receipt, of City services, activities and programs.
(3) AMERICANS WITH DISABILITIES ACT - POLICY - "The. City of Renton Americans
With Disabilities Act Policy will.be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the -duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities- and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED W by the City Council of the City of Renton, Washington,
�. this 4th day of October 1993.
CITY RENTON
Mayor
Attest:
City Clerk
RENTON CITY COUNCIL:
Council President
CITY OF RENTON
SWP -27 -2922
NE 2ND STREET STORM LINE EXTENSION PROJECT
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of the
NE 2' Street Storm Line Extension Project, as shown on the plans and as described in the construction
specifications, to include but not be limited to installation of approximately:
• 370 LF of new 48 -inch storm pipe,
• 2 Type 2, 72 -inch Catch Basins,
• trench shoring to a depth of 22 feet,
• connecting to the existing stormwater system,
• disposal of unsuitable material,
• asphalt restoration,
• and cleanup and restoration.
The estimated project cost is $160,000 to $190,000.
A total of 20 working days are allowed for completion of the project.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
VICINITY MAP
NE 2nd Street Storm Line
Extension Project
I- C:000 2000
' IN FEET
LEGEND:
City of Renton City Limits
Surface Water Utility 11 ti '
11
0
ti
0
°o
E
3
0
0
ti
s
0
e
e
j
F
2
W
Z Z
w
No
Lei
W
z
N
W p
Z
rL O w
z
>
O m
°w
BLVD
a
2 NE 16TH ST
o
NE 12TH ST
z z
NE
900 `2J0, Yp N
Opp w z
w
900 NE 10TH
O y w > 6) k/
a
z
m
�2m
z n a
M
w
z N 8TH
ST z
>
Z NE
W W NE (CN
ST
z
z z
z
r
zw
N
0z
Q Q Q
Q
Z
0
Q N¢
Q
N 6TH ST
°
zz
Z N
Q Y
K
Z
W
Z
7
of 3 a
o
w
z
N 4TH
Si
y 405
NE 4TH ST
l r�
emti®
H
mcrw
3RD
ST
3Rp NE 2ND ST
NE
KING COUNTY CITY OF RENTON
SHOP SITE
900
SHOP SITE
ST
�9A`
169 F
�
PROJECT
z
cn J j V)
�9
w
T 5 Q
< <�
SITE
Q N
Z
0
Q
2
> z
a
Ln
ti
SE 5TH ST
a
N �
a
-j
S 6TH ST
3 3
0
<
7TH CT
sF s
ST
TH
�S
� ti
`f"
G
z
> Q
a �9J
o
sF
RENTON
,
VICINITY MAP
NE 2nd Street Storm Line
Extension Project
I- C:000 2000
' IN FEET
LEGEND:
City of Renton City Limits
Surface Water Utility 11 ti '
11
0
ti
0
°o
E
3
0
0
ti
s
0
e
e
j
F
2
W
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,
Renton City Hall, until 2:30 o'clock p.m., on the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the award
made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted
on the forms attached hereto.
2. The work to be done is shown in the plans and /or specifications. Quantities are understood to be only
approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid.
The City reserves the right to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy
themselves as to the local conditions by inspection of the site.
4. The bid price for any item must include the performance of all work necessary for completion of that item as
described in the specifications.
5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors in
the amount, the unit price in the bid will govern.
6. 6. The right is reserved to reject any and /or all bids and to waive informalities if it is deemed advantageous to
the City to do so.
7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the
City of Renton in an amount not less than 5 % of the total amount of the bid shall accompany each bid
proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of
contract. The check of the successful bidder will be returned provided they enter into a contract and furnishes
a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of
intention to award contract. Should they fail, or refuse to do so, the check shall be forfeited to the City of
Renton as liquidated damage for such failure.
8. All bids must be self - explanatory. No opportunity will be offered for oral explanation except as the City may
request further information on particular points.
9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to
satisfactorily perform the work.
10. Payment for this work will be made in Cash Warrants.
11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed herein and /or as identified
within Specification Section 1- 07.18.
12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type
construction schedule for the project.
13. Payment retainage shall be done in accordance with Section 1- 09.0(2) "Retainage and Section"
1- 09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton
Supplemental Specifications.
14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder.
15. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of
four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the
requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements
shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be
considered as incidental to any other contract item and any attempt to include the trench safety systems as an
incidental cost is prohibited.
16. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented
herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate
of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual
relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen,
mechanics or subconsultants.
The most recent issue of the prevailing wage rate are included within these specifications under section titled
"Prevailing Minimum Hourly Wage Rates ". The CONTRACTOR is responsible for obtaining updated issues
of the prevailing wage rate forms as they become available during the duration of the contract. The wage
rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project.
17. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the
requirements of RCW 39.16.
18. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct
the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and
be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work.
The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency
Regulation III regarding removal and encapsulation of asbestos materials.
19. Standard Specifications
All work under this contract shall be performed in accordance with the following standard specifications
except as may be exempted or modified by the City of Renton Transportation Supplemental Specifications,
Special Provisions other sections of these contract documents. These standard specifications are hereby made
a part of this contract and shall control and guide all activities within this project whether referred to directly,
paragraph by paragraph, or not.
1. WSDOT /APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications."
' A. Any reference to "State," "State of Washington," "Department of Transportation," " WSDOT," or any
combination thereof in the WSDOT /APWA standards shall be modified to read "City of Renton,"
unless specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT /APWA standards shall be detected and
the measurement and payment provisions of Section 1- 09.14, Measurement and Payment (added
' herein) shall govern.
1
t
20. A soils investigation has not been performed for this project by a consultant engineer; however, a geotechnical
' report was done for the King County Regional Communications and Emergency Coordination Center and
includes soil borings in the vicinity of the proposed pipe. The report is included with the bid document. Bidders
may use this information at their discretion. The Bidders shall familiarize themselves adequately with the project
' site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may
make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for
protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to
Ithe satisfaction of the City.
� I
� I
� I
I
u
1
CITY OF RENTON
NE 2"D STREET STORM LINE EXTENSION PROJECT
SWP -27 -2922
CALL FOR BIDS
Sealed bids will be received until 2:30 p.m. March 12, 2002 at the City Clerk's office and
will be opened and publicly read in the 5th floor conference room number 511, Renton City
r. Hall, 1055 S. Grady Way.
The work to be performed within 20 working days from the date of commencement under this
.� contract shall include, but not be limited to:
Construction of approximately 370 LF of new 48 -inch stormwater pipe, install 2 Type 2,
2, 72 -inch Catch Basins, trench shoring to a depth of 22 feet, connect to the existing
stormwater system, disposal of unsuitable material, asphalt repair and cleanup and
restoration.
The estimated project cost is $160,000 to $190,000.
No bids will be accepted after the time and date shown above.
The City reserves the right to reject any and /or all bids and to waive any and /or all
informalities.
A certified check or bid bond in the amount of five percent (5 %) of the total amount of each
bid must accompany each bid. A 100% performance bond will be required of the successful
bidders.
Approved plans, specifications, and contract forms may be obtained from the City of Renton
Planning /Building /Public Works Department at the sixth floor Customer Service Counter in the
Renton City Hall, 1055 S. Grady Way, for a non - refundable fee of $32.64 ($30.00 plus
$2.64 sales tax) each set. If ordered by mail add $5.00 to cover postage, also non - refundable.
Questions regarding the call for bids or plan holders lists should be directed to the Public
Works Customer Service Counter at City Hall, or (425) 430 -7200. If a bidder has questions
regarding the project please contact the Project Manager, Allen Quynn, at (425) 430 -7247.
Michele Neumann, Deputy City Clerk
Published: Daily Journal of Commerce February 26, 2002
March 5, 2002
i
Account #: 421 .000600.018.5960.0038.65.065015
No
so
M
CITY OF RENTON
Combined Affidavit and Certification form:
Non - Collusion, Anti - Trust, and Minimum Wage
(Non - Federal Aid)
NON - COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid,
and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein
.. named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work
or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder
or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
_ ANTI -TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti -trust violations are
in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such
over - charges as to goods and materials purchased in connection with this order or contract, except as to overcharges
resulting from anti -trust violations commencing after the date of the bid, quotation, or other event establishing the
price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and
.� subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the
work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance
of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in
the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof
and the substance as set forth therein is true to my knowledge and belief.
aw
on
No
fto
..
an
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
NE 2ND STREET STORM LINE EXTENSION PROJECT
Name of Project
Subscribed and sworn to before me on this / a 16-4 day of /y gjeC P , 200 ;L-
••SSION•• G►t t7l:cC�_� -�-
Q� r � F-{,o ; cp 01 Notary Public in and for the State of Washington
. d NOTAR), mp% 11
.0
�t j,:,• co � Notary (Print) Pt1+TR Jc1 n I-of. A k(SN
'P PUBLIC 00,
My appointment expires:
opWASH\N
BID BOND FORM
Herewith find deposit in th form of certified check, cashier's check, cash, or bid bond in
the amount of $ .i��r o� �,� which amount is not lesiln fivXrcent of the
total bid.
Sign here
Know All Men by These Presents:
That we, C_-_ s �n r-�S --r r� , as Principal, and
as Surety, are held and firmly bound unto the City
of Renton, as O ligee, in the penal sum of t-
Dollars, for the a ment of which the Principal and the Surety bind themselves, their heirs,
p Y P
executors, administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for - kaccording to the terms of the proposal
or bid made by the Principal therefor, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said proposal or bid and award and
shall give bond for the faithful performance thereof, with Surety or Sureties approved by the
Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the
penal amount of the deposit specified in the call for bids, then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith
pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF rn 200 -
Principal
c
Surety 4PS" r\,r\,e_
F c� 6---
Received return of deposit in the sum of $
ho
I lr3l SAFECO"
i
KNOW ALL BY THESE PRESENTS:
POWER SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
No. 9562
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby
appoint
* * * * * * * * * * * * * * * * * * * * * * * * * ** *RONALD J. LANGE; PAULA M. McCOY; W. J. McCOY; JAMES B. BINDER; R. W. SMITH; ANNE E. STRIEBY; ALICE R. WIENCKOSKI;
GARY R. STONE; PATRICK DWAYNE DAVID; RANDALL K. BONAVENTURE; DIANNE JUDICE; WENDY ARCEMENT; Seattle, Washington * * * * * * * * * * * * * * * * * * * * * * * **
' its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character
issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
' this 26 day of January 2000
Q� k� 4m4k4V44
R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT
' CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
'"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
' be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
' "On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of- attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect,
' the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the
foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and
' correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
' this �� + day of tyl p,�
' a 44
SEAL
GF q/(tSH�
S- 0974 /SAEF 7/98
f COhl,
CORPORATE
y SEAL' y�Q�
z, x
192's
Of fR`b` R.A. PIERSON, SECRETARY
® Registered trademark of SAFECO Corporation.
02/07/2000 PDF
1W
CITY OF RENTON
as SWP -27 -2922
NE 2ND STREET STORM LINE EXTENSION PROJECT
M
• TO THE CITY OF RENTON
RENTON, WASHINGTON
.., Ladies and /or Gentlemen:
M
..
M
..
ho
PROPOSAL
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced
in this improvement, and the method by which payment will be made for said work, and hereby
propose to undertake and complete the work embraced in this improvement, or as much thereof as
can be completed with the money available, in accordance with the said plans, specifications and
contract and the following schedule of rates and prices:
Names of Members of Partnership:
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
(Note: Unit prices for all items, all extensions, and
total amount of bid should be shown. Show unit
prices both in writing and in figures.)
Printed Name
Signature
Address: A 0 ox 6 Mg, S -0TTLf. WA- '79/60-03199
Id le ANJ� BSc A-1CS-v-U A-
s i F/T E OF GJ A5 N /NCi7 J
/9 -/60 - 8Z/ AUe. S0,. K�nh-,OJA IS03a-
CITY OF RENTON - NE 2ND STREET STORM LINE EXTENSION PROJECT
SWP -27 -2922
SCHEDULE OF PRICES
Note: Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures.
Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions.
•• ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT
NO. QUANTITY (Unit Prices to be written in words) PRICE (figure)
(figure)
M
so
H:\DIVISION.S\UTILITIE.S\DOCS\2002\2002-089a.doc
am
1.
1
Mobilization
Lump Sum
$?LU -rWouskun .00"A'.2 ptio A)o e-. F r
$/0,000.00 $ /01000, 06
2.
1
Construction Surveying, Staking, As- Builts
Lump Sum
$7WE 7HOL4Sf ND `lyi [Z rc khzS
$ 3,.SOo.Uo $ a 500, O6
3.
1
Traffic Control
Lump Sum
$ we Tf/oi4S",o Fr de Hu w" "0 Ni) ccf/�
J (�jj /�
$ 4 500.00 $ /, -00,06
..
4.
1
Erosion Control
Lump Sum
$ &Ilf NuAjoOeL) 00.LL4= No C,FN
$ Sa0.06 $
5.
1
Trench Shoring and Excavation Safety Systems
Lump Sum
$FIFr&Eu �llousaaao fiAb w0 cFPrS.
$15,000.00 $ IS�OOO•rJ0
6.
370
48 -inch CPEP Storm Pipe
Linear Foot
$0gy tour. no rwcwry- 6 d AA1O Ajo ciAnS.
$ IaS,00 $ Slro,a.S'0.00
7.
2,200
Furnish and Install Gravel Trench Backfill
Tons
$ NU 131ILL ER QA.)D 00k cry
$ , J% $ a a,0 d
8.
2
Catch Basin Type 2, 72" diameter
Each
$SfO[P iRWSAkD E16+lr1(UAWe4y6fZ &AJ uo C-4
$ 9s-L). 0 $
9.
1
Connect 48 inch SD to Ex. CB
Lump Sum
$&oTKOZ" Fl d6WLIA)oPgo fiTbRk?cZ#�s
�j
$-? "5 0,40 $ a,Sp0.00
10.
750
Pavement Saw Cutting
Linear Foot
$ 00,e- 0OLLPirk AtjD 0 C&J
$ 1,66 $ %Sa, 0 U
11.
133
Install ACP Trench Patch Class "B"
Tons
$aagtc D&Lars f}» Q cbPM
$ 70,00 $ 310.06
12.
124
Furnish and Install Crushed Gravel Surfacing
Tons
$ TWf 1)c� rS AAA 1Jo 'c— 's:�t� c _
$ 0.00 $ �. �$ 0.O U
13.
1
Remove /Reinstall or Replace Existing Chain Link Fence
Lump Sum
$ -Wtt -TNOuShY" DoLL,4e-� f3a,fl At
§Z 000,60 $ 27, 000,00
Continued on Next Paqe
so
H:\DIVISION.S\UTILITIE.S\DOCS\2002\2002-089a.doc
am
to
14
r
.o
r
M
i
to
Ur
1 Restore Complete Project
Lump Sum $ o;Z t "NoL6pA�o Ot H(4 R-A)D xU CXNtm
Subtotal:
8.8% Sales Tax:
Total:
\ \CENTRAL \SYS2 \DEPTS \PB P W\DI V IS ION. S \UTI LITIE.S \DOCS\2002\2002- 089a.doc
$ a p
$ 9 ��9. o to
$ is o. 79/. 04
BOND NO. 6136474
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
M
That we, the undersigned
M
SCARSELLA BROS.. INC.
as principal, and SAFECO INSURANCE COMPANY OF AMERICACorporation organized and existing under the
laws of the State of Washington as a surety corporation, and qualified under the laws of the
State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are
jointly and severally held and firmly bound to the City of Renton in the penal sum of $120, 781.06 for
.. the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person
representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the
City of Renton.
Dated at , Washington, this day of , 20_.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG - D,� -d3S providing for
construction of NE 2''1D STREET STORM LINE EXTENSION PROJECT.
(project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the
work therein provided for in the manner and within the time set forth;
.r
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth, or within such extensions of time as may be granted under said
contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and
shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by
reason of any carelessness or negligence on the part of said principal, or any subcontractor in the
performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or
expense by reason of failure of performance as specified in the contract or from defects appearing or
developing in the material or workmanship provided or performed under the contract within a period of one
year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but
otherwise it shall be and remain in full force and effect.
SCARSELLA BROS., INC. SAFF INSURANE! COMPAN�i AMERICA
Principal
Signature
President
Title
r
Surety
Si tune Paula M. McCoy
Attorney -in -Fact
Title
Approved by Larry Warren 2/14/92
rC S A F ECQ' PCWE:-`
' ►
CF AT + CRNE`!
I
L X NCW ALL BY THESE P1iESE11TS:
aAF1---= iMURAMC` CCUPMY CF
,= NeZAL WSUWAM C--WA Y CF AMEW.A
`CW CF*, sAF✓= M-QA
S-ZY77L.c, WASriIPIGTCN 313185
NM 9=
Thai SAFECO INSURANC` COMPANY OF AMERICA and GENERAL INSURANCE COMPANY CF AMERICA, each a Washington corporation, does each tiereby
appoiit
'°"x"1'* " "* *�p°*R�DNAID J. LANGF, PAULA C McCOY, W. J. X"OY; JAMES S BIIVDEB: S. W. SA T11; ANNE E STRIEBY; .1t,; -- 3. WI$NCSCm-
Y R STONE; — 7 -tn;CS DWAY:IIE DAVID; RANDAL.L g. BONAV2141 RE; DLANNE JUDICE; WE NDY ARCEIdEVT; SeaRle W
is true and awltl adamey(s)-in -fact, with ftA audwrity 20 execute on its bef alf Idelity and surely bonds or undertakings and adw dacuunerts of a soldar character
L slued in the cause of its business , and to bind the respe,Aive company thereby.
IN WITNESS WHE2ECF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
ifts'ed these presents
thiS 26
day of .Tammy, , 2poo
R.A. I k� 4mi;�&49d� —
PIERSION, SECRETARY W. RANDALL STCODARD, PtRESIDEiVT
CERTIFICATE
Extract from the Bylaws of SAFECO INSURANCE COMPANY OF- AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
L vtkde V, Section 13. - FIDELITY AND SURETY BONDS __ the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authoniy to appoint individuals as adomeys4n -fact or under other appropriate titles wdh aufhoniy to
execute on behatf of the company fidelity and surety bonds and other documents of sirndar character issued by the company in the course of its business.. Cn any
Lstnnent maid ng or evidencing such appointment, the signatures may be aftbced by facsimile. On any irstniment conferring such authority or on any bond or
ndertatmtg of the company, the seat, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, did the seal shad not
Ile necessary to the vatrdtc y of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
tn any certificate executed by the Secretary or an assistant secretary of the Company selling mule
M The provisions of Article V, Section 13 of the By-i.aws, and
(r7 A copy of the power- of- atlomey appointment, executed pursuant thereto, and
n Certifying that said power—of-attorney appointment is in full force and effect,
signature of the certifying officer may be by facsimile, and the seal of the Company rimy be a facsimile thereof."
3A. Plerson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby Certify that the
egoing extracts of the By4.aws and of a Resolution of-the Board of Diredars of these corporations, and of a Power of Attorney issued pursuant thereto, are true and
corred, and that both the By- Laws, the Resolution and the Power of Aftomey are sti@ in full force and effect.
WETNESS WHEREOF, I have hereunto set my !rand and affbied the facsimile seal of said corporation
r
SEAL
1 � 1953
.9
this
CAE
SEAL
X i
day of
R.A. Pt9tson4 SECRETARY
V Registered traaeum m of SM--= C ion.
U*7
T�
CITY OF RENTON
• `' FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
i
Scarsella Bros., Inc. hereby confirms and
declares that
( Name of contractor/ subcontractor /consultant/supplier)
I. It is the policy of Scarsella Bros. , Inc. to
AW offer equal
( Name of contractor / subcontractor /consultant/supplier)
opportunity to all qualified employees and applicants for employment without
regard to the race, creed, color, sex, national origin, age, disability or veteran
status.
i
II. Scarsella Bros., Inc. complies with all
applicable
( Name of contractor / subcontractor /consultant/supplier)
federal, state and local laws governing non - discrimination in employment.
a
II. When applicable, Scarsella Bros., Inc. will
seek out and
_ ( Name of contractor/ subcontractor /consultant/supplier)
negotiate with minority and women contractors for the award of subcontracts.
.o
M
i
i
i
am
Frank Scarsella
Print Agent/Representative's Name
President
Print Agent/Representative's Title
LC_0_,jj,_N_V
Agent/Representative's Signature
222 mu
Date Signed
.• Instructions: This document MUST be completed by each contractor, subcontractor, consultant
and /or supplier. Include or attach this document(s) with the contract.
aw
c —Y
SECRETARY'S CERTIFICATE
The undersigned, A. Donald Scarsella, Secretary of Scarsella Bros. Inc.,
(the "Corporation ") a Washington corporation, does hereby certify that the
attached pages describing the powers and duties of the officers of the
ir. Corporation are true and correct copies of pages 9 and 10 of the Bylaws adopted
by the Corporation.
A. Donald Scarsella does hereby further certify that Frank T. Scarsella is
currently serving as President of the Corporation and that the signature affixed
hereon is that of Frank T. Scarsella:
/. tip[
Frank T. Scarsella, President
Signed this 14 th day of October, 1999.
Q
A. Do Scarse ecretary,
Scarsella Bros. Inc.
SECRETARY'S CERTIFICATE
cag\c:korp%s a cmdoc
F
E
ARTICLE 4
Officers
4.1 Designations. The officers of the corporation shall be a President. a
Secretary and a Treasurer, each of whom shall be elected by the Board. One or more
Vice Presidents and such other officers and assistant officers may be elected or
appointed by the Board, such officers and assistant officers to hold office for such
period, have such authority and perform such duties as are provided in these Bylaws or
as may be provided by resolution of the Board. Any officer may be assigned by the
v Board any additional title that the Board deems appropriate. The Board may delegate
to any officer or agent the power to appoint any such subordinate officers or agents and
to prescribe their respective terms of office, authority and duties. Any two or more
offices may be held by the same person.
4.2 Election and Term of Office. The officers of the corporation shall be
elected annually by the Board at the meeting of the Board held after the annual meeting
of the shareholders. If the election of officers is not held at such meeting, such election
shall be held as soon thereafter as a Board meeting conveniently may be held. Unless
an officer dies, resigns or is removed from office, the officer shall hold office until the
next annual meeting of the Board or until his or her successor is elected.
WM
4.3 President. The President shall preside at all meetings of shareholders and
directors, shall have general supervision of the affairs of the corporation, and shall
` perform all such other duties as are incident to such office or are properly required of
the President by the Board of Directors. When present, the President shall preside over
all meetings of shareholders and directors. With the Secretary or other officer of the
corporation authorized by the Board of Directors, the President may sign certificates for
shares of the corporation. The President may also sign deeds, mortgages, bonds,
contracts, or other instruments that the Board has authorized to be executed, except
when the signing and execution thereof has been expressly delegated by the Board or
6 by these bylaws to some other officer or agent of the corporation or as required by law
to be otherwise signed or executed by some other officer or in some other manner. In
general, the President shall perform all duties incident to the office of President and
such other duties as may be prescribed by the Board from time to time.
4.4 Vice - Presidents. During the absence or disability of the President, the
r• Executive Vice - Presidents, if any, and the Vice - Presidents, if any, in the order
designated by the Board, shall exercise all functions of the President. Each Vice-
President shall have such powers and discharge such duties as may be assigned to him
`0 from time to time by the Board.
4.5 Secretary and Assistant Secretaries. The Secretary shall issue notices for
all meetings, except notices for special shareholders meetings and special directors
meetings called by the requisite number of shareholders or directors, shall keep minutes
of all meetings, shall have charge of the seal and the corporate books, and shall make
® such reports and perform such other duties as are incident to such office or as are
properly required of the Secretary by the Board. The Assistant Secretary, or Assistant
Secretaries in the order designated by the Board, shall perform all duties of Secretary
Bylaws of Scarsella Bros. Inc. Paae - 9
I
during the absence or disability of the Secretary, and at other times shall perform such
duties as are directed by the President or the Board.
4.6 Treasurer. The Treasurer shall have the custody of all monies and
securities of the corporation and shall keep regular books of account. The Treasurer
shall disburse the funds of the corporation in payment of the just demands against the
corporation or as may be ordered by the Board, taking proper vouchers for such
disbursements, and shall render to the Board, from time to time as may be required of
the Treasurer, an account of all transactions as Treasurer and of the corporation's
financial condition. The Treasurer shall perform other duties incident to his office as are
properly required of him by the Board. The Assistant Treasurer, or Assistant Treasurers
in the order designated by the Board, shall perform all duties of Treasurer in the
absence or disability of the Treasurer, and at other times shall perform such other duties
as are directed by the President or the Board.
4.7 Delegation. In the case of absence or inability to act of any officer of the
corporation and, of any person herein authorized to act in the place of such person, the
Board may from time to time delegate the powers or duties of such officer to any other
officer, director or person whom it may select.
L 4.8 Other Officers. The Board may appoint such other officers and agents as
it shall deem necessary or expedient, who shall hold offices for such terms and shall
exercise such powers and perform such duties as shall be determined from time to time
by the Board.
4.9 Resignation. Any officer may resign at any time by delivering written
notice to the Chairman of the Board, the President, a Vice President, the Secretary, or
the Board, or by giving oral notice at any meeting of the Board. Any such resignation
shall take effect at the time specified therein, or if the time is not specified, upon delivery
thereof and, unless otherwise specified therein, the acceptance of such resignation shall
not be necessary to make it effective.
4.10 Removal. Any officer or agent elected or appointed by the Board may be
removed by the Board whenever in its judgment the best interests of the corporation
would be served thereby, but such removal shall be without prejudice to the contract
Lrights, if any, of the person so removed.
4.11 Vacancies. A vacancy in any office because of death, resignation,
removal, disqualification, creation of a new office or any other cause may be filled by the
Board for the unexpired portion of the term or for a new term established by the Board.
r 4.12 Compensation. The Board of Directors shall fix compensation of officers
` and may fix compensation of other employees from time to time. No officer shall be
prevented from receiving a salary by reason of the fact that he is also a director of the
corporation. If the IRS should disallow a deduction to the corporation under section
162(a)(1) of the Internal Revenue Code of 1986, as amended, for employee
°r compensation paid to any officer or other employee on the grounds such payment was
unreasonable in amount, then such officer or employee shall promptly repay the amount
disallowed as a deduction to the corporation; it shall be the duty of the Board of
Bylaws of Scarsella Bros. Inc.
Page -10
Contracts other than Federal -Aid FHWA
CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this �St day of 4,Orj'l , 20
by and between THE CITY OF RENTON, Washington, a municipal core ration of the State of
Washington, hereinafter referred to as "CITY" and
Scarsella Bros., Inc. hereinafter referred to as "CONTRACTOR. "
WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within Twenty [ 20 ] working
days from date of commencement hereof as required by the Contract, of which this
agreement is a component part) perform all the work and services required to be
performed, and provide and furnish all of the labor, materials, appliances, machines,
tools, equipment, utility and transportation services necessary to perform the Contract,
and shall complete the construction and installation work in a workmanlike manner, in
connection with the City's Project identified as SWP -27 -2922 for improvement by
construction and installation of: NE 2ND STREET STORM LINE EXTENSION
Project.
•• All the foregoing shall be timely performed, furnished, constructed, installed and
completed in strict conformity with the plans and specifications, including any and all
addenda issued by the City and all other documents hereinafter enumerated, and in full
�. compliance with all applicable codes, ordinances and regulations of the City of Renton
and any other governmental authority having jurisdiction thereover. It is further agreed
and stipulated that all of said labor, materials, appliances, machines, tools, equipment and
services shall be furnished and the construction installation performed and completed to
the satisfaction and the approval of the City's Public Works Director as being in such
conformity with the plans, specifications and all requirements of or arising under the
Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing
of this agreement, consists of the following documents, all of which are component parts
of said Contract and as fully a part thereof as if herein set out in full, and if not attached,
as if hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
i
ow
i
Contracts other than Federal -Aid FHWA
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for
the benefit of his creditors, or if a receiver shall be appointed on account of the
Contractor's insolvency, or if he or any of his subcontractors should violate any of the
provisions of this Contract, the City may then serve written notice upon him and his
surety of its intention to terminate the Contract, and unless within ten (10) days after the
serving of such notice, such violation or non - compliance of any provision of the Contract
shall cease and satisfactory arrangement for the correction thereof be made, this Contract,
shall, upon the expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to
take over and perform the Contract, provided, however, that if the surety within fifteen
15 days after the serving upon it of such notice of termination does not perform the
Contract or does not commence performance thereof within thirty (30) days from the date
of serving such notice, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
advisable, for the account and at the expense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages occasioned the City thereby. In
such event, the City, if it so elects, may, without liability for so doing, take possession of
and utilize in completing said Contract such materials, machinery, appliances, equipment,
plants and other properties belonging to the Contractor as may be on site of the project
and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
.. 5) Contractor agrees and covenants to hold and save the City, its officers, agents,
representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
Contract to be performed hereunder, including loss of life, personal injury and /or damage
to property arising from or out of any occurrence, omission or activity upon, on or about
the premises worked upon or in any way relating to this Contract. This hold harmless
and indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the
performance of the Contract, including its use by the City, unless otherwise specifically
provided for in this Contract.
_ In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor, then Contractor shall proceed and hold the City
harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Furthermore, Contractor agrees to
pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by
City in the enforcement of any of the covenants, provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold
harmless the City, from claims, demands or suits based solely upon the conduct of the
City, its officers or employees and provided further that if claims or suits are caused by
or result from the concurrent negligence of (a) the Contractor's agents or employees and
(b) the City, its agents, officers and employees, and involves those actions covered by
Contracts other than Federal -Aid FHWA
,W RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such
concurrent negligence shall be valid and enforceable only to the extent of the Contractor's
negligence or the negligence of the Contractor's agents or employees.
6) Any notice from one party to the other party under the Contract shall be in writing and
shall be dated and signed by the party giving such notice or by its duly authorized
representative of such party. Any such notice as heretofore specified shall be given by
personal delivery thereof or by depositing same in the United States mail, postage
prepaid, certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 5 calendar
days after Contract final execution, and shall complete the full performance of the
Contract not later than Twenty [ 20 ] working days from the date of commencement.
For each and every working day of delay after the established day of completion, it is
hereby stipulated and agreed that the damages to the City occasioned by said delay will be
the sum of per Section 1 -08.9 of Standard Specifications as liquidated damages (and not
as a penalty) for each such day, which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified.
The City will give notice of observed defects as heretofore specified with reasonable
promptness after discovery thereof, and Contractor shall be obligated to take immediate
steps to correct and remedy any such defect, fault or breach at the sole cost and expense
of Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time
to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful
performance of the Contract, including the payment of all persons and firms performing
labor on the construction project under this Contract or furnishing materials in connection
with this Contract; said bond to be in the full amount of the Contract price as specified in
'! Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a
surety in the State of Washington.
am
r
i
dw Contracts other than Federal -Aid FHWA
11) The total amount of this contract is the sum of $ 120, 781.06
0he lixflred t�mW thousand seven _Mp#W pi gbf-rm aryl six raific
which includes Washington State Sales Tax. Payments will be made to Contractor as
specified in the "General Requirements" and this Contract Document.
r
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and
year first above - written.
CONTRACTOR CITYOFENTON
SCARSELLA B�OS.,
s i'
President/Partner/O'w'
resident /Partner/ ner MZ70 r
ATTEST
Secr ryy City Clerk
i
Scarsella Bros., Inc.
Firm Name
or check one
Individual 0 Partnership Corporation Incorporated in Washington
am
dw
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
by -laws, a copy of the by -laws shall be furnished to the City and made a part of the contract
document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b /a
(doing business as) and firm or trade name; any one partner may sign the contract.
r
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear
followed by d/b /a and name of the company.
A&
V �Y
A
` City of Renton
Human Resources & Risk Management Department
Insurance Information Form
FOR: NE 2nd Street Storm Line Extension Project
PROJECT NUMBER: SWP -27 -2922 STAFF CONTACT:
Allen Quynn
Certificate of Insurance indicates the coverages /limits specified in
Yes
❑ No
contract?
Are the following coverages and/or conditions in effect?
Yes
F-1 No
The Commercial General Liability policy form is an ISO 1993
Yes
F� No
Occurrence Form or Equivalent?
(If no, attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided ?*
Yes
F� No
General Aggregate provided on a "per project basis (CG2503) ?*
Yes
[—] No
Additional Insured wording provided ?*
Yes
No
Coverage on a primary basis and non - contributing basis ?*
[ Yes
No
Waiver of Subrogation Clause applies ?*
9 Yes
No
Severability of Interest Clause (Cross Liability) applies?
IyYes
❑ No
Notice of Cancellation/Non- Renewal amended to 45 days ?*
Yes
❑ No
*To be shown on certificate of insurance*
AM BEST'S RATING FOR CARRIER
GL 4— Auto Umb 'F' Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
proui Vl 'f; C-0 Lk) A
Agency/Broker Comple By yp or Print N e)
O ©X L(3 `7`-7
Ass Completed Bof (Si natur
7� � LC (,ti �0(P- 66 - 1,64o
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
ap
ar
as
ac0RD CERTIFICATE OF LIABILury INSURANCE CSR SP DATE(MM/DD/YY)
r CAR -03 03/22/02
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
rown & Brown - Seattle HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
0. Box 24347 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Seattle WA 98124
INSURERS AFFORDING COVERAGE
Phone:206- 956 -1600 Fax:206- 956 -9600
SURED INSURER A: St Paul Fire && Marine
INSURER B:
Scarsella Bros., Inc. INSURER C:
P.O. Box 68388 INSURER D:
Seattle, WA 98168 -0388
INSURER E:
rnVFRAnFS
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
IR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM/DD/YY
POLICY EXPIRATION
DATE M V D/YY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
FIRE DAMAGE (Any one fire)
$ 50,000
X COMMERCIAL GENERAL LIABILITY
KKO8400279
05/01/01
05/01/02
MED EXP (Any one person)
$ 5,000
(A
CLAIMS MADE OCCUR
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
$ 2,000,000
F
POLICY X PRO LOC
JECT
_7
AUTOMOBILE
LIABILITY
ANY AUTO
KK08400279
05/01/01
05/01/02
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per person)
$
I
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
$
HIREDAUTOS
NON -OWNED AUTOS
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
kip
EXCESS LIABILITY
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
A
X OCCUR CLAIMS MADE
KK08400279
05/01/01
05/01/02
$
1
$
DEDUCTIBLE
$
X RETENTION $10,000
WORKERS COMPENSATION AND
X I TORY LIMITS ER
E.L. EACH ACCIDENT
$ 1,000,000
�
EMPLOYERS' LIABILITY
KK08400279
05/01/01
05/01/02
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
STOP GAP
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
OTHER
ESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
;E: Contract NE 2nd Street Storm Line Extension Project - City of Renton is
additional insured on GL, Umbrella as respects above contract. Waiver of
Ian
Subrogation Applies; policy is on a primary basis and not contributory;
.ross Liability applies CGO043 Amendatory endorsement provided xxxx
CERTIFICATE HOLDER I Y I ADDITIONAL INSURED; INSURER LETTER:
RENT -11
City of Renton
Attn: Beverly Nelson -Glode
200 Mill Ave S
Renton WA 98055
I�
.CORD 25 -S (7/97)
w..
UANI:tLLAI IVN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO
DATE THEREOF, THE ISSUING INSURER WILL wlwrMUWr MAIL 45 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
©ACORD CORPORATION 1988
r
ENDORSEMENT 1
KK08400279
In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued
by Insurance Company, is amended to include the following terms and conditions as respects Contract
i Number issued by the (OWNER). St. Paul Fire & Marine Insurance Co.
1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
r. subconsultants, and volunteers are included as additionally insured with regard to damages and defense of
claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or (b) products
and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the
r.. NAMED INSURED.
2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for
or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c)
premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall
be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers,
officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the
NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance
maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees,
subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it.
3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same
+• manner as through a separate policy had been issued to each, except that nothing herein shall operate to
increase the company's liability beyond the amount or amounts for which the company would have been
liable had only one insured been named.
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
canceled, reduced in coverage or in limits except after FORTY -FIVE (45) days' prior written notice by
certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a)
the OWNER and (b) the CONTRACTOR.
5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been
filed with the OWNER.
6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the
above named contract for the above named OWNER.
No Date
am
s
s
A
PREVAILING MINIMUM HOURLY WAGE RATES
A
A
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, workers' wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements is provided by clicking on the benefit
code.
KING County
Effective 3/3/02
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $
$29.67 1
1 M 5
5D
BOILERMAKERS
JOURNEY LEVEL $
$38.71 1
1 B 5
5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $
$35.37 1
1 M 5
5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $
$11.71 1
1
CARPENTERS
ACOUSTICAL WORKER $
$35.31 1
1 M 5
5D
BRIDGE, DOCK AND WARF CARPENTERS $
$35.15 1
1M 5
5D
CARPENTER $
$35.15 1
1M 5
5D
CREOSOTED MATERIAL $
$35.25 1
1M 5
5D
DRYWALL APPLICATOR $
$34.94 I
IM 5
5D
FLOOR FINISHER $
$35.28 1
1M 5
5D
FLOOR LAYER $
$35.28 1
1M 5
5D
FLOOR SANDER $
$35.28 1
1M 5
5D
MILLWRIGHT AND MACHINE ERECTORS $
$36.15 1
1M 5
5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND $
$35.35 1
1M 5
5D
WELDING
$35.28 1
1M 5
5D
SAWFILER $
$35.28 1
1M 5
5D
SHINGLER $
$35.28 I
IM 5
5D
STATIONARY WOODWORKING TOOLS $
$35.28 1
1M 5
5D
CEMENT MASONS
JOURNEY LEVEL $
$36.15 1
1 M 5
5D
DIVERS & TENDERS
$75.57 1
1M 5
5D 8A
DIVER
BOATMEN
$35.67
1B
5D
8L
ENGINEER WELDER
$35.72
1 B
5D
8L
`.
LEVERMAN, HYDRAULIC
$37.11
1B
5D
8L
MAINTENANCE
$35.23
1B
5D
8L
MATES
$35.67
1B
5D
8L
OILER
$35.33
1B
5D
8L
DRYWALL TAPERS
JOURNEY LEVEL
$34.92
1J
5B
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
$18.69
1
ELECTRICIANS - INSIDE
CABLE SPLICER
$45.65
1D
6H
CABLE SPLICER (TUNNEL)
$62.70
1D
6H
CERTIFIED WELDER
$43.99
1D
6H
CERTIFIED WELDER (TUNNEL)
$60.27
1D
6H
CONSTRUCTION STOCK PERSON
$23.33
1D
6H
JOURNEY LEVEL
$42.33
1D
6H
JOURNEY LEVEL (TUNNEL)
$57.83
1D
6H
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
$15.37
2A
6C
JOURNEY LEVEL
$14.69
2A
6C
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
$44.01
$40.40
4A
4A
5A
5A
GROUNDPERSON
$29.62
4A
5A
HEAD GROUNDPERSON
$31.13
4A
5A
HEAVY LINE EQUIPMENT OPERATOR
$40.40
4A
5A
JACKHAMMER OPERATOR
$31.13
4A
5A
JOURNEY LEVEL LINEPERSON
$40.40
4A
5A
LINE EQUIPMENT OPERATOR
$34.44
4A
5A
POLE SPRAYER
$40.40
4A
5A
POWDERPERSON
$31.13
4A
5A
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
$12.07
1
CONSTRUCTOR
$31.29
4A
6Q
MECHANIC
$42.25
4A
6Q
MECHANIC IN CHARGE
$46.63
4A
6Q
PROBATIONARY CONSTRUCTOR
$16.27
4A
6Q
FABRICATED PRECAST CONCRETE PRODUCTS
"
ARCHITECTURAL AND PRESTRESSED CONCRETE - All
$11.05
1
Classifications
ALL OTHER CONCRETE PRODUCTS - Carpenter
$18.77
1 B
6S
ALL OTHER CONCRETE PRODUCTS - Clean -up
$17.99
1B
6S
ALL OTHER CONCRETE PRODUCTS - Fabricator
$18.24
1B
6S
ALL OTHER CONCRETE PRODUCTS - Gunite
$18.24
113
6S
ALL OTHER CONCRETE PRODUCTS - Maintenance
$18.77
1B
6S
ALL OTHER CONCRETE PRODUCTS - Operator
$18.24
1B
6S
ALL OTHER CONCRETE PRODUCTS - Welder
$18.24
113
6S
ALL OTHER CONCRETE PRODUCTS - Wet Pour
$17.99
1B
6S
ALL OTHER CONCRETE PRODUCTS - Yard Patch
$17.99
1 B
6S
FENCE ERECTORS
FENCE ERECTOR
$24.62
1
FLAGGERS
JOURNEY LEVEL
$24.99
1 M
5D
GLAZIERS
JOURNEY LEVEL
$35.96
2E
5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
$35.93
1 F
5C
HEATING EQUIPMENT MECHANICS
MECHANIC
$18.45
1J
5A
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
$30.15
1 M
5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
$15.65
1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
$9.07
1
INLAND BOATMEN
ASSISTANT ENGINEER
$30.70
1 K
5D
CHIEF ENGINEER
$31.57
1 K
5D
COOK
$26.58
1 K
5D
DECK ENGINEER, ABLE SEAMAN, OILER
$26.58
1 K
5D
DECKHAND
$26.17
1 K
5D
FIRST MATE
$30.80
1 K
5D
MASTER
$33.74
1 K
5D
MATE, LAUNCH OPERATOR
$28.83
1 K
5D
MESSMAN
$21.96
1 K
5D
ORDINARY SEAMAN
$23.28
1 K
5D
INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS
BY REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
$9.73
1
GROUT TRUCK OPERATOR
$11.48
1
HEAD OPERATOR
$12.78
1
TECHNICIAN
$6.90
1
TV TRUCK OPERATOR
$10.53
1
INSULATION APPLICATORS
JOURNEY LEVEL
$35.15
1 M
5D
IRONWORKERS
JOURNEY LEVEL
$37.17
1 B
5A
LABORERS
ASPHALT RAKER
$30.15
1 M
5D
BALLAST REGULATOR MACHINE
$29.67
1M
5D
BATCH WEIGHMAN
$24.99
IM
5D
CARPENTER TENDER
$29.67
1M
5D
CASSION WORKER
$30.51
IM
5D
CEMENT DUMPER/PAVING
$30.15
1M
5D
CEMENT FINISHER TENDER
$29.67
IM
5D
CHIPPING GUN (OVER 30 LBS)
$30.15
1M
5D
CHIPPING GUN (UNDER 30 LBS)
$29.67
1M
5D
CHUCK TENDER
$29.67
1M
5D
CLEAN -UP LABORER
$29.67
1M
5D
CONCRETE FORM STRIPPER
$29.67
1M
5D
CONCRETE SAW OPERATOR
$30.15
IM
5D
CRUSHER FEEDER
$24.99
1M
5D
CURING LABORER
$29.67
1M
5D
3
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED
$29.67
1M
5D
MATERIALS)
DITCH DIGGER
$29.67
1M
5D
im
DIVER
$30.51
1M
5D
DRILL OPERATOR (HYDRAULIC, DIAMOND)
$30.15
1M
5D
DRILL OPERATOR, AIRTRAC
$30.51
1M
5D
DUMPMAN
$29.67
1M
5D
FALLER /BUCKER, CHAIN SAW
$30.15
1M
5D
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window
$22.67
1M
5D
cleaning; NOT construction debris cleanup)
FINE GRADERS
$29.67
1M
5D
FIRE WATCH
$29.67
1M
5D
FORM SETTER
$29.67
1M
5D
GABION BASKET BUILDER
$29.67
1M
5D
GENERAL LABORER
$29.67
1M
5D
GRADE CHECKER & TRANSIT PERSON
$30.15
1M
5D
GRINDERS
$29.67
1M
5D
GROUT MACHINE TENDER
$29.67
1M
5D
HAZARDOUS WASTE WORKER LEVEL A
$30.51
1M
5D
3
HAZARDOUS WASTE WORKER LEVEL B
$30.15
1M
5D
HAZARDOUS WASTE WORKER LEVEL C
$29.67
1M
5D
HIGH SCALER
$30.51
1M
5D
HOD CARRIER/MORTARMAN
$30.15
1M
5D
JACKHAMMER
LASER BEAM OPERATOR
$30.15
$30.15
1M
1M
5D
5D
MINER
$30.51
1M
5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN
$30.15
1M
5D
USING HIGH PRESSURE AIR & WATER ON CONCRETE &
ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
$30.15
1M
5D
PILOT CAR
$24.99
1M
5D
PIPE RELINER (NOT INSERT TYPE)
$30.15
1M
5D
PIPELAYER & CAULKER
$30.15
1M
5D
PIPELAYER & CAULKER (LEAD)
$30.51
1M
5D
PIPEWRAPPER
$30.15
1M
5D
POT TENDER
$29.67
1M
5D
POWDERMAN
$30.51
1M
5D
POWDERMAN HELPER
$29.67
1M
5D
POWERJACKS
$30.15
1M
5D
RAILROAD SPIKE PULLER (POWER)
$30.15
1M
5D
RE- TIMBERMAN
$30.51
1M
5D
RIPRAP MAN
$29.67
1M
5D
SIGNALMAN
$29.67
1M
5D
SLOPER SPRAYMAN
$29.67
1M
5D
SPREADER (CLARY POWER OR SIMILAR TYPES)
$30.15
1M
5D
SPREADER (CONCRETE)
$30.15
1M
5D
STAKE HOPPER
$29.67
1M
5D
STOCKPILER
$29.67
1M
5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS
$30.15
1M
5D
TAMPER (MULTIPLE & SELF PROPELLED)
$30.15
1M
5D
TOOLROOM MAN (AT JOB SITE)
$29.67
1 M
5D
TOPPER - TAILER
$29.67
1M
5D
TRACK LABORER
$29.67
1M
5D
TRACK LINER (POWER)
$30.15
1M
5D
TUGGER OPERATOR
$30.15
1M
5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
$29.67
1M
5D
VIBRATOR
$30.15
1 M
5D
WELDER
$29.67
1 M
5D
WELL -POINT LABORER
$30.15
1 M
5D
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER
$29.67
1 M
5D
PIPE LAYER
$30.15
1M
5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS
$11.07
1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS
$10.63
1
LANDSCAPING OR PLANTING LABORERS
$8.42
1
LATHERS
JOURNEY LEVEL
$34.94
1M
5D
MACHINISTS (HYDROELECTRIC SITE WORK)
MACHINIST
$16.84
1
METAL FABRICATION (IN SHOP)
FITTER
$15.86
1
LABORER
$9.78
1
MACHINE OPERATOR
$13.04
1
PAINTER
$11.10
1
WELDER
$15.48
1
MODULAR BUILDINGS
CABINET ASSEMBLY
$11.56
1
ELECTRICIAN
$11.56
1
EQUIPMENT MAINTENANCE
$11.56
1
PLUMBER
$11.56
1
PRODUCTION WORKER
$9.26
1
TOOL MAINTENANCE
$11.56
1
UTILITY PERSON
$11.56
1
WELDER
$11.56 '
1
PAINTERS
JOURNEY LEVEL
$28.63
2B
5A
PLASTERERS
JOURNEY LEVEL
$35.63
1 R
5A
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL
$8.42
1
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
$44.76
1 G
5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS
$33.59
1T
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER)
$36.05
1T
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD)
$36.49
1T
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH
$36.99
1T
5D
8L
ATTACHMENTS)
BACKHOES, (75 HP & UNDER)
$35.69
1T
5D
8L
BACKHOES, (OVER 75 HP)
$36.05
IT
5D
8L
BARRIER MACHINE (ZIPPER)
$36.05
1T
5D
8L
BATCH PLANT OPERATOR, CONCRETE
$36.05
1T
5D
8L
BELT LOADERS (ELEVATING TYPE)
$35.69
1T
5D
8L
BOBCAT
$33.59
1T
5D
8L
BROOMS
$33.59
1T
5D
8L
BUMP CUTTER
$36.05
1T
5D
8L
CABLEWAYS
$36.49
1T
5D
8L
CHIPPER
$36.05
1T
5D
8L
COMPRESSORS
$33.59
1T
5D
8L
CONCRETE FINISH MACHINE - LASER SCREED
$33.59
1T
5D
8L
CONCRETE PUMPS
$35.69
1T
5D
8L
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT
$36.05
1T
5D
8L
CONVEYORS
$35.69
1T
5D
8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS
$35.69
1T
5D
8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS
$36.05
1T
5D
8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM
$36.49
1T
5D
8L
(INCLUDING JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM
$36.99
1T
5D
8L
(INCLUDING JIB WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM
$37.49
1T
5D
8L
(INCLUDING JIB WITH ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER
$33.59
1T
5D
8L
CRANES, A- FRAME, OVER 10 TON
$35.69
1T
5D
8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB
$37.99
1T
5D
8L
WITH ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS)
$36.05
1T
5D
8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS)
$36.49
1T
5D
8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER)
$36.99
1T
5D
8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO
$36.99
1T
5D
8L
BOOM
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO
$37.49
1T
5D
8L
BOOM
CRUSHERS
$36.05
1T
5D
8L
DECK ENGINEER/DECK WINCHES (POWER)
$36.05
1T
5D
8L
DERRICK, BUILDING
$36.49
1T
5D
8L
DOZERS, D -9 & UNDER
$35.69
1T
5D
8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT
$35.69
1T
5D
8L
DRILLING MACHINE
$36.05
1T
5D
8L
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE
$33.59
1T
5D
8L
EQUIPMENT SERVICE ENGINEER (OILER)
$35.69
1T
5D
8L
FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP
$36.05
1T
5D
8L
FORK LIFTS, (3000 LBS AND OVER)
$35.69
1T
5D
8L
FORK LIFTS, (UNDER 3000 LBS)
$33.59
1T
5D
8L
GRADE ENGINEER
$35.69
1T
5D
8L
GRADECHECKER AND STAKEMAN
$33.59
1T
5D
8L
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR
$35.69
1T
5D
8L
TUGGERS
HORIZONTAUDIRECTIONAL DRILL LOCATOR
$35.69
1T
5D
8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR
$36.05
1T
5D
8L
HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER)
$33.59
IT
5D
8L
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON)
$35.69
1T
5D
8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD)
$36.49
1T
5D
8L
LOADERS, OVERHEAD (8 YD & OVER)
$36.99
1T
5D
8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED
$36.05
1T
5D
8L
LOCOMOTIVES, ALL
$36.05
1T
5D
8L
MECHANICS, ALL
$36.05
1T
5D
8L
MIXERS, ASPHALT PLANT
$36.05
1T
5D
8L
MOTOR PATROL GRADER (FINISHING)
$36.05
1T
5D
8L
MOTOR PATROL GRADER (NON- FINISHING)
$35.69
1T
5D
8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD
$36.49
1T
5D
8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH
$33.59
1T
5D
8L
SEEDING OPERATOR
PAVEMENT BREAKER
$33.59
1T
5D
8L
PILEDRIVER (OTHER THAN CRANE MOUNT)
$36.05
1T
5D
8L
PLANT OILER (ASPHALT CRUSHER)
$35.69
1T
5D
8L
POSTHOLE DIGGER, MECHANICAL
$33.59
1T
5D
8L
POWER PLANT
$33.59
1T
5D
8L
PUMPS, WATER
$33.59
1T
5D
8L
QUAD 9, D -10, AND HD-41
$36.49
1T
5D
8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH
$36.49
1T
5D
8L
MOVING EQUIP
RIGGER AND BELLMAN
$33.59
1T
5D
8L
tROLLAGON
$36.49
1T
5D
8L
ROLLER, OTHER THAN PLANT ROAD MIX
$33.59
1T
5D
8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS
$35.69
1T
5D
8L
ROTO -MILL, ROTO- GRINDER
$36.05
1T
5D
8L
SAWS, CONCRETE
$35.69
1T
5D
8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP,
ARTICULATING OFF -ROAD EQUIPMENT ( UNDER 45 YD)
$36.05
1T
5D
8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP,
$36.49
1T
5D
8L
'
ARTICULATING OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
$35.69
1T
5D
8L
SCREED MAN
$36.05
1T
5D
8L
SHOTCRETE GUNITE
$33.59
1T
5D
8L
SLIPFORM PAVERS
$36.49
1T
5D
8L
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
$36.05
1T
5D
8L
1
SUBGRADE TRIMMER
$36.05
1T
5D
8L
TRACTORS, (75 HP & UNDER)
$35.69
1T
5D
8L
TRACTORS, (OVER 75 HP)
$36.05
1T
5D
8L
TRANSFER MATERIAL SERVICE MACHINE
$36.05
1T
5D
8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
$36.49
1T
5D
8L
TRENCHING MACHINES
UNDER 100 TON)
$35.69
$35.69
1T
1T
5D
5D
8L
8L
TRUCK CRANE OILER/DRIVER (
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
$36.05
1T
5D
8L
WHEEL TRACTORS, FARMALL TYPE
$33.59
1T
5D
8L
YO YO PAY DOZER
$36.05
1T
5D
8L
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER &
WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
$29.97
$28.35
4A
4A
5A
5A
TREE EQUIPMENT OPERATOR
$28.75
4A
5A
TRIMMER
$26.62
4A
5A
'TREE
TREE TRIMMER GROUNDPERSON
$19.48
4A
5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
$43.46
1 G
5A
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
$19.25
1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
$23.47
1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
$36.15
1 M
5D
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
$22.18
1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
$26.24
1
JOURNEY LEVEL
$24.84
2E
5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
$17.60
1
RESIDENTIAL LABORERS
JOURNEY LEVEL
$18.12
1
RESIDENTIAL PAINTERS
JOURNEY LEVEL
$14.83
1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
$27.87
1G
5A
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL
$43.46
1G
5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
$26.23
1J
5A
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
$30.60
1B
5A
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
$15.37
1
ROOFERS
JOURNEY LEVEL
$32.53
1R
5A
USING IRRITABLE BITUMINOUS MATERIALS
$35.53
1R
5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
$39.68
1J
6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
SIGN INSTALLER
$23.36
1
SIGN MAKER
$16.84
1
SIGN MAKERS & INSTALLERS (NON- ELECTRICAL)
SIGN INSTALLER
$17.31
1
SIGN MAKER
$15.61
1
SOFT FLOOR LAYERS
JOURNEY LEVEL
$30.60
1B
5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
$12.44
1
5s
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
$42.48
1B
5C
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
$13.23
1
SURVEYORS
CHAIN PERSON
$9.35
1
C�
C
INSTRUMENT PERSON
$11.40
1
rPARTY
CHIEF
$13.40
1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
$24.74
213
5A
HOLE DIGGER/GROUND PERSON
$13.18
2B
5A
INSTALLER (REPAIRER)
$23.66
2B
5A
JOURNEY LEVEL TELEPHONE LINEPERSON
$22.91
213
5A
SPECIAL APPARATUS INSTALLER 1
$24.74
2B
5A
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
$24.21
$24.74
2B
26
5A
5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
$22.91
2B
5A
TELEVISION GROUND PERSON
$12.42
2B
5A
TELEVISION LINEPERSON /INSTALLER
$17.02
2B
5A
TELEVISION SYSTEM TECHNICIAN
$20.54
213
5A
TELEVISION TECHNICIAN
$18.33
2B
5A
TREE TRIMMER
$22.91
2B
5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
$32.83
1 H
5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
$26.66
1 H
5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
$27.67
1 K
5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS)
$33.48
1T
5D
8L
ASPHALT MIX (OVER 16 YARDS)
$34.06
1T
5D
8L
DUMP TRUCK
$33.48
1T
5D
8L
DUMP TRUCK & TRAILER
$34.06
1T
5D
8L
OTHER TRUCKS
$34.06
1T
5D
8L
TRANSIT MIXER
$23.45
1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
$17.71
1
OILER
$12.97
1
WELL DRILLER
$17.68
1
C�
C
BENEFIT CODE KEY - EFFECTIVE 03 -03 -02
L
OVERTIME CODES
Overtime Calculations are based on the hourly rate actually paid to the worker. On public
works projects, the hourly rate must be not less than the prevailing rate of wage minus the
' hourly rate of the cost of fringe benefits actually provided for the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER
WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked on Saturdays, Sundays and holidays shall be paid at one and one -half times the
hourly rate of wage.
B. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All
hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
C. All hours worked on Sundays shall be paid at double the hourly rate of wage.
' D. The first eight (8) hours worked on Saturdays of a five - eight hour work week and the first eight (8)
hours worked on a fifth calendar day, excluding Sunday, in a four - ten hour schedule, shall be paid at one
and one -half times the hourly rate of wage. All hours worked in excess of eight (8) hours per day on
Saturday; all hours worked in excess of eight (8) hours in a fifth calendar weekday of a four - ten hour
schedule; all hours worked in excess of ten (10) hours per day Monday through Friday, and all hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage.
All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays
'(except Labor Day) shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall
be paid at three times the hourly rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar
weekday in a four - ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All
hours worked in excess of ten (10) hours per day Monday through Saturday, and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
' H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather
conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All
' hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
J. The first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage.
All hours worked in excess of eight (8) hours and Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of
wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
L. All hours worked on Saturdays, Sundays and holidays (except Thanksgiving Day and Christmas Day)
shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day
and Christmas Day shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather
conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays
and holidays shall be paid at double the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the
hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of
wage.
P. All hours worked on Saturdays (except makeup days) and Sundays shall be paid at one and one -half
times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of
wage.
Q. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All
hours worked on Sundays and holidays (except Christmas Day) shall be paid at double the hourly rate of
wage. All hours worked on Christmas Day shall be paid at two and one -half times the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. 3
S. All hours worked on Sundays between the hours of 12:OOAM Sunday and 6:OOAM Monday and on
holidays shall be paid at double the hourly rate of wage.
T. All hours worked on Saturdays, except makeup days, shall be paid at one and one -half times the
hourly rate of wage. All hours worked after 6:OOPM Saturday to 6:OOAM Monday and on holidays shall be
paid at double the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All
hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of
wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except makeup days) shall be paid atone and one -half
times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of
wage.
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER
WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. The first six (6) hours worked on Saturday shall be paid at one and one -half times the hourly rate of
wage. All hours worked in excess of six (6) hours on Saturday and all hours worked on Sundays and
holidays shall be paid at two times the hourly rate of wage.
B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. 3
C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All
hours worked on holidays shall be paid at two times the hourly rate of wage.
D. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate o
wage. The first eight (8) hours worked on holidays shall be paid at straight time in addition to the holiday
pay. All hours worked in excess of eight (8) hours on holidays shall be paid at one and one -half times the
hourly rate of wage.
E. All hours worked on Saturdays or holidays (except Labor Day) shall be paid at one and one -half times
the hourly rate of wage. All hours worked on Sundays or on Labor Day shall be paid at two times the
hourly rate of wage.
F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition
to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the
hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on
paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on
holidays shall be paid at one and one -halm times the hourly rate of wage.
' J. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours worked on
paid holidays shall be paid at two and one -half times the hourly rate of wage, including the holiday pay. All
hours worked on unpaid holidays shall be paid at two times the hourly rate of wage.
M. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of
wage.
O. All hours worked on Sundays and holidays shall be paid at one and one - half times the hourly rate of
wage.
4A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at
double the hourly rate of wage. All hours worked on Saturdays, Sundays, and holidays shall be paid at
double the hourly rate of wage.
`5.
A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
after Thanksgiving Day, and Christmas Day (7).
HOLIDAY CODES
n
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
after Thanksgiving Day, the day before Christmas Day, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday and Saturday after Thanksgiving Day, and Christmas Day (8).
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the last
work day before Christmas Day, and Christmas Day (7).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the day after
Thanksgiving Day, and Christmas Day (6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and
Christmas Day (6).
' N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's
Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9).
' O. Paid Holidays: New Year's Day, Washington's Birthday, Independence Day, Labor Day, Thanksgiving
Day, and Christmas Day (6).
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
and Christmas Day (6).
R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day, Thanksgiving Day,
the day after Thanksgiving Day, one -half day before Christmas Day, and Christmas Day (7 1/2).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, and Christmas Day (7).
T. Paid holiday: seven (7) paid holidays.
V. Paid Holidays: six (6) paid holidays.
W. Paid Holidays: nine (9) paid holidays..
X. Holidays: After 520 hours - New Year's Day, Thanksgiving Day, and Christmas Day. After 2080 hours
- New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Christmas Day and a floating holiday (8).
Y. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day,
Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day (8).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day,
Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
6. HOLIDAY CODES
A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday after Thanksgiving Day, the last work day before Christmas Day, and Christmas
Day (9).
D. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas
Day (9).
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday after Thanksgiving Day, and Christmas Day (7).
L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (8).
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the day after Thanksgiving Day, and Christmas Day. Unpaid Holiday: Presidents' Day.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, th
Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8).
wi
T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday after Thanksgiving Day, the last working day before Christmas Day, and t�
Christmas Day (9).
U. Holidays: New Year's Day, Day before New Year's Day, Memorial Day, Day before Independence
Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before
Christmas Day, Christmas Day (10).
V. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
day after Thanksgiving Day, Christmas Eve Day, Christmas Day, Employee's Birthday, and one day of the
Employee's choice (10).
W. Paid Holidays: New Year's Day, Day before New Year's Day, Presidents' Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day befor
Christmas Day (10).
X. Paid Holidays: New Year's Day, day before or after New Year's Day, Presidents' Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day before
or after Christmas Day, Employee's Birthday (11).
NOTE CODES
A. The standby rate of pay for divers shall be one -half times the divers rate of pay. In addition to the
hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over
50' to 100'- $1.00 per foot for each foot over 50 feet, over 100' to 175'- $2.25 per foot for each foot over
100 feet, over 175' to 250' - $5.50 per foot for each foot over 175 feet, over 250' - divers may name their
own price, provided it is no less than the scale listed for 250 feet.
C. The standby rate of pay for divers shall be one -half times the divers rate of pay. In addition to the
'hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over
50' to 100'- $1.00 per foot for each foot over 50 feet, over 100' to 150'- $1.50 per foot for each foot over
100 feet, over 150' to 200'- $2.00 per foot for each foot over 150 feet, over 200'- divers may name their
own price.
D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
'E. All classifications, including all apprentices, reporting to an employer's designated job headquarters
and working a minimum of four (4) hours in any one (1) day shall receive a wage supplement of twenty -
four dollars ($24.00) in addition to the prevailing hourly rate of wage and fringe benefits.
L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, Level B:
$0.50, and Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows - Levels A & B: $1.00,
Levels C & D: $0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $1.00, Level B:
$0.75, Level C: $0.50, and Level D: $0.25.
Prevailing Wage Home I Prevailing Wage Rates
Prevailing Wage Home
lie q a, Last updated: Thursday, January 31, 2002
' Washington State
Iniorma ion a Services Comments about this page to: dow1235(&Jni.wa._gov
d
Ll
A
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
g
Washington State
Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, workers' wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements is provided by clicking on the benefit
code.
NOTE: Any apprentice not registered with the Washington State Apprenticeship and Training Council
must be paid prevailing journey level wages. To verify apprentice registration, call (360) 902 -5324.
KING County
Apprentices
Effective 3/3/02
Benefit Code Key
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
ASBESTOS ABATEMENT WORKERS
ENVIRONMENTAL CONTROL PAINTERS
1: 0 - 1000 Hours - 50.00%
$15.31
1 M
5D
2: 1001 - 2000 Hours - 60.00%
$17.70
1M
5D
3: 2001 - 3000 Hours - 75.00%
$23.09
1 M
5D
4: 3001 - 4000 Hours - 90.00%
$27.04
1 M
5D
LABORERS
1: 0 - 1000 Hours - 60.00%
$20.10
1 M
5D
2: 1001 - 2000 Hours - 70.00%
$22.49
1 M
51)
3: 2001 - 3000 Hours - 80.00%
$24.89
1 M
51)
4: 3001 - 4000 Hours - 90.00%
$27.28
1 M
51)
BOILERMAKERS
1: 0 - 1000 Hours - 70.00%
$30.83
$32.14
16
1 B
5N
5N
2: 1001 - 2000 Hours - 75.00%
3: 2001 - 3000 Hours - 80.00%
$33.46
1 B
5N
4: 3001 - 4000 Hours - 85.00%
$34.77
1 B
5N
5: 4001 - 5000 Hours - 90.00%
$36.08
1 B
5N
6: 5001 - 6000 Hours - 95.00%
$37.40
1 B
5N
BRICK AND MARBLE MASONS
1: 0 - 750 Hours - 50.00%
$19.96
1 M
5A
2: 751 - 2250 Hours - 55.00%
$21.36
$22.77
1 M
1 M
5A
5A
3: 2251 - 3000 Hours - 60.00%
4: 3001 - 3750 Hours - 70.00%
$25.58
1 M
5A
5: 3751 - 4500 Hours - 80.00%
$28.39
1 M
5A
6: 4501 - 5250 Hours - 90.00%
$31.21
1 M
5A
7: 5251 - 6000 Hours - 95.00%
$32.61
1 M
5A
CARPENTERS
ACOUSTICAL WORKER
1: 0 - 1000 Hours - 50.00%
$17.59
1 M
5D
2: 1001 - 2000 Hours - 60.00%
$24.23
1 M
5D
3:2001 - 3000 Hours - 68.00%
$26.45
1 M
5D
4: 3001 - 4000 Hours - 76.00%
$28.66
1 M
5D
5: 4001 - 5000 Hours - 84.00%
$30.88
1 M
5D
6: 5001 - 6000 Hours - 92.00%
$33.09
1 M
5D
BRIDGE, DOCK AND WARF CARPENTERS
1: 1 It Period - 60.00%
$20.26
1 M
5D
2: 2nd Period - 65.00%
$25.51
1 M
5D
3: 3rd Period - 70.00%
$26.89
1 M
5D
4: 4th Period - 75.00%
$28.27
1 M
5D
5: 5th Period - 80.00%
$29.64
1 M
5D
6: 6th Period - 85.00%
$31.02
1 M
5D
7: 7th Period - 90.00%
$32.40
1 M
5D
8: 8th Period - 95.00%
$33.77
1 M
5D
CARPENTER
1: 1 It Period - 60.00%
$20.26
1 M
5D
2: 2nd Period - 65.00%
$25.51
1 M
5D
3: 3rd Period - 70.00%
$26.89
1 M
5D
4: 4th Period - 75.00%
$28.27
1 M
5D
5: 5th Period - 80.00%
$29.64
1 M
5D
6: 6th Period - 85.00%
$31.02
1 M
5D
7: 7th Period - 90.00%
$32.40
1 M
5D
`
8: 8th Period - 95.00%
$33.77
1 M
5D
DRYWALL APPLICATOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1: 0 - 700 Hours - 50.00%
$17.41
1 M
5D
2: 701 - 1400 Hours - 60.00%
$24.01
1 M
5D
3: 1401 - 2100 Hours - 68.00%
$26.19
1 M
5D
4: 2101 - 2800 Hours - 76.00%
$28.38
1 M
5D
5: 2801 - 3500 Hours - 84.00%
$30.57
1 M
5D
6: 3501 - 4200 Hours - 92.00%
$32.75
1 M
5D
MILLWRIGHT AND MACHINE ERECTORS
1: 1 It Period - 60.00%
$20.86
1 M
5D
2: 2nd Period - 65.00%
$26.16
1 M
5D
3: 3rd Period - 70.00%
$27.59
1 M
5D
4: 4th Period - 75.00%
$29.02
1 M
5D
5. 5th Period - 80.00%
$30.44
1 M
5D
6: 6th Period - 85.00%
$31.87
1 M
5D
7: 7th Period - 90.00%
$33.30
1 M
5D
8: 8th Period - 95.00% $34.72
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
1 M
5D
1: 1 It Period - 60.00%
$20.38
1 M
5D
2: 2nd Period - 65.00%
$25.64
1 M
5D
3: 3rd Period - 70.00%
$27.03
1 M
5D
4: 4th Period - 75.00%
$28.42
1 M
5D
5: 5th Period - 80.00%
$29.80
1 M
5D
6: 6th Period - 85.00%
$31.19
1 M
5D
7: 7th Period - 90.00%
$32.58
1 M
5D
8: 8th Period - 95.00%
$33.96
1 M
5D
CEMENT MASONS
1: 0 - 1000 Hours - 50.00%
$22.82
1 M
5D
2. 1001 - 2000 Hours - 60.00%
$25.49
1 M
5D
3: 2001 - 3000 Hours - 70.00%
$28.15
1 M
5D
4: 3001 - 4000 Hours - 80.00%
$30.82
1 M
5D
5: 4001 - 5000 Hours - 90.00%
$33.48
1 M
5D
6: 5001 - 6000 Hours - 95.00%
$34.82
1 M
5D
DRYWALL TAPERS
1: 0 - 1000 Hours - 50.00%
$21.62
1 J
5B
2: 1001 - 2000 Hours - 55.00%
$22.95
1J
5B
3: 2001 - 3000 Hours - 65.00%
$25.61
1J
5B
4: 3001 - 4000 Hours - 75.00%
$28.27
1 J
5B
5: 4001 - 5000 Hours - 85.00%
$30.93
1 J
5B
6: 5001 - 6000 Hours - 90.00%
$32.26
1 J
5B
ELECTRICIANS - INSIDE
1: 0 - 1000 Hours - 40.00%
$16.80
1 D
6H
2: 1001 - 2000 Hours - 50.00%
$20.12
1 D
6H
3: 2001 - 3500 Hours - 55.00%
$24.86
1 D
6H
4: 3501 - 5000 Hours - 65.00%
$28.74
1 D
6H
5: 5001 - 6500 Hours - 75.00%
$32.62
1 D
6H
6: 6501 - 8000 Hours - 85.00%
$36.50
1 D
6H
ELECTRICIANS - POWERLINE CONSTRUCTION
JOURNEY LEVEL LINEPERSON
1: 0 - 1000 Hours - 60.00%
$26.62
4A
5A
2: 1001 - 2000 Hours - 65.00%
$28.12
4A
5A
3: 2001 - 3000 Hours - 71.00%
$29.93
4A
5A
4: 3001 - 4000 Hours - 81.00%
$32.93
4A
5A
5: 4001 - 5000 Hours - 85.00%
$34.14
4A
5A
6: 5001 - 6000 Hours - 89.00%
$35.33
4A
5A
7: 6001 - 7000 Hours - 93.00%
$36.54
4A
5A
POLE SPRAYER
1: 0 1000 Hours - 85.70%
$34.35
4A
5A
-
2: 1001 - 2000 Hours - 89.80%
$35.58
4A
5A
3: 2001 - 3000 Hours - 92.80% $36.48
4A
5A
1
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
1: 0 - 1000 Hours - 55.00%
$6.90
1
2: 1001 - 2000 Hours - 60.00%
$7.24
1
3: 2001 - 3000 Hours - 65.00%
$7.85
1
4: 3001 - 4000 Hours - 70.00%
75.00%
$8.45
$9.05
1
1
5: 4001 - 5000 Hours -
6: 5001 - 6000 Hours - 80.00%
$9.66
1
7: 6001 - 7000 Hours - 85.00%
$10.26
1
8: 7001 - 8000 Hours - 95.00%
$11.47
1
FLAGGERS
1: 0 - 1000 Hours - 60.00%
$20.10
1 M
5D
2: 1001 - 2000 Hours - 70.00%
$22.49
1 M
5D
3: 2001 - 3000 Hours - 80.00%
$24.89
1 M
5D
4: 3001 - 4000 Hours - 90.00%
$24.99
1 M
5D
GLAZIERS
1: 0 - 1000 Hours - 45.00%
$17.72
2E
5G
2: 1001 - 2000 Hours - 50.00%
$19.38
2E
5G
3: 2001 - 3000 Hours - 55.00%
4: 3001 - 4000 Hours - 60.00%
$21.04
$22.70
2E
2E
5G
5G
5: 4001 - 5000 Hours - 65.00%
$24.35
2E
5G
6: 5001 - 6000 Hours - 70.00%
$26.01
2E
5G
7: 6001 - 7000 Hours - 80.00%
$29.33
2E
5G
8: 7001 - 8000 Hours - 90.00%
$32.64
2E
5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
5.
MECHANIC
1: 0 - 1000 Hours - 50.00%
$21.40
1 F
5C
2: 1001 - 2000 Hours - 55.00%
$22.85
1 F
5C
3: 2001 - 4000 Hours - 65.00%
$25.76
1 F
5C
4: 4001 - 6000 Hours - 75.00%
$28.66
1 F
5C
5: 6001 - 8000 Hours - 85.00%
$31.57
1 F
5C
HOD CARRIERS & MASON TENDERS
1: 0 - 1000 Hours - 60.00%
$20.10
1 M
5D
2: 1001 - 2000 Hours - 70.00%
$22.49
1 M
5D
3: 2001 - 3000 Hours - 80.00%
$24.89
1 M
5D
4: 3001 - 4000 Hours - 90.00%
$27.28
1 M
5D
INSULATION APPLICATORS
1: 0 - 1000 Hours - 50.00%
$17.51
1 M
5D
2: 1001 - 2000 Hours - 60.00%
$24.13
1 M
5D
3: 2001 - 3000 Hours - 75.00%
$28.27
1 M
5D
4: 3001 - 4000 Hours - 90.00%
$32.40
1 M
5D
IRONWORKERS
1: 0 - 1000 Hours - 65.00%
$21.13
1 B
5A
2: 1001 - 2000 Hours - 70.00%
$22.42
1 B
5A
3: 2001 - 3000 Hours - 75.00%
$30.72
1 B
5A
4: 3001 - 4000 Hours - 80.00%
$32.01
1 B
5A
5: 4001 - 5000 Hours - 90.00%
$34.59
1 B
5A
6: 5001 - 6000 Hours - 90.00%
$34.59
1 B
5A
7: 6001 - 7000 Hours - 95.00%
$35.88
1 B
5A
8: 7001 - 8000 Hours - 95.00%
$35.88
1 B
5A
LABORERS
1: 0 - 1000 Hours - 60.00%
$20.10
1 M
5D
2: 1001 - 2000 Hours - 70.00%
$22.49
1 M
5D
3: 2001 - 3000 Hours - 80.00%
$24.89
1 M
5D
4: 3001 - 4000 Hours - 90.00%
$27.28
1 M
5D
LABORERS - UNDERGROUND SEWER & WATER
1: 0 - 1000 Hours - 60.00%
$20.10
1 M
5D
2: 1001 - 2000 Hours - 70.00%
$22.49
1 M
5D
3: 2001 - 3000 Hours - 80.00%
$24.89
1 M
5D
4: 3001 - 4000 Hours - 90.00%
$27.28
1 M
5D
LATHERS
1: 0 - 1000 Hours - 50.00%
$17.41
1 M
5D
2: 1001 - 2000 Hours - 60.00%
$24.01
1 M
5D
3: 2001 - 3000 Hours - 68.00%
$26.19
1 M
5D
4: 3001 - 4000 Hours - 76.00%
$28.38
1 M
5D
5: 4001 - 5000 Hours - 84.00%
$30.57
1 M
5D
6: 5001 - 6000 Hours - 92.00%
$32.75
1 M
5D
PAINTERS
1: 0 - 750 Hours - 55.00%
$13.86
2B
5A
2: 751 - 1500 Hours - 65.00%
$15.79
2B
5A
3: 1501 - 2250 Hours - 75.00%
$17.72
2B
5A
4: 2251 - 3000 Hours - 80.00%
$19.45
2B
5A
5: 3001 - 3750 Hours - 85.00%
$20.47
2B
5A
6: 3751 - 4500 Hours - 95.00%
$22.50
2B
5A
PLASTERERS
1: 0 - 500 Hours - 40.00%
$15.61
1 R
5A
2: 501 - 1000 Hours - 45.00%
$16.84
1 R
5A
3: 1001 - 1500 Hours - 45.00%
$22.14
1 R
5A
4: 1501 - 2000 Hours - 50.00%
$23.37
1 R
5A
5: 2001 - 2500 Hours - 55.00%
$24.59
1 R
5A
6: 2501 - 3000 Hours - 60.00%
$25.82
1 R
5A
7: 3001 - 3500 Hours - 65.00%
$27.04
1 R
5A
8: 3501 - 4000 Hours - 70.00%
$28.27
1 R
5A
9: 4001 - 4500 Hours - 75.00%
$29.50
1 R
5A
10: 4501 - 5000 Hours - 80.00%
$30.72
1 R
5A
11: 5001 - 5500 Hours - 85.00%
$31.95
1R
5A
12: 5501 - 6000 Hours - 90.00%
$33.18
1 R
5A
13: 6001 - 6500 Hours - 95.00%
$34.40
1 R
5A
14: 6501 - 7000 Hours - 95.00%
$34.40
1 R
5A
PLUMBERS & PIPEFITTERS
1: 0 - 2000 Hours - 42.50%
$21.29
1 G
5A
2: 2001 - 3000 Hours - 50.00%
$28.45
1G
5A
3: 3001 - 4000 Hours - 55.00%
$30.09
1 G
5A
4: 4001 - 5500 Hours - 60.00%
$31.71
1G
5A
5: 5501 - 7000 Hours - 65.00%
$33.35
1G
5A
6: 7001 - 8500 Hours - 70.00%
$34.97
1G
5A
7: 8501 - 10000 Hours - 85.00%
$39.88
1G
5A
POWER EQUIPMENT OPERATORS
ALL EQUIPMENT
1: 0 - 500 Hours - 55.00%
$23.40
1T
5D
8L
2: 501 - 1000 Hours - 60.00%
$24.77
1T
5D
8L
3: 1001 - 2000 Hours - 65.00%
$26.13
1T
5D
8L
4: 2001 - 3000 Hours - 70.00%
$27.50
1T
5D
8L
5: 3001 - 4000 Hours - 75.00%
$28.86
1T
5D
8L
6: 4001 - 5000 Hours - 80.00%
$30.23
1T
5D
8L
7: 5001 - 6000 Hours - 90.00%
$32.96
1T
5D
8L
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1: 0 - 1000 Hours - 65.00%
$18.41
4A
5A
2: 1001 - 2000 Hours - 75.00%
$20.51
4A
5A
3: 2001 - 3000 Hours - 80.00%
$21.56
4A
5A
4: 3001 - 4000 Hours - 90.00%
$23.68
4A
5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
1: 0 - 2000 Hours - 42.50%
$19.78
1G
5A
2: 2001 - 4000 Hours - 50.00%
$25.36
1 G
5A
3: 4001 - 6000 Hours - 60.00%
$28.97
1G
5A
4: 6001 - 8000 Hours - 70.00%
$32.61
1G
5A
5: 8001 - 10000 Hours - 85.00%
$38.03
1G
5A
RESIDENTIAL CARPENTERS
1: 1 It Period - 60.00%
$14.08
1
2: 2nd Period - 65.00%
$15.26
1
3: 3rd Period - 70.00%
$16.43
1
4: 4th Period - 75.00%
$17.60
1
5: 5th Period - 80.00%
$18.78
1
6: 6th Period - 85.00%
$19.95
1
7: 7th Period - 90.00%
$21.12
1
8: 8th Period - 95.00%
$22.30
1
RESIDENTIAL ELECTRICIANS
1: 0 - 900 Hours - 50.00%
$13.12
1
2: 901 - 1800 Hours - 55.00%
$14.43
1
3: 1801 - 2700 Hours - 75.00%
$19.68
1
4: 2701 - 4000 Hours - 85.00%
$22.30
1
RESIDENTIAL PLUMBERS & PIPEFITTERS
1: 0 - 1000 Hours - 55.00%
$18.42
1G
5A
2: 1001 - 2000 Hours - 65.00%
$20.52
1G
5A
3: 2001 - 4000 Hours - 75.00%
$22.62
1G
5A
4: 4001 - 6000 Hours - 85.00%
$24.72
1G
5A
ROOFERS
1: 0 - 820 Hours - 60.00%
$20.18
1 R
5A
2: 821 - 1630 Hours - 67.00%
$21.94
1 R
5A
3: 1631 - 2450 Hours - 74.00%
$23.70
1 R
5A
4: 2451 - 3270 Hours - 81.00%
$27.76
1 R
5A
5: 3271 - 4080 Hours - 88.00%
$29.52
1 R
5A
6: 4081 - 4899 Hours - 95.00%
$31.27
1 R
5A
SOFT FLOOR LAYERS
1: 0 - 750 Hours - 45.00%
$15.51
1 B
5A
2: 751 - 1500 Hours - 50.00%
$16.88
1 B
5A
3: 1501 - 2250 Hours - 60.00%
$19.62
1 B
5A
4: 2251 - 3000 Hours - 70.00%
$22.37
1 B
5A
5: 3001 - 3750 Hours - 80.00%
$25.11
1 B
5A
6: 3751 - 4500 Hours - 90.00%
$27.86
1 B
5A
SPRINKLER FITTERS (FIRE PROTECTION)
1: 1 It Period - 40.00%
$15.64
1 B
5C
2: 2nd Period - 42.00%
$16.27
1 B
5C
3: 3rd Period - 44.00%
$16.90
1 B
5C
4: 4th Period - 47.00%
$17.85
1 B
5C
5: 5th Period - 52.00%
6: 6th Period - 57.00%
7: 7th Period - 62.00%
8: 8th Period - 65.00%
9: 9th Period - 75.00%
10: 10th Period - 80.00%
TERRAZZO WORKERS & TILE SETTERS
1: 0 - 1000 Hours - 50.00%
2: 1001 - 2500 Hours - 55.00%
3: 2501 - 3500 Hours - 60.00%
4: 3501 - 4500 Hours - 70.00%
5: 4501 - 5500 Hours - 80.00%
6: 5501 - 6250 Hours - 90.00%
7: 6251 - 7000 Hours - 95.00%
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
1: 0 - 1000 Hours - 50.00%
2: 1001 - 2500 Hours - 55.00%
3: 2501 - 3500 Hours - 60.00%
4: 3501 - 4500 Hours - 70.00%
TRAFFIC CONTROL STRIPERS
1: 0 - 500 Hours - 60.00%
2: 501 - 1000 Hours - 60.00%
3: 1001 - 2333 Hours - 60.00%
4: 2334 - 4666 Hours - 73.00%
5: 4667 - 7000 Hours - 88.00%
TRUCK DRIVERS
ALL TRUCKS
1: 0 - 700 Hours - 70.00%
2: 701 - 1400 Hours - 80.00%
3: 1401 - 2100 Hours - 90.00%
0
5-
$22.12
1B
5C
$23.69
1 B
5C
$25.52
1 B
5C
$26.46
1 B
5C
$30.11
1B
5C
$31.68
1 B
5C
$18.51
1 H
5A
$19.77
1 H
5A
$21.04
1 H
5A
$23.58
1 H
5A
$26.11
1 H
5A
$28.65
1 H
5A
$29.92
1 H
5A
$18.11
1H
5A
$19.33
1 H
5A
$20.56
1 H
5A
$23.02
1 H
5A
$12.68
1 K
5A
$15.48
1 K
5A
$17.76
1K
5A
$20.98
1 K
5A
$24.70
1 K
5A
$26.17
1T
5D 8L
$28.61
1T
5D 8L
$31.04
1T
5D 8L
>� of Lbor asd Iadousies
'� STATEMENT OF INTENT
.,� wale
Bm - TO PAY l'RE'VAILING WAGES
wpia WA 9850"-W ethlic Works Contract
TMs FORM MUST BE TYPED ORPRUnW IN M -. $25.W Filing Fee Required
-- bereftv7wd,vitltQwmro cL. Coetracsd
[.stye. bold stns t»atdt isstcoaiosss os be& of fasts. 2
Itoagaass.ntalaassf a1.rW �/.w /�e.dyN' �.MMA�vasar
wobwlmwow�
0gpa adoa ssM.ddeaa. otywae t 2jP +e
3 C Mftfi''(w0CC%MdM
<<
`e _.__ O
_ r w6ae wat wiR be pedom.d C
Biddoedse r
CastL Rs=i:<ration No. • � 7a iaaod t.a.e.sboumataea? . I
Yes N. C3
>ndnte low &taramoaoto [ r woontsul —► Is
Roma(
Rats a iiomix
4 F to BmfM
�►r�I► 5 ti e
I yaeby eatify tha tits ,bore bda®ad.a is emaa sod tots ati wodtas I
aopiog ds this Pabtie wodks Projecs will be pod ae ks � �
Ws" Rates) as *==iu d by the kawa al Un rido Pie+ -c-
d Labot sad I � dw eO°vaaO6
w.p Law4 i.e. i.00aen d wodt at.osl�m. iawsopes
water, ese . ate subject t. Sees UWAW dew=" a.d
psymns at w3 be wgaimd t. pap say bath wata due to �O&cm RG,V 9!.72450
NOTARY: Compkse an ! copies and tmotw� eub
5ubscnbed and swMtn to before tttc this date. oo � explM
Nouup Pobrw in and for the Slate
of
sipamm
Fo LEI ust oat
APPROVED: Department of Labor and Industries
By
F70GaQ}000.�cr d krs a P7
C ,
Siy.atore rat
CheaNumbm
Inow Br.
MW
r^ s.e
U.Od►
s has i"Cw t. tss swMM&tsi
Yo C3 N.. Q
s F.stt�d Noml=
aWO&M
+
CoatL
- .�d.�s f c —w7 - LA3 R �°`°°`
- A d t.dd�d - S.6wae<•O�
ti
INSTRUCTIONS TO COMPLETE THE
STATEMENT OF INTENT TO PAY PREVAILING WAGES
Incomplete forms cannot be processed and will be returned without approval.
This form must by TYPED OR PRINTED IN R'AC. completed in its entirety. and al 4 copies submitted with the processing be of moo to:
Note: Please fold in thirds
using marks along the left edge
so the address will show in a
window envelope.
MANAGEMENT SERVICES
DEPARTMENT OF LABOR AND INDUSTRIES
PO BOX 44835
OLYMPIA WA 98504 -4835
Approiral of this Intent will be based an the Wormation prvvfded by the oorttracbdsuboontractor. It does not signify approval of the dassilicaSons of
labor used by the eontraetodwboorttr-acYCr. After the Industrial Stataoeian has approved the statement Inuit to Pay Prevailing
of Wages, the
dePartrnent Will return 3 copies brie on the kmit• Please cal'rXM 902 -5335 If you have quessor s.
NOTE: PNasa do nht submh this form to our office it the 'Awarding Agency. Is a federal entity.
Complete the form as follows: NOTE. Numbers on btstrsrctfons match large bold numbers on front of form.
. 1. The company name and address b which your forms should be marled.
.. � • � ` � -
2 Project Name -The name of the
project
Contraet Number -This is the number of the contract between the awarding agency alb the prime eottracIX -
Contraot Awarding Agency - This is the name of the public agency tftat awarded be contract to the contracbr. ,
prime
Address, City. State, ZIP «4 - This Is the address of the contract awarding agency.
County whore work was performed - This k rte county In which the actual work will be perbmwxL
where - This is the dly in which the work will be performed. If the work will be performed outside the Imits of any
city. rwh
Old Due Dais - This is the date that the bids from prim contractors were due kv submission b the contact awarding agency. (mcr& dayyaar)
Dab COrltraetAwarded - This is the date rr contrad was awarded to the contractor
prime by rte awarding agency. (monlVdayyear)
Prktte Contractor - This is the company that signwd the Contract with the
oontract awarddm9 agency.
Do you btbnd to use subcontractors? - ktdieata'Yeto- or 'No'.
Do you Inbnd to use apprentices? . k>dicm Yes' or *No*. r' yes'. please see Note at the bottom of this page.
MOM gapes are hod b fie -Id Due Daw t il rie -Dab Canoes! Awarded• is she mnntrs or nnre after rw bid dW dares, rwprs w7 be based an that awmd loos.
3, List each aWnadabocupation of workers to be employed on Iris project. 11 aft is residential, landscape, a trrbergroutd sewer and wafer
>lucft'k phase state so on rie form.
If operating engineers and/or hick drivers will be used, describe •lhe type. and list the size ar rated capacity of the equgmertt
ff(ter/bperaw under the 'CratC' section. and ttecrons 4.5 and 6 need not be completed.
oDrr*Q4y are not Considered b be ownersk peralxs, and must be paid prwrd&V wage.)
4. Entec rie rate of hourly pay for each 03111tradaboccrpation classfficagorL This is the wage you wit actually pay b the workers.
5. Enter r,e rate of hourly binge bertebts. This is the oast of kiige benefits. as defined by RCW 39. 12010. that you wtl actrialy pay b rte workers
The i tided for data orl4ourh �Y P the amount fisted Ax -Rate Hourly
of Fringe Benefits :'d ary. must equal or exceed the prevailing rate
wage-
6. Enter the estimated number of workers for each crafVlrade0bccupapon, '
i. 'Notary* - E115t7e this area is Completely bolted out and each Copy notarized with the: Seal or Stamp.
8. Indicate your compano name, address. phone number and the signature of an authorized representative. Contractor registration number begins
with first letters of co mpany name. Forms without signatures will be returned.
NOTE: pro not fist Industrial Statistician
apprentices or apprentice wages on this Statement of Inteiil- If you intend to use ESAC Division
apprentices on this project, they must be listed on the Affidavit of Wages Paid (F70t&-007
-00p) and registered FO Box 44540
with the Washington State Apprenticeship and Training Council. Any workers not registered) such must registered be
paid prevailing journeyman wages. Apprentices
not registered with the Washington State Apprenticeship and Olympia WA 985044W
Training Council within 60 days of hiring, must be paid prevailing journeyman wages for the time (360) 902 -5335
preceding the
data of registration. To verify apprenticeship registration and status. ca (360) 902.5324.
o[Labat and lu hmuies Ar r'1.liA V 11 Ur V V t -I "JOIt-3 r eA-W
ED Bm u� 0 Public Works Contract
Olympia WA MO"3540
THIS FORM MUST BE TYPED OR PRWPED IN INK $25.00 Filing Fee Required
.,r....a..Rttt be ravened widrnW a=oval.
I,arM bold exam mat& iosnoctiow an beet of loan.
Nsarrsae�raiirssaff�wrM- &rfjrp MMaprlawtwe lew�x
��yY SEMAEM,70'' '`7tG5'ADDfiESS
1 prpoatios aama addraa. us1. uua! ZIP + 4
X *a
E/
t�
\e
.......... . ..... .
2
3 1
�\
Coscraa Ar+rdoi ALA
t�
\e
.......... . ..... .
2
r7ojoci Hamm
�\
Coscraa Ar+rdoi ALA
MIN
Date bftm fled
was pafanaed I My whore -a&
ln&cm w d dAw 2mo" 0t yonr ooarratx --► $
4 rites 5 Taal bes s Raw of T wee of Hoorip 8 Appemeiasr
of Wed=S wOeted -es trade f fib► wi Map Bendits . aw Rw Mdd r�l
` 0 c-
:p o:
I hereby eaufy that dte above Womstios is eoaect and that an wed us I
unployed on this Pabbc Wods ft was Pad so hss dm the P=vaii"ug
Wade Ruda) as dctcmwd by the lsdostrial Sums6diam of
vsaieu cparmmm
of Labor and Iodssmcs. I umk= sd that oosaaooa VAD
Wade Laws. i.e� i..m d..ffiaoadrerPe of w& of wodoes:, wropes
PaFoas P wades. ore. ate subject m Eno asdAw debm— and
be scgared to pay MY bads wasw due to wo kcm RCw 7912050
p NOTARY: Campide 28 4 crpies acrid nourtm emcb
F7MW7 -4DW aQid.11101 "V= ss�
1
aearhumber-
Issoed Br-
,y - A-rdk[ A&—y pick • Prmd
INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID
NOTE: Please do not submit this form to our office it the "Awarding Agency" is a federal entity.
Certification of this affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the
::Ias silica lions of labor used by the contractor /suboontractor. After the Industrial Statistician has certified the Affidavit of Wages Paid, the
aepartment will return 3 copies to the organization indicated on the form. Please cap (360)902.5335 if you have questions.
Incomplete forms cannot be processed and will be returned without certification.
This form must by TYPED OR PRINTED IN INK, and all 4 copies submitted with the processing fee of $25.00 to
MANAGEMENT SERVICES Note: Please fold in thirds
DEPARTMENT OF LABOR AND INDUSTRIES using marks along the left
PO BOX 44835 edge so the address will
OLYMPIA WA 98504 -4835 show in a window envelope.
Complete the form as follows: NOTE: Numbers on Instructions match large bold numbers on front of this form -
The company name and address to which your forms should be mailed.
2. Project Name - The name of the project
Contract Number - This is the number of the contract between the awarding agency and the prime contractor
Date Intent Filed - This is the date that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval. (monttvdayyear
Contract Awarding Agency - This is the name of the public agency that awarded the contract to the prime contractor. )
Address, City, State, ZIP .4 - This is the address of the contract awarding agency.
County where work was performed - This is the county in which the actual work was performed.
City where work was performed - This is the city in which the work was performed If the work was performed outside the limits of any city, write
Iva' in this space.
Bid Due Date - This is the date that the bids from prime contractors were due for submission to the contract awarding agency. (month/dayyear)
Date Contract Awarded - This is the date the contract was awarded to the prime contractor by the awarding agency. (mondVdayyear)
Date Work Completed - This is the date your portion of the contract was completed. (month/dayyear)
Prime Contractor - This is the company that signed the contract with the contract awarding agency.
NOTE: wages are tied to the "sid Due Date'- it Date Contract Awarded is six months or more after the bid due date, wages will be based on that award date.
3 List each cra"ade /occupation of workers employed on this project. If this Is residential, landscape, or underground sewer and water
construction, please state so on the form.
It operating engineers and/or truck drivers have been used, describe the type, and list the size or rated capacity of the equipment.
It the work was done by owners /partners, state 'Owner /operator' under the 'Craft' section. Sections 4, 5, 6, 7 and 8 need not be led.
(Individuals who own less than 30% of the company are not considered to be owners/operators, and must be paid prevailing wage.) comple
4 List the actual number of )ourney -level workers employed in the craft/trade /occupation indicated on this project-
-5 List the total number of hours worked by each crafVtrade/oocupation.
o. Enter the rate of hourly pay for each cra"ade /occupation classification. This is the wage you actually paid to the workers.
7 Enter the rate of hourly fringe benefits. This is the cost of hinge benefits, as defined by RCW 39.12.010, that you actual 'd to
The amount listed for 'Rate of Hourly Pay' plus the amount fisted for 'Rate of Hourly Fringe Benefits', if any. must ti workers.
rate of wage. y equal or exceed the prevaifing
8 If apprentices have been employed on this project, fist each by name, registration number, stage of progression.
craft, and rate of hourly pay and fringe benefits. This information must be indicated for each craft fisted for each date ti hire by the company,
space to list apprentices, use additional forms. apprentice. It you need more
Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any
apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing
purneyman wages for the time preceding the date of registration. To verity apprenticeship registration and status, cap (360) 902 -5324.
9 Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be
returned. (contractor registration number begins with the first letters of company name.)
10 -Notary- - Ensure this area is completely filled out and each copy notarized (seal or stamp).
RETAINAGE: Contractors are responsible for ensuring that subcontractors obtain and file Affidavits of Wages Paid. This is required by law;
e ;a Wage can not lawfully be released until such affidavits are filed
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our
subcontractors' employees for the period
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor & Industries. This form will be executed and submitted prior to or with the last pay
request.
Company Name
I
Title:
u
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
IPRESERVATION OF PUBLIC NATURAL RESOURCES
In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure
any permits or licenses required by, and comply fully with all provisions of the following laws,
ordinances, and resolutions:
King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics
Division review of grading and filling permits and unclassified use permits in flood hazard areas.
Resolution No. 36230 establishes storm drain design standards to be incorporated into project design
standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division.
King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No. 24834,
No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of
refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division
of Solid Waste.
Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air
contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency
(King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act,
R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18 -02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his operations, and
to make such information available to the public. See Puget Sound Pollution Control Agency Regulation
I.
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the
State consistent with public health and public enjoyment thereof, the propagation and protection of
wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that
end require the use of all known available and reasonable methods by industries and others to prevent and
control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or
otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or
tend to cause pollution of such waters. The law also provides for civil penalties of $5,000 /day for each
violation.
R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land,
air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of
the ground or into the waters of this State except at a solid waste disposal site for which there is a valid
permit.
R.C.W. 76- 04.370: Provide for abatement of additional fire hazard (lands upon which there is forest
debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and
school grounds). The owner and /or person responsible is fully liable in the event a fire starts or spreads
on property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire
conditions.
u
1),
Pagel of 5
R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire
hazards, instruction or silvicultural operations.
R.C.W. 76- .04.310: Stipulates that everyone clearing land or clearing right -of -way shall pile and burn or
dispose of by other satisfactory means., all forest debris cut thereon, as rapidly as the clearing or cutting
progresses, or at such other times as the department may specify, and in compliance with the law requiring
burning permits.
R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow
pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of
operations.
W.A.C. 332 -18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning.
U.S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of
Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their
own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92 -500 86 Stat. 816): Authorizes the
Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of
dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is
determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and
fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file
a complaint with the U. S. Attorney and share a portion of the fine.
Page 2 of 5
�' I
I
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KONG COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
r�
King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including
borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and
provides for land reclamation subsequent to these activities. A copy is available at the Department of
Public Works or Building and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired
by Public Works and reviewed by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying
and mining operations except on County right -of -way. Review by Building and Land Development
Division.
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of
Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173 -220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before
discharge of pollutants from a point source into the navigable waters of the State of Washington.
W.A.C. 372 -24: Permit to discharge commercial or industrial waste waters into State surface or ground
water (such as gravel washing, pit operations, or any operation which results in a discharge which contains
turbidity).
W.A.C. 508 -12 -100: Requires permit to use surface water.
W.A.C. 508 -12 -190: Requires that changes to permits for water use be reviewed by the Department of
Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal
and /or the diversion of water.
W.A.C. 508 -12 -220: Requires permit to use ground water.
W.A.C. 508 -12 -260: Requires permit to construct reservoir for water storage.
W.A.C. 508 -12 -280: Requires permit to construct storage dam.
W.A.C. 508 -60: Requires permit to construct in State flood control zone. King County Public Works
secures one for design. Contractor secures one for his operation (false work design, etc.)
Page 3 of 5
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational
purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict
burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire
weather or to prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
R.C.W. 76.08.275:
timber.
Operating permit required before operating power equipment in dead or down
R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and
earth from borrow pits).
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than
bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of
Public Works will obtain.)
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements
of, and penalties for failure to secure; a fire permit for building an open fire within a fire protection
district.
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General
Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on
navigable waters (King County Department of Public Works will obtain). King County Department of
Public Works will comply with pertinent sections of the following laws while securing the aforementioned
permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969,
Water Quality Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should
be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires),
Section 9.04 (particulate matter — dust), and Section 9.15 (preventing particulate matter from becoming
airborne).
Page 4 of 5
RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
IPRESERVATION OF PUBLIC NATURAL RESOURCES
ENVIRONMENTAL PROTECTION AGENCY
Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days
prior to the demolition of any structure containing asbestos material (excluding residential structures
having fewer than five (5) dwelling units).
The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the
Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All
costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made.
IAll permits will be available at construction site.
d
C
Page 5 of 5
�1
1
1
' CITY OF RENTON
SUPPLEMENTAL SPECIFICATIONS
1
1
1
f�
City of Renton
SUPPLEMENTAL
SPECIFICATIONS
for the
1996
Standard Specifications
for Road, Bridge,
and Municipal Construction
TY
�u
\N'rN
Adopted May 19, 1997
idW
Washington State Department of Transportation
American Public Works Association Washington State Chapter
CITY OF RENTON STANDARD SPECIFICATIONS
The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton
Standards) shall apply to all work performed within the public right -of -way by, or for, the City of Renton; or work
performed as an extension, betterment or addition to any of the City's utility, or transportation systems.
The Renton Standards are comprised of the following documents:
Standard Specifications
The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal
Construction (English)" published by the Washington State Department of Transportation and the American Public
Works Association, Washington Chapter.
WSDOT Amendments
WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT.
The included Index to Amendments lists all amendments received and acknowledged by the time of publication of
this document. These Amendments shall be considered a part of the Standard Specifications.
Standard Plans
The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as
published by the Washington State Department of Transportation and the Washington State Chapter of the
American Public Works Association, adopted by the City of Renton, and bound together with those standard plans
created by the City of Renton. An appendix contains the original WSDOT /APWA index showing the disposition
(Adopted, Replaced, or Deleted) of all original pages.
Supplemental Specifications
The City of Renton Supplemental Specifications is a compilation of the revisions made to the original
WSDOT /APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used
together with the original document(s).
Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original
(WSDOT /APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with
a line through the characters. (This - is- deist All replacement text or text being added is shown as underlined
type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being
revised, sufficient text from the original section is shown with cross -outs and boldface to show the revisions.
When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the
meaning of the added text.
Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following
the listing of the section number and title:
(APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard
Specifications.
(SA) Signifies that the section has been modified from the original State text by an amendment
produced by WSDOT. The text of the subject section is shown as modified by the amendment,
otherwise WSDOT Amendments are not shown in this document except for their listing in the
Index to Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has
been rewritten by Renton.
Those documents listed above shall govern all work, except as these standards may be modified or superseded
by project - specific plans, special provisions or other documents officially approved by the City of Renton.
All work within the public right -of -way performed by other agencies or private parties working under permit
authority of the City of Renton shall follow these standards with the exception of those requirements which pertain
to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the
Planning /Building /Public Works Department, Municipal Building, Renton, Washington 98055, where they may be
examined and copied by any interested party.
Page -RS -i
Revision Date. May 19, 1997
0
J
J
J
ril
J
Table of Contents
CITY OF RENTON STANDARD SPECIFICATIONS ...................................................... ............................... i
Division1
General Requirements ............................................................................ ............................... 1
1 -01 Definitions and Terms ...................................................................... ............................... 1
8 -09 Raised Pavement Markers .................................................................. .............................40
1 -02 Bid Procedures and Conditions ........................................................... ............................... 2
1 -03 Award and Execution of Contract ....................................................... ............................... 2
1-04 Scope of the Work ........................................................................... ............................... 3
8 -13 Monument Cases .............................................................................. .............................40
1 -05 Control of Work ............................................................................. ............................... 3
1-06 Control of Material .......................................................................... ............................... 7
1-07 Legal Relations and Responsibilities to the Public ................................... ............................... 7
8 -17 Impact Attenuator Syst ems ................................................................. .............................41
1-08 Prosecution and Progress ................................................................... .............................12
8 -20 Illumination, Traffic Signal Systems, and Electrical
1-09 Measurement and Payment ................................................................. .............................14
••.•..•.• ..............•..••••..• .............................41
8 -22 Pavement Marking . .47
1 -10 Temporary Traffic Control ................................................................. .............................18
8 -23 Temporary Pavement Markings ........................................................... .............................48
1 -11 Renton Surveying Standards ............................................................... .............................19
Division2
Earthwork .......................................................................................... ...............................
22
Page -RS -ii
2-02 Removal of Structures and Obstructions .............................................. ...............................
22
Revision Date. May 19, 1997
2 -03 Roadway Excavation and Embankment ............................................... ...............................
22
2-04 Haul ............................................................................................ ...............................
23
2-06 Subgrade Preparation ....................................................................... .............................23
2-09 Structure Excavation ......................................................................... .............................23
Division 3
Production From Quarry and Pit Sites and Stockpiling .................................... .............................25
3 No supplemental specifications were necessary ........................................... .............................25
Division4
Bases ................................................................................................. ...............................
25
4 No supplemental specifications were necessary .......................................... ...............................
25
Division5
Surface Treatments and Pavements ........................................................... ...............................
26
5-04 Asphalt Concrete Pavement .............................................................. ...............................
26
Division6
Structures ............................................................................................. .............................29
6-12 Rockeries ..................................................................................... ...............................
29
Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits .............................30
7 -01 Drains ........................................................................................... .............................30
7 -02 Culverts ............... ............................... ...................................... ............................... 30
7 -03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass ............................ .............................30
7-04 Storm Sewers ............................................................................... ............................... 30
7-05 Manholes, Inlets, and Catch Basins ................................................... ............................... 31
7 -08 General Pipe Installation Requirements .............................................. ............................... 32
7 -10 Trench Exc., Bedding, and Backfill for Water Mains ............................... .............................34
7 -11 Pipe Installation for Water Mains ....................................................... .............................34
7 -12 Valves for Water Mains .................................................................. ...............................
7 -14 Hydrants ..................................................................................... ............................... 38
7 -15 Service Connections ....................................................................... ...............................
7 -17 Sanitary Sewers .............................................................................. .............................39
Division 8 Miscellaneous Construction .......................
8 -09 Raised Pavement Markers .................................................................. .............................40
8-10 Guide Posts ..................................................................................... .............................40
8 -13 Monument Cases .............................................................................. .............................40
8 -14 Cement Concrete Sidewalks ................................................................ .............................40
8 -17 Impact Attenuator Syst ems ................................................................. .............................41
8 -20 Illumination, Traffic Signal Systems, and Electrical
••.•..•.• ..............•..••••..• .............................41
8 -22 Pavement Marking . .47
8 -23 Temporary Pavement Markings ........................................................... .............................48
Page -RS -ii
Revision Date. May 19, 1997
Division9 Materials ............................................................................................ ............................... 49
9 -00 Definitions and Tests ........................................................................ .............................49
� I
p
CI
J
d
u
j
n
Page- RS-iii
Revision Date: May 19, 1997
9 -02 Bituminous Materials ........................................................................ .............................49
9-04 Joint and Crack Sealing Materials ........................................................ .............................50
9-05 Drainage Structures, Culverts, and Conduits .......................................... .............................50
9-06 Structural Steel and Related Materials ................................................. .............................51
9-08 Paints .......................................................................................... ...............................
51
9 -23 Concrete Curing Materials and Admixtures ............................................ .............................52
9-29 Illumination, Signals, Electrical ........................................................... .............................52
9-30 Water Distribution Materials .............................................................. .............................58
INDEX TO WSDOT AMENDMENTS ......................................................................... .............................60
WSDOT AMENDMENTS ......................................................................... .............................60
� I
p
CI
J
d
u
j
n
Page- RS-iii
Revision Date: May 19, 1997
1
1
i,
d
7
i
F
[I
C
i -ul llelinlUOns Anu l erms
Division 1
General Requirements
1 -01 Definitions and Terms
SEC77ON 1 -01.1 IS REVISED BYADDING THE FOLLOWING:
1 -01.1 General (RC)
Whenever reference is made to the State, Commission,
Department of Transportation, Secretary of Transportation,
Owner, Contracting Agency or Engineer, such reference shall be
deemed to mean the City of Renton acting through its City Council,
employees, and duly authorized representatives for all contracts
administered by the City of Renton.
SECTION 1 -01.3 IS REVISED AND SUPPLEMENTED BY
THE FOLLOWING:
1 -01.3 Derinitions (RC, APWA)
Act of god (RC)
"Act of God" means an earthquake, flood, cyclone, or other
cataclysmic phenomenon of nature. A rain, windstorm, high water
or other natural phenomenon of unusual intensity for the specific
locality of the work, which might reasonably have been anticipated
from historical records of the general locality of the work, shall not
be construed as an act of god.
Consulting Engineer (RC)
The Contracting Agency's design consultant, who may or may
not administer the construction program for the Coptracting
Agency.
Day (R
Unless otherwise designated, day(s) as used in the Contract
Documents—shall be understood to mean working days.
Or Equal (RC)
Where the term "or equal" is used herein, the Contracting
Agency, or the Contracting Agency on recommendation of the
engineer, shall be the sole judge of the quality and suitability of the
proposed substitution.
The responsibility and cost of furnishing necessary evidence,
demonstrations, or other information required to obtain the
approval of alternative materials or processes by the Owner shall
be entirely borne by the Contractor.
Owner (RC)
The City of Renton, or its authorized representative. Also
referred to as Contracting Agency.
Plant (RC)
The contract plans and /or standard plans which show location,
character, and dimensions of prescribed work including layouts,
profiles, cross - sections, and other details.
Drawings may either be bound in the same book as the
balance of the Contract Documents or bound in separate sets, and
are a part of the Contract Documents, regardless of the method of
binding.
The terms "Standard Drawings" or "Standard Details"
generally used in specifications refers to drawings bound either
with the specification documents or included with the Plans or the
City of Renton Standard Plans.
Secretary, Secretary of Transportation (RC)
The chief executive officer of the Department and other
authorized representatives. The chief executive officer to the
Department shall also refer to the Department of
Planning/Building/Public Works Administrator.
Special Provisions (RC)
_odifications to the
standard specifications
spec. kagions and supplemental specifications that apply to an
individual project. The special provisions may describe work the
specifications do not cover. Such work shall comply first with the
special provisions and then with any specifications that apply. The
Contractor shall include all costs of doing this work within the bid
rp ices.
State (RC)
The state of Washington acting through its representatives.
The State shall also refer to The City of Renton and its authorized
representatives where applicable.
Contract Documents (APWA)
The component parts of the contract which may include, but
are not limited to, the Proposal Form, the Contract Form, bonds,
insurance certificates, various other certifications and affidavit, the
Contract Provisions, the Contract Plans, Working Drawings, the
Standard Specifications, the Standard Plans, Addendum, and
Change Orders.
Dates (APWA)
Bid Opening Date (APWA)
The date on which the Contracting Agency publicly opens and
reads the bids.
Award Date (APWA, RC)
The date of the formal decision of the Contracting Agency to
accept the lowest responsible and responsive Bidder for the work.
Contract Execution Date (APWA)
The date the Contracting Agency officially binds the agency to
the Contract.
Notice to Proceed Date (APWA)
The date stated in the Notice to Proceed on which the Contract
time begins.
Contract Completion Date (APWA, RC)
The date by which the work is contractually required to be
completed. The Contract Completion Date will be stated in the
Notice to Proceed. Revisions of this date will be authorized in
writing by the Engineer whtnever there is an extension to the
Contract time.
Final Acceptance Date (APWA, RC)
The date on which the Contracting Agency accepts the work
as complete per contract requirements.
Material (APWA)
Any substance specified for use in the construction of the
project and its appurtenances which enters into and forms a part of
the finished structure or improvement and is capable of being so
used and is furnished for that purpose.
Materialman (APWA)
A person or organization who furnishes a raw material,
Supply, commodity, equipment, or manufactured or fabricated
product and does not perform labor at the Project Site; a supplier.
Notice of Award (APWA)
The written notice from the Contracting Agency to the
successful Bidder signifying the Contracting Agency's acceptance
of the Bid.
Notice to Proceed (APWA)
The written notice from the Contracting Agency or Engineer
to the Contractor authorizing and directing the Contractor to
proceed with the Work and establishing the date on which the
Contract Time begins.
Page -SP -1
Revision Date: May 19, 1997
1 -02 Bid Procedures and Conditions
1 -02 Bid Procedures and Conditions
SECTION I-o2.1 IS DELETED AND REPLACED BY THE
FOLLOWING:
1-02.1 Qualifications of Bidder (APWA)
Bidders shall be qualified by experience, financing,
equipment and organization to do the work called for in the
Contract Documents. The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of
the Bidder to perform the work satisfactorily. This action may
include a pre qualification procedure prior to the Bidder being
furnished a proposal form on any contract or a preaward survey of
the Bidder's qualifications prior to award.
SECTION 1-02.2 IS DELETED AND REPLACED BY THE
FOLLOWING.
1-02.2 Bid Documents (APWA)
Information as to where Bid Documents can be obtained or
reviewed will be found in the Call for Bids for the Work placed in
the Contracting Agency's official newspaper.
SEC77ON 1- 02.4(2) IS SUPPLEMENTED BY REVISING
SENTENCE 1, PARAGRAPH I TO READ.
1 -02.4(2) Subsurface Information (APWA)
If the Contracting Agency has made subsurface investigation
of the site of the proposed work, the boring log data and soil
sample test data and geotechnical reports accumulated by the
Contracting Agency will be made available for inspection by the
bidders.
SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
1-02.5 Proposal Form (APWA)
The Engineer reserves the right to arrange the Bid Forms with
Alternates Additives, or Deductives, if such be to the advantage of
the Contracting Agency. The Bidder shall bid on all Additives,
Deductives or Alternates set forth in the Proposal Forms unless
otherwise specified in the Special Provisions.
SEC770N 1-02.6 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
1-02.6 Preparation of Proposal (RC)
All prices shall be in legible figures and (iwt-words) written in
ink or typed. The proposal shall include:
1. A unit price for each item (omitting digits more than four
places to the right of the decimal point), each unit price shall also
be written in words; where a conflict arises the written words shall
prevail.
SECTION 1 -02.6(I) IS AN ADDED SUPPLEMENTAL
SECTION.
1 -02.6Q) Proprietary Information (RC)
Vendors should in the bid proposal, identify clearly any
material(s) which constitute "(valuable) formula, designs,
drawings and research data" so as to be exempt from public
disclosure RCW 42.17.310 or any materials otherwise claimed to
be exempt along with a Statement of the basis for such claim of
exemption. The Department (or State) will give notice to the
vendor of any request for disclosure of such information received
1-03 Award and Execution of Contract a
within 5 (five) years from the date of submission. Failure to so
label such materials or failure to timely respond after notice of
request for public disclosure has been given shall be deemed a
waiver by the submitting vendor of any claim that such materials
are, in fact, so exempt.
SECTION I -02.12 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
1 -02.12 Public Opening of Proposals (APWA)
1
The Contracting Agency reserves the right to postpone the
date and time for bid opening. Notification to bidder will be by
addenda.
SECTION 1-02.13 PARAGRAPH I IS REVISED AS FOLLOWS.,
1 -02.13 Irregular Proposals (RCZ
a. The bidder is not prequalified when so required;
SECTION 1 -02.14 IS REVISED IN ITEM 3 IN PARAGRAPH 1
TO READ.
1 -02.14 Disqualification of Bidders (APWA)
3. A bidder is not prequalified for the work or to the full
extent of the bid;
1 -03 Award and Execution of Contract
SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS.
1-03.1 Consideration of BidsSRC, APWA
The total of extensions, corrected where necessary, and
including sales taxes where applicable, will be used by the
Contracting Agency for award purposes and to fix the amount of
the contrau bond.
All bids will be based on total sum of all schedules of prices.
No partial bids will be accepted unless so Stated in the Can for bids
or special provisions The City reserves the ngbt however to
award an or any schedule of a bid to the lowest bidder at its
discretion.
SEC770N 1-03.2 IS SUPPLEMENTED BY ADDING THB
FOLLOWING.
1-03.2 Award of Contract (RC)
The contract. bond form, and all other forms tegnitin
execution together with a list of all other forms or documents
required to be submitted by the successful bidder, will be
forwarded to the st=essfid bidder within 10 days of the award.
The number of copies to be executed by the Contractor shall be
determined by the Contracting Agency.
SECTION 1 -03.3 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
1-03.3 Execution of Contract (APWA, RC)
Within 20 10 calendar days after receipt from the CitY of the
forms and documents required to be completed by the
Contracto , the successful bidder shall return the
signed Contracting Agency- prepared contract, an insttranice
certification as required by Section 1 -07.18, and a satisfactory bond
as required by law and Section 1 -03.4. if the bidder experiences
circumstances beyond their control that prevents return of the
contract documents within 20 10 calendar days after the award
Page -SP -2
Revision Date. May 19, 1997
k
K
1
U"
t
C
1
144 Scope of the Work 1 -05 Control of Work
date, the Contracting Agency may grant up to a maximum of 20 10
additional calendar days for return of the documents, provided the
Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010
from executing a contract with a Contractor who is not registered
or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the
Contracting Agency to possess a valid City of Renton business
license prior to award.
When the Bid Form provides spaces for a business license
number, a Washington State Contractors registration number, or
both the Bidder shall insert such information in the spaces
provided. The Contracting Agency requires legible copies of the
Contractor's Registration and business license be submitted to the
Engineer as part of the Contracting Agency's post -award
information and evaluation activities.
SECTION I -03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING TO THE FIRST PARAGRAPH:
1 -03.4 Contract Bond (APWA)
5. Be accompanied by a power of attorney for the Surety's
officer empowered to sign the bond.
7. Be signed by an officer of the Contractor empowered to
sign official statements (sole proprietor or partner). If the
Contractor. is a corporation, the bond must be signed by the
president or vice - president, unless accompanied by written proof of
the authority of the individual signing the bond to bind the
corporation (i.e., corporate resolution, power of attorney or a letter
to such effect by the president or vice - president).
1 -04 Scope of the Work
SEC77ON I-M.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1-04.1 Intent of the Contract-MC)
The Contractor is encouraged to provide to the Engineer prior
to progress payments an estimate of lump sum work accomplished
to date. The Engineer's calculation and decisions shall be final in
regard to the actual percentage of any lump sum pay item
accomplished and eligible for payment unless another specific
method of calculating lump sum payments is provided elsewhere in
the specification.
SEC77ON 1-04.2 IS REVISED AS FOLLOWS:
1-04.2 Coordination of Contract Documents, Plans,
Special Provisions Specifications, and Addenda
Otc)
Any inconsistency in the parts of the contract shall be resolved
by following this order of precedence (e.g., 1 presiding over 2, 3,
4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6, and 7; and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions
4. Contract Plan
5. Amendments to the Standard Specification
6. Supplemental Specification.
7. Standard Plans
". Standard Specification
SEC770N 1-04.4 IS SUPPLEMENTED WITH THE
FOLLOWING:
1 -04.4 Changes
Renton does not have a formal policy or guidelines on cost
reduction alternatives, but will evaluate such proposals by the
Contractor on a case -by -case basis.
SECTION 1 -04.11 IS SUPPLEMENTED AS FOLLOWS.
1 -04.11 Final Cleanup (RC)
3. All salvage material as noted on the plans and taken from
any of the discarded facilities shall, at the engineer's discretion, be
carefully salvaged and delivered to the City shops. Any cost
incurred in salvaging and delivering such items shall be considered
incidental to the project and no compensation will be made.
The contract price for 'Finish and Cleanup, hump sum,' shall
be full compensation for all work, equipment and materials
required to perform final cleanup. If this pay item does not appear
in the contract documents then final clean up shall be considered
incidental to the contract and to other pay item and no further
nation shall be made.
1 -05 Control of Work
SECTION I -05.3 IS REVISED AS FOLLOWS:
1-05.3 Plans and Working Drawings
The Contractor shall submit supplemental working drawings
as required for the performance of the work. The drawings shall be
on sheets measuring '14 by 16 34 inches or on sheets with
dimensions in multiples of 8-1 r2 by 11 inches.
SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1-05.4 Conformity with and Deviations from Plans
and Stakes (RC)
If the project calls for Contractor supplied surveying, the
Contractor shall provide all required survey work, including such
work as mentioned in Sections 1 -05.4, 1-05.5, -1 -11 and elsewhere
in these specification as being provided by the Engineer.
SECTION 1 -05.5 THE VACANT SECTTON IS REPLACED BY
TOR FOLLOWING.
1 -05.5 Construction Stakes (RC)
If the proiect calls for Contractor supplied surveying, the
Contractor shall provide all required survey work, including such
work as mentioned in Section 1 -05.4. 1 -05.5. 1 -11 and elsewhere
in these specification as being provided by the Engineer. All costs
for this survey work shall be included in 'Contractor Supplied
Surveying," per lump sum.
1 -05.5(1) General (APWA, RCZ
The Engineer or Contractor supplied surveyor will provide
construction stakes and marks establishing lines, slopes, and grades
as stipulated in Section 1- 05.5(1) and 1- 05.5(2) and will perform
such work per Section 1 -11. The Contractor shall assume full
responsibility for detailed dimensions, elevation, and excavation
slopes measured from the Engineer or Contractor supplied
surveyor furnished stakes and marks.
Page -SP -3
Revision Date. May 19, 1997
The Contractor shall provide a work site which has been
prepared to permit construction staking to proceed in a safe and
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and
provide at least 48 hours notice to allow the Engineer or Contractor
supplied surveyor adequate time for setting stakes.
Stakes marks and other reference points, including existing
monumentation set by Contracting Agency forces shall be
carefully preserved by the Contractor. The Contractor will be
charged for the costs of replacing stakes, markers and
monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be
deducted from monies dune or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason
of alterations or reconstruction work allegedly due to error in the
Engineer's line and grade will not be allowed unless the original
control points set by the Engineer still exist or unless other
satisfactory substantiating evidence to prove the error is furnished
the Engineer. Three consecutive points set on line or grade shall be
the minimum points used to determine any variation from a straight
line or grade Any such variation shall upon discovery, be
reported to the Engineer. In the absence of such report the
Contractor shall be liable for any error in alignment or grade.
The Contractor shall provide all surveys required other than
those to be performed by the Engineer. All survey work shall be
done in accordance with Section 1 -11 SURVEYING STANDARDS
of these specifications.
The Contractor shall keep updated survey field notes in a
standard field book and in a format set by the Engineer, per Section
1- 111(3) These field notes shall include all survey work
Performed by the Contractor's surveyor in establishing line, grade
and slopes for the construction work. Copies of these field notes
shall be provided the Engineer upon request and upon completion
of the contract work the field book or books shall be submitted to
the Engineer and become the property of the Contracting Agency.
If the survey work provided by the Contractor does not meet
the standards of the Engineer, then the Contractor shall, upon the
Engineer's written request remove the individual or individuals
doing the survey work and the survey work will be completed by
the Engineer at the Contractor's expense. Costs for completing the
survey work required by the Engineer will be deducted from
monies due or to become due the Contractor.
All costs for survey work required to be performed by the
Contractor shall be included in the prices bid for the various items
which comprise the improvement or be included in the bid item for
"Contractor Supplied Surveying' per lump sum if that item is
included in the contracts.
1 -05.5 2 Roadway and Utility Surveys (APWA)
The Engineer shall funtish to the Contractor one time only, or
Contractor supplied surveyor will provide as needed, all principal
lines grades and measurements the Engineer deems necessary for
completion of the Work. These shall generally consist of one natal
set of:
I . Slope stakes for establishing grading,
2. Curb grade stakes,
3 Centerline finish grade stakes for pavement sections
wider than 25 feet, and
4 Offset points to establish line and grade for underground
utilities such as water, sewers and storm drains (with offsets, 50'
max interval).
On alley construction projects with minor grade changes, the
Engineer or Contractor supplied surveyor shall provide offset hubs
on one side of the alley to establish the alignment and grade. Alleys
1-05 Control of Work
with maior grade changes shall be slope staked to establish grade
before offset hubs are set.
.1-05.5(3 Bridge and Structure Suirveys (APWA)
For all structural work such as bridges and retaining walls, the
Contractor shall retain as a part of Contractor organization an
experienced team of surveyors under direct supervision of a
licensed surveyor. The Contractor shall ensure that required field
measurements and locations, match and fulfill the intended plan
dimensions The Contractor shall provide all surveys required to
complete the structure except the following primary survey control
which will be provided by the Engineer:
1. Centerline or offsets to centerline of the structure.
2 Stations of abutments and pier centerlines.
3. A sufficient number of bench marks for levels to enable
the Contractor to set grades at reasonably short distances.
4 Monuments and control points as shown on the
I
Drawings.
The Contractor shall establish all secondary survey controls,
both horizontal and vertical as necessary to assure proper
placement of all project elements based on the primary control
I
points provided by the Engineer. Spey work shall be within the
following tolerances:
1 Stationing +.01 foot
2. Alignment +.Ol foot (between successive poets)
I
3 Superstructure Elevations +.01 foot (from plan elevations)
4 Substructure Elevations + .05 foot (from plan elevations)
During the progress of the Work the Contractor shall make
available to the Engineer all field books including survey
information footing elevations cross sections and quantities.
The Contractor shall be fully responsible for the close
coordination of field locations and measurements with appropriate
dimensions of structural members being fabricated.
1-05-50) Contractor Supplied Surveying (RC)
When the contract provides for contractor Supplied
Surveying the Contractor shall supply the survey work required
for the proiect The Contractor shall retain as a part of the
Contractor Organization an experienced team of surveyors under
+I
the direct supervision of a professional land surveyor Incensed by
the State of Washington All survey work shall be done in
accordance with Sections 1 -05.4, 1-05.5 and 1 -11.
The Contractor and/or Surveyor shall inform the Engineer m
writing of any errors discrepancies and omissions to the planes that
prevent the Contractor and/or Surveyor from constructing the
I
project in a manner satisfactory to the Engineer. All errors,
discrepancies and omissions must be corrected to the satisfact wn
of the Engineer before the survey work may be continued.
The Contractor shall coordinate his work with the Surveyor
and perform his operations in a manner to protect all sutrvey sakes
from harm The Contractor Contractor shall inform the Surveyor of the
Contractor's intent to remove any survey stakes and/or points
before physically removing them.
The surveyor shall be responsible for maintaining As -Built
records for the project Tine Contractor shall coordinate his
operations and assist the Surveyor in maintaining accurate As -Built
records for the project.
If the Contractor and Surveyor fail to provide, as directed by
the Engineer and/or these plans and specifications accurate As-
Built records and other work the Engineer deems necessary. the
Engineer may elect to provide at Contractor expense a surveyor to
provide all As -Built records and other work as directed by the
Engineer. The Engineer shall deduct expenses incurred by the
Engineer- supplied surveying from moneys owed to the Contractor.
F
Page -SP-4
Revision Date. May l9, 1997
L�
1
�j
1
11
I
n�
1 -05 Control of Work
Payment per Section 1-04.1 for all work and materials
required for the full and complete survey work required to
complete the project and as -built drawings -shall be included in the
lump sum price for 'Contractor Supplied Surveying.'
1- 05.5(5) Contractor Provided As -Built Information
(RQ
It shall be the contractors responsibility to record the location
prior to the backfilling of the trenches by centerline station, offset,
and depth below pavement of all existing utilities uncovered or
crossed during his work as covered under this project.
It shall be the contractors responsibility to have his surveyor
locate by centerline station offset and elevation each major item of
work done under this contract per the survey standard of Section 1-
11.. Major items of work shall include but not be limited to:
Manholes Catch basins and Inlets, Valves, vertical and
Horizontal Bends Junction boxes Cleanouts, Side Sewers, Street
Lights do Standards Hydrants Major Changes in Design Grade,
Vaults, Culverts, Signal Poles, Electrical Cabinets.
After the completion of the work covered by this contract, the
contractors surveyor shall provide to the City the hard covered
field book(s) containing the as -built notes and one set of white
prints of the project drawings upon which he has plotted the notes
of the contractor locating existing utilities, and one set of white
prints of the proiect drawings upon which he has plotted the as-
built location of the new work as he recorded in the field book(s).
This drawing shall bear the surveyors seal and signature certifying
it's accuracy.
All costs for as -built work shall be included in the contract
item 'Contractor Supplied Surveying.'
TAE VACANT SECTION 1 -05.8 IS REPLACED BY:
1 -05.8 Contracting Agency's Right to Correct
Defective and Unauthorized Work (APWA)
If the Contractor fails to remedy defective or unauthorized
work within the time specified in a written notice from the
Engineer, or fails to perform any part of the Work required by the
Contract Documents the Engineer may correct and remedy such
work as may be identified in the written notice, by such means as
the Engineer may deem necessary , including the use of Contracting
Agency forces.
If the Contractor fails to comply with a written order to
remedy what the Engineer determines to be an emergency
situation the Engineer may have the defective and unauthorized
Work corrected immediately, have the rejected Work removed and
replaced or have Work the Contractor refuses to perform
completed by using Contracting Agency or other forces. An
emergency situation is any situation which in the opinion of the
Engineer, a delay in its remedy could be potentially unsafe, or
might cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency
attributable to correcting and remedying defective or unauthorized
Work, or Work the Contractor failed or refused to perform, shall
be paid by the Contractor. Payment will be deducted by the
Engineer from monies due or to become due the Contractor. Such
direct and indirect costs shall include in particular, but without
limitation compensation for additional professional services
required and costs for repair and replacement of work of others
destroyed or damaged by correction removal, or replacement of
the Contractor's unauthorized work.
No adjustment in contract time or compensation will be
allowed because of the delay in the performance of the Work
attributable to the exercise of the Contracting Agency's rights
1 -05 Control of Work
rovided by this Section nor shall the exercise of this right diminish
the Contracting Agency's right to pursue any other avenue for
additional remedy or damages with respect to the Contractor's
failure to perform the Work as required.
SECTION 1 -05.10 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1 -05.10 Guarantees (APWA, RCZ
If within one year after the Acceptance Date of the Work by
the Contracting Agency, defective and unauthorized Work is
discovered, the Contractor shall promptly, upon written order by
the Contracting Agency, return and in accordance with the
Engineer's instructions, either correct such Work, or if such Work
has been rejected by the Engineer, remove it from the Project Site
and replace it with non defective and authorized Work, all without
cost to the Contracting Agency. If the Contractor does not
promptly comply with the written order to correct defective and
unauthorized Work, or if an emergency exists, the Contracting
Agency reserves the right to have defective and unauthorized Work
corrected or removed and replaced pursuant to Section 1 -05.8
"Owner's Right to Correct Defective and Unauthorized Work."
. The Contractor agrees the above one year limitation shall not
exclude or diminish the Contracting Agency's rights under any law
to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the
expiration of the legal time period set forth in RCW 4.16.040
limiting actions upon a contract in writing, or liability expressed or
implied arising out of a written agreement.
The Contractor shall warrant good title to all materials,
supplies and equipment purchased for or incorporated in the
Work. Nothing contained in this paragraph, however, shall defeat
or impair the right of persons furnishing materials or labor, to
recover under any bond givers by the Contractor for their
protection, or any rights under any law permitting such persons to
look to finds due the Contractor in the bands of the Contracting
Agency.
The provisions of this paragraph shall be inserted in all
subcontracts and material contracts, and notice of its provisions
shall be given to all persons furnishing materials for the Work
when no formal contract is entered into for such materials.
Section 1 -05.11 is deleted and the first two sentences of the
fourth paragraph of section 1 -08.9 is deleted and replaced by the
following:
1 -05.11 Final Inspection (APWA)
1 -05.11(1) Substantial Completion Date (APWA
When the Contractor considers the work to be substantially
complete the Contractor shall so notify the Engineer and request
the Engineer establish the Substantial Completion Date. To be
considered substantially complete the following conditions must be
men
1 The Contracting Agency must have full and unrestricted
use and benefit of the facilities bah from the operational and
safety standpoint.
2. Only minor incidental work, replacement of temporary
substitute facilities, or correction or repair work remains to reach
physical completion of the work.
The Contractor's request shall list the specific items of work
in subparagraph two above that remains to be completed in order to
reach physical completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
Page-SP-5
Revision Date: May 19, 1997
1 -05 Control of Work 1-05 Control of Work
If after this inspection, the Engineer concurs with the
Contractor that the Work is substantially complete and ready for its
intended use the Engineer, by written notice -to the Contractor,
will set the Substantial Completion Date. If, after this inspection
the Engineer does not consider the Work substantially complete and
ready for its intended use, the Engineer will, by written notice, so
notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying
substantial completion, whichever is applicable, the Contractor
shall pursue vigorously, diligently and without unauthorized
interruption, the Work necessary to reach Substantial and Physical
Completion. The Contractor shall provide the Engineer with a
revised schedule indicating when the Contractor expects to reach
substantial and physical completion of the work.
Ile above process shall be repeated until the Engineer
establishes the Substantial Completion Date and the Contractor
considers the work physically complete and ready for Final
Inspection.
1 -05.11(2) FmM Inspection Date (APWA)
When the Contractor considers the Work physically complete
and ready for Final Inspection, the Contractor by Written Notice,
shall request the Engineer to schedule a final inspection. The
Engineer will set a date for Final Inspection. The Engineer and the
Contractor will that make a Final Inspection and the Engineer will
notify the Contractor in writing of all particulars in which the Final
Inspection reveals the Work incomplete or unacceptable. The
Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall
be pursued vigorously, diligently, and without interruption until
physical completion of the listed deficiencies. This process will
continue until the Engineer is satisfied the listed deficiencies have
been corrected.
If action to correct the listed deficiencies is not initiated within
7 days after receipt of the Written Notice listing the deficiencies,
the Engineer may, upon Written Notice to the Contractor, take
whatever steps are necessary to correct those deficiencies pursuant
to Section 1 -05.8.
Upon correction of all deficiencies, the Engineer will notify
the Contractor and the Contracting Agency, in writing, of the date
upon which the Work was considered physically complete. That
date shall constitute the Physical completion date of the Contract,
but shall not imply all the obligations of the Contractor under the
Contract have been fulfilled.
1-05.11(3) Operational Testing (APWA)
It is the intent 6f the Contracting Agency to have at the
Completion Date a complete and operable system. Therefore when
the Work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or
signal systems; buildings; or other similar work it may be desirable
for the Engineer to have the Contractor operate and test the Work
for a period of time after final inspection but prior to the Physical
Completion Date. Wherever items of work are listed in the
Contract Provisions for operational testing they shall be fully tested
under operating conditions for the time period specified to ensure
their acceptability prior to the Physical Completion Date. During
and following the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which proves faulty, or
that are not in first class operating condition. Equipment, electrical
controls, meters, or other devices and equipment to be tested
during this period, shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for
the purpose for which they were installed. The Physical
Completion Date cannot be established until testing and corrections
have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and
everything else needed to successfully complete operational testing,
shall be included in the various contract prices related to the system
being tested, unless specifically set forth otherwise in the Bid
Form.
Operational and test periods, when required by the Engineer,
shall not affect a manufacturer's guaranties or warranties furnished
under the terms of the Contract.
SECTION 1 -05.12 IS DELETED AND REPLACED WITH THE
FOLLOWING:
1 -05.12 Final Acceptance (APWA)
The Contractor must perform all the obligations under the
Contract before the Completion Date can be established. A
Certificate of Completion for the Work issued by the Contracting
Agency will establish the Completion Date and certify the Work as
complete. The Final Contract Price may then be calculated. The
following must occur before the Completion Date can be
established and the Final Contract Price calculated:
1. The physical work on the proiect must be complete,
2. The Contractor must furnish all documentation required
by the Contract and required by law, necessary to . allow the
Contracting Agency to certify the Contract as complete.
A Certificate of Completion for the Work, signed by the
Contracting Agency, will constitute acceptance of the Work. The
issuance of this Certificate of Completion will not constitute
acceptance of unauthorized or defective work or material.
Failure of the Contactor to perform all of the Contractor's
obligations under the Contract shall not bar the Contracting Agency
from unilaterally certifying the Contract complete so the Engineer
may calculate a Final Contract Price as provided in Section 1 -09.9.
SEC77ON I -05.13 IS SUPPLEMENTED BY REVISING
PARAGRAPH 7 TO READ.
1 -05.13 Superintendents , Labor, and Equipment of
Contractor (APWA)
Whenever the Contracting Agency evaluates the Contractor's
paqualification pursuant to Section 1 -02.1, the Contracting Agency
will take these performance
gme- reports into account.
SEC17ON 1-05 IS SUPPLEMENTED BY ADDING THE
FOLLOWING NEW SEMONS.
1 -05.16 Water and Power (APWA)
The Contractor shall snake necessary arrangements, and shall
bear the costs for power and water necessary for the performance
of the Work.
1 -05.17 Oral Agreements (APWA)
No oral agreement or conversation with any officer. agent
employee of the Contracting Agency, either before or after
execution of the contract shall affect or modify any of the terms or
obligations contained in any of the documents comprising the
contract. Such oral agreement or conversation shall be considered
as unofficial information and in no way binding upon the
Contracting Agency, unless subsequently put in writing.
Page -SP -6
Revision Date. May 19, 1997
E r
L
u
1 1 -06 Control of Material 1 -07 Legal Relations and Responsibilities to the Public
I
1
1
f
1
1
r
If�
1 -06 Control of Material
SECTION 1 -06.02(2) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1- 06.2(2) Statistical Evaluation of Materials for
Acceptance
UNLESS STATED OTHERWISE IN THE SPECIAL
PROVISIONS STATISTICAL EVALUATION WILL NOT BE
USED BY THE CITY OF RENTON.
1 -07 Legal Relations and Responsibilities to
the Public
SECTION 1 -07.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1 -07.1 Laws to be Observed (APWA)
The Contractor shall indemnify, defend, and save harmless the
Contracting Agency (including any agents, officers, and
employees) against any claims that may arise because the
Contractor (or any employee of the Contractor or subcontractor or
materialman) violated a legal requirement.
In cases of conflict between different safety regulations, the
more strintent regulation shall apply.
The Washington State Department of Labor and Industries
shall be the sole and paramount administrative agency responsible
for the administration of the provisions of the Washingon
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the Project Site office, or
other well known place at the Project Site, all articles necessary for
providing first aid to the inured. The Contractor shall establish,
publish, and make known to all employees, procedures for eutsuri�
immediate removal to a hospital, or doctor's care, persons,
including employees, who may have been injured on the Proiect
Site. Employees should not be permitted to work on the Project
Site before the Contractor has established and made known
procedures for removal of injured persons to a hospital or a
doctor's care.
The Contractor shall have sole responsibility for the safety,
efficiency, and adequacy of the Contractor's plant, appliances, and
methods and for any damage or injury resulting from their failure,
or improper maintenance use, or operation. The Contractor shall
be solely and completely responsible for the conditions of the
Proiect Site including safety for all persons and property in the
performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The
required or implied duty of the Engineer to conduct construction
review of the Contractor's performance does not, and shall not, be
intended to include review and adequacy of the Contractor's safety
measures in, on, or near the Project Site.
SECTION 1 -07.2 IS DELETED AND REPLACED BY THE
FOLLOWING:
1-07.2 State Sales Tax (APWA)
1- 07.2(1) GENERAL (APWA)
The Washington State Department of Revenue has issued
special rules on the state sales tax. Sections 1 -07.2(1) through I-
07.2(4) are meant to clarify those rules. The Contractor should
contact the Washington State Department of Revenue for answers
to questions in this area. The Contracting Agency will not adjust
its payment_ if the Contractor bases _a_ bid on a misunderstood tax
liability.
The Contractor shall include all Contractor -paid taxes in the
unit bid prices or other contract amounts. In some cases, however,
state retail sales tax will not be included. Section 1- 07.2(3)
describes this exception.
The Contracting Agency will pay the retained percentage only
if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all contract -
related taxes have been paid (RCW 60.28.050). The Contracting
Agency may deduct from its payments to the Contractor any
amount the Contractor may owe the Washington State Department
of Revenue, whether the amount owed relates to this contract or
not. Any amount so deducted will be paid into the proper State
1- 07.2(2) State Sales Tax - Rule 171(APWA)
WAC 458 -20 -171. and its related rules. apply to buildin
repairing, or improving streets, roads, etc., which are owned by a
municipal corporation, or political subdivision of the state, or by
the United States, and which are used primarily for foot or
vehicular traffic. This includes storm or combined sewer systems
within and included as a part of the street or road drainage system
and power lines when such are part of the roadway lighting system.
For work performed in such cases, the Contractor shall include
Washington State Retail Sales Taxes in the various unit Bid Item
prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or
supplies used or consumed in doing the work.
1- 07.2(3) State Sales Tax - Rule 170 (APWA)
WAC 458-20 -170, and its related rules, apply to the
constructing and repairing of new or existing buildings, or other
structures upon real property. This includes, but is not limited to,
the construction of streets, roads, highways, etc., owned by the
State of Washington; water stains and their appurtenances; sanitary
sewers and sewage disposal systems unless such sewers and
disposal systems are within, and a part of, a street or road drainage
system; telephone telegraph, electrical power distribution litres, or
other conduits or lines in or above streets or roads, unless such
power lines become a part of a street or road lighting system; and
installing or attaching of any article of tangible personal property in
or to real property, whether or not such personal property becomes
a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect
from the Contracting Agency, retail sales tax on the full contract
price. The Contracting Agency will automatically add this sales
tax to each payment to the Contractor. For this reason, the
Contractor shall not include the retail sales tax in the unit Bid Item
prices, or in any other contract amount subject to Rule 170, with
the following exception.
Exception: The Contracting Agency will not add in sales tax
for a payment the Contractor or a subcontractor makes on the
purchase or rental of tools, machinery, equipment, or consumable
supplies not integrated into the proiect. Such sales taxes shall be
included in the unit Bid Item prices or in any other contract
amount.
1- 07.20) Services (APWA)
The Contractor shall not collect retail sales tax from the
Contracting Agency on any contract wholly for professional or
other services (as defined in State Department of Revenue Rules
138 and 224).
Page -SP -7
Revision Date. May 19, 1997
1 -07
Rel2tions and
to the Public
SECTION 1 -07.5(2) IS SUPPLEMENTED BY REVISING THE
TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ.
1- 07.5(2) State Department of Fish and Wiildlifes..eE
RWdlife -ad (APWA, SA)
If the work in (1) through (3) above differs little from what
the contract requires, the Contracting Agency will measure and pay
for it at unit contract prices. But if contract items do not cover
those areas, the Contracting Agency will pay pursuant to Section 1-
09.4.
SECTION 1 -07) IS SUPPLEMENTED BY ADDING THE
FOLLOWING NEW SECTION:
1- 07.11(11) City of Renton Affidavit of Compliance
Each Contractor, Subcontractor Consultant, and or Supplier
shall complete and submit a copy of the "City of Renton Fair
Practices Policy Affidavit of Compliance ". A copy of this
document will be bound in the bid documents.
SECTION 1- 07.I3(l) IS SUPPLEMENTED AS FOLLOWS:
1- 07.13(1) General (RC)
During unfavorable weather and other conditions, the
contractor shall pursue only such portions of the work as shall not
be damaged thereby.
No portion of the work whose satisfactory quality or
efficiency will be affected by unfavorable conditions shall be
constructed while these conditions exist, unless by special mean or
precautions acceptable to the engineer, the contractor shall be able
to overcome them.
SECTION 1-07.M (APWA) IS SUPPLEMENTED BY
REVISING ALL REFERENCES TO 'STATTs, COMMISSION,
SECRETARY' OR "STATE' TO READ `CONTRACTING
AGENCY. "
SECTION 1 -07.15 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
1 -07.15 Temporary Water Pollution Erosion Control
(APWA , RC)
If done according to the approved plan or the Engineer's
orders, temporary water pollution/erosion control work will be
measured and paid for pursuant to Section 4-OPAI -04.1 through
the hump sum item for "Temporary Water Pollution/Erosion
Control.
If no pay item appears in the contract for 'Temporary Water
Pollution/Erosion Control' then all labor, materials, tools and
equipment used to complete the work shall be considered 'incidental
to other pay items in the Contract and no further compensation
shall be made.
In addition to other requirements in the Contract Documents
this temporary work shall include but is not limited to, the
following water quality considerations:
1 Turbid Water Treatment Before Discharge:
Determination of turbidity in surface waters shall be at the
discretion of the Engineer; for Lake Class Receiving Waters,
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units)
over background conditions; for Class AA and Class A Waters,
1 -07
1 Relations and Responsibiuues to the Yubnc
turbidity shall not exceed 5 NTU over background turbidity when
the background turbidity is 50 NTU or less, or have more than a 10
percent increase in turbidity when the background turbidity is more
than 50 NTU; for other classes of waters, refer to WAC 173 -201-
045.
The term turbidity means the optical property of sample
demonstrating the scattering and absorption of light caused by
suspended material as expressed in Nephelometric Turbidity Units
and measured with a calibrated turbidimeter.
Discharges to a State waterway caused by aggregate washing,
drainage from aggregate pit sites, and stockpiles or dewatering of
pits and excavations shall not increase the existing turbidity of the
receiving waters.
Turbid water from the Proiect Site shall be treated before
being discharged into stream or other State waters. Turbidity may
be removed by the use of lagoons or holding ponds, settling basins,
overflow weir, polymer water treatment, discharging to ground
surface by percolation, evaporation or by passing throngh gravel,
sand or fiber filters.
2. Erosion Control: Temporary erosion control shall be
exercised by minimizing exposed areas and slopes until permanent
measures are effective. The minimum exposed area and aloydx will
be defined in the Special Provisions. Plastic sheet covering stall be
placed over exposed ground areas to protect from rain erosion.
Other alternative methods for erosion control under certain
situations may include netting, mulching with binder, and seeding.
Should rutting and erosion occur the Contractor shall be
responsible for restoring damaged areas and for dean-up of eroded
material including that in ditches, catch basins, manholes, and
culverts and other pipes.
3. Chlorine Residual: Water containing chlorine residual
shall not be discharged directly into storm drains, streams. or State
waters. Chlorine water may be discharged into sanitary sewers or
disposed on land for percolation. Chlorine residual may be reduced
chemically with a reducing agent such as sodium thiosulphhate.
Water shall be periodically tested for chlorine residual.
4 Vehicle and Equipment Washing: Water used for
washing vehicles and equipment shall not be allowed to enter storm
drains streams or other State waters unless separation of petroleum
products fresh concrete products or other deleterious material is
accomplished Prior to discharge. Detergent solution may be
discharged into sanitary sewers or allowed to be held on the ground
for percolation. A recirculation system for detergent washing is
recommended Steam cleaning units shall provide a device for oil
separation.
S Oil and Chemical Storage and Handling: Handling and
storage of oil and chemicals shall not take place adjacent to
waterways The storage shall be made in dike tanks and barrels
with drip pans provided under the dispensing area. Shut-off and
lock valves shall be provided on tanks. Shut -off nozzles shall be
provided on hoses. Oil and chemicals shall be dispensed only
during daylight hours unless the dispensing area is properly lighted.
Disposal of waste shall not be allowed on oil and chemical spills.
Fencing shall be provided around oil storage. Locks shall be
provided on valves, pumps, and tanks.
6. Sewage: If a sanitary sewer line is encountered and repair
or relocation work is required the Contractor shall provide
blocking and sealing of the sanitary sewer line. Sanitary sewer flow
shall be pumped out collected and hauled by tank truck or
pumped directly to a sanitary system manhole for discharge. The
existing sewers shall be maintained by the Contractor without
interruption of service by die use of temporary sewer bypasses. In
addition the excavated materials adjacent to and around a rupture
of a sanitary sewer line shall be removed from the Project Site and
Page -SP -8
Revision Date: May 19, 1997
A
t
1
L
1
t
P�
1
r_
u
1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public
deposited into refuse trucks for haul to a sanitary Of site.
Equipment and tools in contact with the above materials shall be
washed by pressure water lines and the attendant wash water
discharged into a sanitary sewer line for transmission to a sewage
treatment plant.
1 -07.16 Protection and Restoration of Property
SECTION I -07.16(1) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1- 07.16(1) Private/Public Property (RC)
The Contracting Agency will obtain all easements and
franchises required for the proiect. The contractor shall limit his
operation to the areas obtained and shall not trespass on private
property.
The Contracting Agency may provide certain lands, as
indicated in connection with the work under the contract together
with the right of access to such lands. The contractor shall not
unreasonably encumber the premises with his equipment or
materials.
The contractor shall provide, with no liability to the
Contracting Agency, any additional land and access thereto not
shown or described that may be required for temporary
construction facilities or storage of materials. He shall construct
all access roads, detour roads, or other temporary work as required
by his operations. The contractor shall confine his equipment,
storage of material, and operation of his workers to those areas
shown and described and such additional areas as he may provide.
A. General. All construction work under this contract on
easements, right -of -way, over private property or franchise, shall be
confined to the limits of such easements, right -of -way or franchise.
All work shall be accomplished so as to cause the least amount of
disturbance and a minimum amount of damage. The contractor
shall schedule his work so that trenches across easements shall not
be left open during weekends or holidays and trenches shall not be
open for more than 48 hours.
B. Structures. The contractor shall remove such existing
structures as may be necessary for the performance of the work and,
if required, shall rebuild the structures thus removed in as good_ a
condition as found. He shall also repair all existing structures which
may be damaged as a result of the work under this contract.
C. Easements. Cultivated areas and other surface
improvements. All cultivated areas, either agicultural or lawns, and
other surface improvements which are damaged by actions of the
contractor shall be restored as nearly as possible to their original
condition.
Prior to excavation on an easement or private right -of-
way, the contractor shall strip top soil from the trench or
construction area and stockpile it in such a manner that it may be
replaced by him, upon completion of construction. Ornamental
trees and shrubbery shall be carefully removed with the earth
surrounding their roots wrapped in burlap and replanted in their
original positions within 48 hours.
All shrubbery or trees destroyed or damaged, shall be
replaced by the contractor with material of equal quality at no
additional cost to the Contracting Agency. In the event that it is
necessary to trench through any lawn area, the sod shall be
carefully cut and rolled and replaced after the trenches have been
backfilled. The lawn area shall be cleaned by sweeping or other
means, of all earth and debris.
The contractor shall use rubber wheel equipment similar
to the small tractor -type backhoes used by side sewer contractors for
all work including excavation and backftll, on easements or rights -
of- way which have lawn areas. All fences, markers, mail boxes, or
other temporary obstacles shall be removed by the contractor and
immediately replace, after the trench is backfilled, in their original
position. The contractor shall notify the Contracting Agency and
property Owner at least 24 hours in advance of any work done on
easements or rights -of -way.
Damage to existing structures outside of easement areas
that may result from dewatering and/or other construction activitX
under this contract shall be restored to their original condition or
better. The original condition shall be established by photographs
taken and/or inspection made prior to construction. All such work
shall be done to the satisfaction of the - property Owners and the
Contracting Agency at the expense of the contractor.
D. Streets. The contractor will assume all responsibility of
restoration of the surface of all streets (traveled ways) used by him
if damaged.
In the event the contractor does not have labor or material
immediately available to make necessary repairs, the contractor
shall so inform the Contracting Agency. The Contracting Agency
will make the necessary repairs and. the cost of such repairs shall be
paid by the contractor.
The contractor is responsible for identifying and
documenting any damage that is pre- existing or caused by
others.Restoration of excavation in City streets shall be done in
accordance with the City of Renton Trench Restoration
Requirements, which is available at the Public Works Department
Customer Services counter on the 4th floor, Renton Municipal
Buildine. 200 Mill Avenue South.
SECTION I -07.17 IS SUPPLEMENTED BY ADDING.
1 -07.17 Utilities and Similar Facilities (APWA, RQ
In addition to the other requirements pursuant to RCW
19.122, an act relating to underground utilities and presrnbinx
penalties, the Contractor shall:
1. call the utilities undereround location center for field
location of the utilities;
Call Before You Dig
The 48 Hour Locators
1- 800 - 424 -5555
and
2. not beein excavation until all known uncle
facilities in the vicinity of the proposed excavation have been
located and marked.
Location and dimensions shown on the Plans for existing
facilities are in accordance with available information without
uncovering measuring or other verification. If a utility is known
or suspected of having underground facilities within the area of the
proposed excavation_ and that utility is not a subscriber to the
utilities underground location center then the Contractor shall give
individual notice to that utility.
. If in the prosecution of the work, it becomes necessary to
interrupt existing surface drainage, sewers, underdrains, conduit,
utilities similar underground structures, or parts thereof, the
contractor shall be responsible for, and shall take all necessary
precautions to protect and provide temporary services for same.
The contractor shall at his own expense, repair all damage to
such facilities or structures due to this construction operation to the
satisfaction of the City except for City owned facilities which will
be repaired by the utility department at contractor's expense, or by
the contractor as directed by the City.
Page -SP -9
Revision Date. May 19, 1997
1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public
t
SECTION 1 -07.18 IS DELETED AND REPLACED BY THE
FOLLOWING:
1 -07.18 Public Liability and Property Damage
Insurance (RC)
State Amendment to 1 -07.18 is not used. Renton uses the
following:
SECTION 1- 07.18(1) IS REPLACED WITH THE FOLLOWING-
1-07.18(l) General (RC)
The contractor shall obtain and maintain in full force and
effect from the Contract Execution Date to the Completion Date.
public liability and property damage insurance with an insurance
compam(ies) or through sources approved by the State Insurance
Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until
the required insurance has been obtained and approved by the
Contracting Agency. Insurance shall provide coverage to the
Contractor, all subcontractors Contracting Agency and the
Contracting Agency's consultant. The coverage shall protect
against claims for bodily injuries personal iniuries, including
accidental death as well as claims for property damages which
may arise from any act or omission of the Contractor or the
subcontractor, or by anyone directly or indirectly employed by
either of them.
If warranted work is required the Contractor shall provide the
City proof that insurance coverage and limits established under the
term of the Contract for work are in full force and effect during the
period of warranty work.
The Contracting Agency may request a copy of the actual
declaration pages(s) for each insurance policy effecting coverages)
required on the contract prior to the date work commences.Failure
of the Contractor to fully comply during the term of the Contract
with the requirements described herin will be considered a material
breach of contract and shall be caused for immediate termination of
the Contract at the option of the Contracting Agency.
SECTION 1 -07.18(2) IS REPLACED WITH THE FOLLOWING:
1- 07.18(2) Covera¢es
As pan of the response to this proposal, the Contractor shall
submit a completed City of Renton Insurance Irrfornmriorr form
which details specific coverage and limits for this contract.
All coverage provided by the Contractor shall be in a form
and underwritten by a company acceptable to the Contacting
Agency. The City requires that all insurers:
1) Be licensed to do business within the State of Washington.
2) Coverage to be on an 'occurrence' basis (Professional
Liability and Pollution coverage are acceptable when
written on a claims -made basis). The City may also require
proof of professional liability coverage be provided for up
to two (2) years after the completion of the proiect.
3) The City may request a copy of the actual declaration
pare(s) for each insurance policy affecting coverages)
required by the Contract prior to the date work commences.
4) Possess a minimum A.M. Best rating of AVII (A rating of
A XII or better is preferred.) If any insurance carrier
possesses a rating of less than AVII the City may make an
exception.
The City reserves the right to approve the security of the
insurance coverage provided by the insurance company6es), terms,
conditions and the Certificate of Insurance. Failure of the
Contractor to fully comply during the term of the contract with
these requirements will be considered a material breach of contract
and shall be cause for immediate termmatron of the contract at the
option of the City.
The Contractor shall obtain and maintain the minimum
insurance coverage set forth below. By requiring such minimum
insurance the City of Renton shall not be deemed or construed to
have assessed the risks that may be applicable to the Contractor.
The Contractor shall assess its own risks and if it deems
appropriate and/or prudent maintain higher limits and/or broader
coverage.
Coverage shall include:
(1) Commercial General Liability - .ISO 1993 Form or
equivalent. Coverage will be wrtten on an occurrence basis
and include-
• Premises and Operations (including CG2503: General
Aggregate to apply per project, if applicable).
• Explosion, Collapse and Underground Hazards
_* Products /Completed Operations
_• Contractual Liability (including Amendatory
Endorsement CG 0043 or equivalent which inchrdes
defense coverage assumed tinder contract)
• Broad Form Property Damage
Independent Contractors
9 Personal /Advertising Iniury
• Stop Gap liability
(2) Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
• Hired Vehicles
(3) Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington
Labor & Industries Number
(4) Umbrella Liability (when necessary)
• Excess of Commercial General Liability and
Automobile Liability. Coverage should be as broad as
primary.
(5) Professional Liability - (whenever the work tinder this
Contract includes Professional Liability, C.e.architectuual,
enitmeennst advertising or computer PFM�n) the
CONTRACTOR shall maintain professional liability
covering wrongful acts errors and/or omissions of the
CONTRACTOR for damage sustained by reason of or in
the course of operations under this Contras.
(6) The Contracting Agency reserves the right to request and/or
require additional coverages as may be appropriate based on
work performed(i.e. pollution liability).
CONTRACTOR shall Name CITY OF RENTON, and its
officers officials agents, employees and volunteers as Additional
Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
shall provide CITY OF RENTON Certificates of 1ngn x*r fluor
to commencement of work The City reserves the right to request
copies of uis nw= policies if at their sole discretion it is deemed
appropriate Further all policies of insurance descnW above
shall:
1) Be on a primary basis not - contn'butory with any other
insurance coverage and/or self - insurance carried by CITY
OF RENTON.
2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause (Cross Liability)
4) Policy may not be non - renewed canceled or materially
changed or altered unless forty -five (45) days prior written
notice is provided to CITY OF RENTON. Notification
shall be provided to CITY OF RENTON by certified mail.
Page -SP -10
Revision Date: May 19, 1997
rl
I
1
C�
t
r
1
L�
1
0
u
1
1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public
REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1-
07.18(3) 'LIMITS' WITH THE FOLLOWING:
1- 07.18(3) Lirnits (RC)
LEMTS REQUIRED
Providing coverage in these stated amounts shall not be
construed to relieve the contractor from liability in excess of
such limits. The CONTRACTOR shall carry the following
limits of liability as reauired below:
Commercial General Liability
General Aggregate* $2,000,000 !s
Products/Completed Operations $2,000,000!=
Aggregate
Each Occurrence Limit
$1,000,000
Personal/Advertisina Iniury
$1,000,000
Fire Damage (Any One Fire)
$50,000
Medial Payments (Any One Person)
$5.000
Stop Gap Liability
$1,000,000
• General Aggregate to apply
per project
(ISO Form CG2503 or equivalent)
"Amount may vary based on proiect risk
Automobile Liability
Bodily Injury/Property Damage
51,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A
Variable
(Show Washiumn Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit
$1,00D.000
General Aggregate Limit
$1,000,000
Products/Completed Operations
51,000,000
Aggregate
Professional Liability (If required)
Each Occurrence/ Incident/Claint
$1,000,000
Aggregate
$2,000,000
The City may require the CONTRACTOR to keep
professional liability coverage in effect for up to two (2) years after
completion of the project.
The Contractor shall promptly advise the CITY OF RENTON
in writing in the event any general aggregate or other aggregate
limits are reduced. At their own expense, the CONTRACTOR
will reinstate the aggregate to comply with the minimum limits and
requirements as stated in Section 1-07.18(3) and shall furnish the
CITY OF RENTON a new Certificate of Insurance showing such
coverage is in force.
SECTION 1 -07.18(4) IS REPLACED WITH THE FOLLOWING
SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF
INSURANCE':
Within 20 days of award of the contract the CONTRACTOR
shall provide evidence of insurance by submitting to the
CONTRACTING AGENCY the following:
1) City of Renton Insurance Information Form (attached
herein) without modification.
2) Certificate of Insurance (Accord Form 25s or equivalent)
conforming to items as specified in Sections 1- 07.18(1), 1-
07.18(2), and 1- 07.18(3). as revised above. Other
requirements are as follows:
a. Strike the following or similar wording: 'This
Certificate is issued as a matter of information only
and confers no rights upon the Certificate Holder ";
b. Strike the wording regarding cancellation notification
to the City: "Failure to mail such notice shall imp
no obligation or liability of any kind upon the
company, its agents or representatives
c. Amend the cancellation clause to state: "Policy may
not be non - renewed, canceled or materially changed or
altered unless 45 days prior written notice is provided
to the City'. Notification shall be provided to the City
by certified mail.
For Professional Liability coverage only, instead of the
cancellation language specified above, the City will accept a
written agreement that the consultant' s broker will provide the
required notification.
SECTION 1 -07.20 IS REVISED AS FOLLOWS.
1 -07.20 Patented Devices, Materials, and Processes
(APWA)
The Contractor shall assume all costs arising from the use of
patented devices; materials, or processes used on or incorporated in
the work, and agrees to indemnify; defend, and save harmless
State ' Commission, SaGawy The Contracting Agency, and their
duty authorized agents and employees from all actions of any
nature for, or on account of the use of any patented devices,
materials, or processes.
SECTION 1 -07.22 IS SUPPLEMENTED BY THE F0LZDWING:
1 -07.22 Use of Explosives (APWA)
losives shall not be used without scecifrc authority of the
Engineer, and then only under such restrictions as may be required
by the proper authorities. Explosives shall be handled and used in
strict compliance with WAC 296-52 and such local laws, rules and
regulations that may apply. The individual in charge of the blasting
shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such
permits and costs as are accessary in conjunction with blasting
operations.
When the use of explosives is necessary for the Prosecu ion of
the Work, the Contractor's insurance shall contain a special clause
permitting the blasting.
1 -07.23 Public Convenience and Safety
SECTION 1- 07.23(1) IS SUPPLEMENTED BY ADDING THE
FOLLOWING PARAGRAPH
1- 07.23(1) - Construction Under TSraffic_(RBC
The contractor shall be responsible for controlling dust and
mud within the proie;t limits and on any street which is
utilized by his equipment for the duration of the project.
The contractor shall be prepared to use watering. trucks,
power sweepers, and other pieces of equipment as deemed
necessary by the engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to
the proiect, and no compensation will be made for this
section.
Complaints of dust, mud or unsafe practices and/or
property damage to private Ownership will be transmitted
to the contractor and Dronwt action in correctine them will
be required by the contractor.
Page -SP -11
Revision Date. May 19, 1997
1-08 Prosecution and Progress 1 -08 Prosecution and Progress
SECTION 1 -07.24 IS DELETED AND REPLACED BY THE
FOLLOWING:
1 -07.24 Rights of Way (APWA)
Street right of way lines limits of easements, and limits of
construction permits are indicated on the Drawings. The
Contractor's construction activities shall be confined within these
limits unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior
to Bid opening all rights of way and easements, both permanent
and temporary, necessary for taming out the completion of the
Work Exceptions to this are noted in the Contract Documents or
brought to the Contractor's attention by a duly issued Addendum.
_ Whenever any of the Work is accomplished on or through
property other than public right of way, the Contractor shall meet
and fulfill all covenants and stipulations of any easement agreement
obtained by the Contracting Agency from the owner of the private
property Copies of the easement agreements are included in the
Contract Provisions or made available to the Contractor as soon as
practical after they have been obtained by the Emineei.
Whenever easements or rights of entry have not been acquired
prior to advertising these areas are so noted on the Drawings. The
Contractor shall not proceed with any portion of the Work in areas
where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right
of way or easement is available or that the right of entry has been
received. If the Contractor is delayed due to acts of omission on the
part of the Contracting Agency in obtaining easements, rights of
entry or right of way the Contractor will be entitled to an
extension of time. The Contractor agrees that such delay shall not
be a breach of contract.
Each property owner shall be given 48 hours notice prior to
entry by the Contractor. This includes entry onto easements and
private property where private improvements rmut be adjusted..
The Contractor shall be responsible for providing, without
expense or liability to the Contracting Agency, any additional lard
and access thereto that the Contractor may desire for temporary
construction facilities storage of materials, or other Contractor
needs. However, before using any private property, whether
adioining the Work or not the Contractor shall file with the
Engineer a written permission of the private property owner., and,
upon vacating the premises, a written release from the property
owner of each property disturbed or otherwise interfered with by
reasons of construction pursued under this contract. The statement
shall be signed by the private property owner, or proper authority
acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary
permits have been obtained or, in the case of a release, that the
restoration of the property has been satisfactorily accomplished.
The statement shall include the parcel number, address, and date of
signature. Written releases must be filed with the Engineer before _
the Completion Date will be established.
SECTION 1 -07.26 (APWA) IS REVISED BY CHANGING ALL
REFERENCES TO `COMMISSION. THE SECRETARY' OR
"STATE" TO READ °CONTRACTING AGENCY.
SECTION 1 -07.27 (APWA) IS REVISED BY CHANGING
ALL REFERENCES TO "STATT" OR "SECRETARY" TO
READ "CONTRACTING AGENCY."
1 -08 Prosecution and Progress
SECTION 1 -08.1 IS DELETED AND .REPLACED BY THE
FOLLOWING:
1 -08.1 Preliminary Matters (APWA)
1 -08.1(1) Preconstruction Conference (APWA
The Engineer will furnish the Contractor with up to 10 copies
of the Contract Documents. Additional documents may be
furnished upon request at the cost of reproduction. Prior to
undertaking each part of the Work the Contractor shall carefully
study and compare the Contract Documents and check and verify
pertinent figures shown therein and all applicable field
measurements. The Contractor shall promptly report in writing to
the Engineer any conflict error or discrepancy which the
Contractor may discover.
After the Contract has been executed, but prior to the
Contractor beginning the Work a prec:onstruction conference will
be held between the Contractor, the Engineer and such other
interested parties as may be invited. The purpose of the
preconstruction conference will be:
1. To review the initial progress schedule;
2 To establish a working understanding among the various
parties associated or affected by the Work:
3 To establish and review procedures for progress Pa -Y—MM
notifications, approvals, submittals. etc.:
4. To establish normal working hoots for the Work;
5 To review safety standards and traffic control; and
6 To discuss such other related items as may be pertinent to
the Work.
The Contractor shall prepare and submit at the preconstruction
meetinit the following:
1. A breakdown of all hump sum items:
2 A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
4. A Proiect Schedule.
1- 08.1(2) Subcontracting (APWA
Work done by the Contractor's own organization shall acxouat
for at least 30 Percent of the Awarded Contract Price. Before
computing this percentage however, The Contractor may subtram
(from the Awarded Contract Price) the costs of any subcontracted
work on items the contract provisions specifically designates may
be first excluded from the Awarded Contract Price.
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer Provides. if the
Engineer requests the Contractor shall provide proof that the
subcontractor has the experience ability, and equipment the work
requires Each subcontract shall contain a provision which requires
the subcontractor to comply with Section 1-07.9 and to furnish all
_certificates submittals and statements required by the Contract
Documents.
Along with the request to sublet, the Contractor shall submit
the names of any contracting firms the subcontractor proposes to
Page- SP - -12
Revision Date. May 19, 1997
1 1 -08 Prosecution and Progress 1 -08 Prosecution and Progress
LJ
1
1
v
0
1
r
J
0
n
use as lower tier subcontractors. Collectively; these lower tier
subcontractors shall not do work that exceeds 25 percent of the
total amount subcontracted to a subcontractor. When a
subcontractor is responsible for construction of a specific structure
or structures, the following work may be performed by lower tier
subcontractors without being subject to the 25 percent limitation:
1. Furnishing and driving of piling, or
2. Furnishing and installing concrete reinforcing and post -
tensioning steel. Except for the 25 percent limit, lower tier
subcontractors shall meet the same requirements as
subcontractors.
The Engineer will approve the request only if satisfied with
the proposed subcontractor's prior record, equipment, experience,
and ability to perform the work. Approval to subcontract shall not:
1. Relieve the Contractor of any responsibility to carry out the
contract,
2. Relieve the Contractor of any obligations or liability under
the contract and the Contractor's bond,
3. Create any contract between the Contracting Agency and
the subcontractor, or
4. Convey to the subcontractor any rights against the
Contracting Agency.
The Contracting Agency will not consider as subcontracting:
(1) purchase of sand, gravel, crushed stone, crushed slag, batched
concrete aggregates, ready mix concrete, off -site fabricated
structural steel, other off -site fabricated items, and any other
materials supplied by established and recognized commercial
plants: or (2) delivery of these materials to the work site in vehicles
owned or operated by such plants or by recognized independent or
commercial hauling companies.
However, the State LE may determine that RCW 39.12
applies to the employees of such firms identified in (1) and (2)
above in accordance with WAC 296 -127. If this should occur, the
provisions of Section 1.07.9, as modified or supplemented, shall
appy.
The Contractor shall certify to the actual amounts paid to any
Disadvantaged, Minority, or Women's Business Enterprises firms
that were subcontractors, manufacturers, regular dealers, or
service providers on the contract. This certification shall be
supplied with the Final Application for Payment on the form
provided by the Engineer.
If dissatisfied with any part of the subcontracted work, the
Engineer may request in writing that the subcontractor be removed.
The Contractor shall comply with this request at once and shall not
employ the subcontractor for any further work under the contract.
1- 08.1(3) Hours of Work (APWA)
Except in the case of emerrencv or unless otherwise approved
by the Contracting Agency, the normal straight time working hours
for the contract shall be any consecutive 8-hour period between
7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour
lunch break and a 5-day work week. The normal straight time 8-
hour working period for the contract shall be established at the
preconstruction conference or prior to the Contractor commencing
the Work.
If a Contractor desires to perform work on holidays,
Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any
day, the Contractor shall apply in writing to the Engineer for
permission to work such times. Permission to work longer than an
8 -hour period between 7:00 a.m. and 6:00 p.m. is not required.
Such requests shall be submitted to the Engineer no later than noon
on the workine day prior to the day for which the Contractor is
requesting permission to work.
Permission to work between the hours of 10:00 p.m. and 7.00
a.m. during weekdays and between the hours of 10:00 p.m. and
9:00 a.m. on weekends or holidays may also be subject to noise
control requirements. Approval to continue work during these
hours may be revoked at any time the Contractor exceeds the
Contracting Agency's noise control regulations or complaints are
received from the public or adjoining property owners regarding
the noise from the Contractor's operations. The Contractor shall
have no claim for damages or delays should such permission be
revoked for these reasons.
Permission to work Saturdays, Sundays, holidays or other
than the agreed upon normal straight time working hairs Monday
through Friday may be given subject to certain other conditions set
forth by the Contracting Agency or Engineer. These conditions
may include but are not limited to: requiring the Engineer or such
assistants as the Engineer may deem necessary to be present during
the Work: requiring the Contractor to reimburse the Contracting
Agency for the cost of engineering salaries paid Contracting
Agency employees who worked during such times: considering the
Work performed on Saturdays and holidays as worsting days with
regards to the Contract Time: and considering multiple work shifts
as multiple working days with respect to Contract Time even
though the multiple shifts occur in a single 24-hour period.
Assistants may include, but are not limited to, survey crews:
personnel from the Contracting Agency's material testim lab:
inspectors: and other Contracting Agency employees when in the
opinion of the Engineer, such work necessitates their presence.
1-08.1(4) Reimbursement for Overtime Work of
Contracting Agency Employees ("WA)
Where the Contractor elects to work on a Saturday, Sunday,
or other holiday, or longer than an 8 -hour work shift on a regular
working day, as defined in the Standard Specifications, such work
shall be considered as overtime work. On all such overtime work
an inspector will be present, and a survey crew may be required at
the discretion of the Engineer. The Contractor shall reimburse the
Contracting Agency for the full amount of the straight time plus
overtime costs for employees of the Contracting Agency required
to work overtime hours.
The Contractor by these Specifications does hereby authorize
the Engineer to deduct such costs from the amount due or to
become due the Contractor.
SEC77ON 1 -08.4 IS DELETED AND REPLACED BY TBE
FOLLOWING:
1-08.4 Notice to Proceed and Prosecution of the Work
(APWA)
Notice to Proceed will be eiven after the contract has been
executed and the contract bond and evidence of insurances have
been approved and filed by the Owner. The Contractor shall not
commence the Work until the Notice to Proceed has been given by
the Engineer. The Contractor shall commence construction
activities on the Proiect Site within ten days of the Notice to
Proceed Date. The Work thereafter shall be proseattcd diligently,
vigorously, and without unauthorized interruption until physical
completion of the work. There shall be no voluntary shutdowns or
slowing of operations by the Contractor without prior approval of
the Engineer. Such approval shall not relieve the Contractor from
the Contractual obligation to complete the work within the
rescribed Contract Time.
Page -SP -13
Revision Date: May 19, 1997
1 -09 Measurement and Payment 1-uy Measurement anu raymeu►
SECTION 1 -08.5 IS DELETED AND REPLACED WITH THE SECTION 1 -08.9 IS REVISED PER SECTION 1 -05.11.
FOLLOWING.
1-08.5 Tune For Completion (Contract Time) (APWA,
The Work shall be physically completed in its entirety within
the time specified in the Contract Documents or as extended by the
Engineer. The Contract Time will be stated in "working days",
shall be in on the Notice To Proceed Date, and shall end on the
Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day
on which the contract specifically suspends work, or one of these
holidays: January 1.
Monday gg Memorial Day, July 4, Labor Day,
November 11, Thanksgiving Day, the day after Thanksgiving, and
Christmas Day. When The day before Christmas shall be a
holiday when Christmas Day occurs on a Tuesday or Friday. The
day after Christmas shall be a holiday when Christmas Day occurs
on a Monday Wednesday, or Thursday. When Christmas Day
occurs on a Saturday, the two preceding working days shall be
observed as holidays. - When'Christmas day occurs on a Sunday,
the two working days following shall be observed as holidays.,
When holidays other than Christmas fall on a Saturday, the
Preceding Friday will be counted as a non- working day and when
they fall on a Sunday the following Monday will be counted as a
non - working day. The Contract Time has been established to allow
for periods of normal inclement weather which, from historical
records is to be expected during the Contract Time, and during
which periods work is anticipated to be performed. Each
successive working day beginning with the Notice to Proceed Date
and ending with the Physical Completion Date, shall be charged to
the Contract Time as it occurs except a day or part of a day which
is designated a nonworking day or an Engineer determined
unworkable day.
The Engineer will furnish the Contractor a weekly report
showing (1) the number of working days charged against _ the
Contract Time for the preceding week: (2) the Contract Time in
working days' (3) the number of working days remaining in the
Contract Time; (4) the number of nonworking days; and (S) any
partial or whole days the Engineer declared unworkable the
previous week This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor
elects to work 10 hours a day and 4 days a week (a 4-10 schedule)
and the fifth day of the week in which a 4-10 shift is worked would
ordinarily be charged .as a working day then the fifth day of that
week will be charged as a working day whether or not the
Contractor works on that day.
The CContractor will be allowed 10 calendar days from the date
of each report in which to file a written protest of an alleged
discrepancy in the Contract Time as reported. Otherwise, the
report will be deemed to have been accepted by the Contractor as
correct.
The requirements for scheduling the Final Inspection and
establishing the Substantial Completion Physical Completion, and
Completion Dates are specified in Sections 1 -05.11 and 1- 05.12.
1 -08.10 Termination of Contract (APWA)
SEC77ON 1 -08100) IS SUPPLEMENTED BY REVISING ALL
REFERENCES TO "STATE TREASURER, DEPARTMENT OF
TRANSPORTATION" IN THE LAST SENTENCE,
PARAGRAPH S TO READ "CONTRACTING AGENCY.'
SECTION I -08.11 IS A NEW SECTION.
1 -08.11 Contractor's Plant and Equipment (RC)
The contractor alone shall at all times be responsible for the
adequacy, efficiency, and sufficiency of his and his subcontractor's
plant and equipment The Owner shall have the right to make use
of the contractor's plant and equipment in the performance of any
work on the site of the work.
The use by the Owner of such plant and equipment shall be
considered as extra work and paid for accordmglYe
Neither the Owner nor the engineer assume any responsibility,
at any time for the security of the site from the time contractor's
operations have commenced until final acceptance of the work by
the engineer and the Owner. The contractor shall employ such
measures as additional fencing barricades and watchmen service,
as he deems necessary for the public safety and for the protection
of the site and his plant and equipment. The Owner will be
provided keys for all fenced, secured areas.
1 -08.12 Attention to Work (RC)
The contractor shall give his personal attention to and shall
supervise the work to the end that it shall be prosecuted faithfully,
and when he is not personally present on the work site, he shall at
all times be represented by a competent superintendent who shall
have full authority to execute the same and to supply materials,
tools and labor without delay, and who shall be the legal
representative of the contractor. The contractor shall be liable for
the faithful observance of any instructions delivered to him or to
his authorized representative.
1 -09 Measurement and Payment
SEC77ON 1-09.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1-09.1 Measurement of Quantities (RC)
When items are specified to be paid for by ton it will be the
Contractor's responsibility to see that a certified weight ticket is
given to the Inupector on the project at the time of delivery of
materials for each truckload delivered. Pay quantities will be
Prepared on the basis of said tally tickets delivered to the Inspector
at the time of delivery of materials. Tickets not receipt bX the
Inspector will not be honored for payment.
Where items are specified to be paid by the ton the following
system will be used:
Each truck shall be clearly numbered to the satisfaction of the
Engineer and there shall be no duplication of members.
Duplicate tickets shall be prepared to accompany each
truckload of material delivered to the project. The tickets shall
bear at least the following information:
1. Truck Number.
2. Truck tare weight (stamped at source).
3. Gross truck load weight in tons (stamped at source).
4. Net lend weight (stamped at source).
5. Driver's name and date.
Page -SP -14
Revision Date. May 19, 1997
I
r
1
J
1
E
[7
1-09 Measurement and Payment 1-09 Measurement and Payment
6. location for delivery.
7. Pay item number.
8. Contract number and/or name.
The Contractor shall submit a breakdown of costs for each
Jump sum Bid Item. The breakdown shall list the items included in
the lump sum together with a unit price of labor, materials and
equipment for each item. The summation of the detailed unit
prices for each item shall add up to the lump sum Bid. The unit
price values may be used as a guideline for determining progress
payments or deductions or additions in payment for ordered work
changes. The detailed cost breakdown of each lump sum item shall
be submitted to the Engineer prior to the Preconstruction
Conference.
SECTION 1-09.2 (APWA) IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO "MATERIAL RECEIVER" 7b READ
"ENGINEER. "
SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1-09.3 Scope of Payment (APWA, RQ
Unless modified otherwise in the Contract Provisions the Bid
Items listed or referenced in the "Payment" clause of each Section
of the Standard Specifications, will be the only items for which
compensation will be made for the Work described in or specified
in that particular Section when the Contractor performs the
specified Work. Should a Bid Item be listed in a "Payment" clause
but not in the Proposal Form, and Work for that item is performed
by the Contractor and the work is not stated as included in or
incidental to a pay item in the contract and is not work that would
be required to complete the intent of the Contract per Section 1-
04.1, then payment for that Work will be made as for Extra Work
pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and
similar terms used throughout the Contract Documents are
synonymous.
If the "payment" clause in the Specifications relating to any
unit Bid Item price in the Proposal Form rewires that said unit Bid
Item price cover and be considered compensation for certain work
or material essential to the item, then the work or material will not
be measured or paid for under any other Unit Bid Item which may
appear elsewhere in the Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are
changed to singular form.
Payment for Bid Items listed or referenced in the "Payment"
clause of any particular Section of the Specifications shall be
considered as including all of the Work required, specified, or
described in that particular Section. Payment items will generally
be listed generically in the Specifications, and specifr Aly in the
bid form. When items are to be "furnished" under one payment
item and "installed" under another payment item, such items shall
be furnished FOB project site, or, if specified in the Special
Provisions, delivered to a designated site. Materials to be
"furnished," or "furnished and installed" under these conditions,
shall be the responsibility of the Contractor with regard to storage
until such items are incorporated into the Work or, if such items
are not to be incorporated into the work, delivered to the applicable
Contracting Agency storage site when provided for in the
Specifications. Payment for material "furnished," but not yet
incorporated into the Work, may be made on monthly estimates to
the extent allowed.
SECTION 1 -09.8 (APWA) IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO "HEADQUARTERS' MATERIAL
LABORATORY" TO READ "CONTRACTING AGENCY'S
MATERIAL LABORATORY."
SECTION 1 -09.9 IS DELETED AND REPLACED BY THE
FOLLOWING:
1-09.9 Payments (APWA)
1- 09.9(1) Progress Payments (APWA)
Progress payments for completed work and material on hand
will be based upon progress estimates prepared by the Engineer. A
Progress estimate cutoff date will be established at the
preconstruction meeting.
Within 3 days after the progress estimate cutoff date (but not
more often than once a month) the Contractor shall submit to the
Engineer for review an Application for Payment, filled out and
signed by the Contractor, covering the work completed prior to the
progress estimate cutoff date. The Application for Payment shall be
accompanied by documentation supporting the Contractor's
Application for Payment.
If payment is requested for materials and equipment not
incorporated in the work, but delivered and stored at approved sites
pursuant to the Contract Documents, the Application for Payment
shall be accompanied by a bill of sale, invoice, or other
documentation warranting that the Contractor has received the
materials and equipment and evidence that the materials and
equm ennt are covered by appropriate insurance or other
arrangements to protect the Engineer's interests therein.
The initial progress estimate will be made not later than 30
days after the Contractor commences the Work, and successive
progress estimates will be made every month thereafter until the
Completion Date. Progress estimates made during progress of the
Work are tentative, and made only for the purpose of determining
progress payment. The progress estimates are subject to change at
any time prior to the calculation of the Final Payment per
Section 1- 09.9(4).
The value of the progress estimate will be the sum of the
following:
1. Unit Price Items in the Bid Form — the approximate
quantity of acceptable units of Work completed multiplied by the
Unit Price.
2. Lump Sum Items in the Bid Form — the estimated
percentage complete multiplied by the Bid Forms amount for each
Lump Sum Item.
3. Materials on Hand — 90 percent of invoiced test of
material delivered to Job site or other storage area approved by the
Engineer.
4. Change Orders — entitlement for approved extra cost or
completed extra work as determined by the Engineer.
Progress payments will be made in accordance with the
progress estimate less:
1. Five (5) percent for retained percentage.
2. The amount of Progress Payments previously made.
3. Funds withheld by the Contracting Agency for
disbursement in accordance with the Contract Documents.
Progress payments for work performed shall not be evidence
of acceptable performance or an admission by the Contracting
Agency that any work has been satisfactorily completed.
Payments will be made by warrants, issued by the Contracting
Agency's fiscal officer, against the appropriate fund source for the
project. Payments received on account of work performed by a
subcontractor are subject to the provisions of RCW 39.04.250.
Page-SP-15
Revision Date: May 19, 1997
1 -09 Measurement and Payment 1 -09 Measurement and Payment
1-09.9(2) Retainage (APWA,RQ
Pursuant to RCW 60.28 there will be retained from monies
earned by the Contractor on progress estimates a sum not to exceed
5 percent of the monies earned by the Contractor. Such retainage
shall be used as a trust fund for the protection and payment (1) to
the State with respect to taxes imposed pursuant to Title 82, RCW
which may be due from such Contractor, and (2) the claims of any
person arising under the Contract.
Monies reserved under provisions of RCW 60.28 shall, at the
option of the Contractor, be:
1. Retained in a fiord by the Contracting Agency.
2. Deposited by the Contracting Agency in an interest -
bearing account in a bank, mutual savings bank, or savings and
loan association (interest on monies so retained may be paid to the
Contractor).
3. Placed in escrow with a bank or trust cornparry by the
Contracting Agency. When the monies reserved are to be placed in
escrow the Contracting Agency will issue a check representing the
sum of the monies reserved payable to the bank or trust company
and the Contractor jointly. Such check shall be converted into
bonds and securities chosen by the Contractor and approved by the
Contracting Agency and the bonds and securities held in escrow.
Interest on the bonds and securities may be paid to the Contractor
as the interest accrues.
The Contractor shall designate the option desired on-40
least 10 working days prior to the first progress payment for the
contract. The Contractor in choosing option (2) or (3) agrees to
assume full responsibility to pay all costs which may accrue from
escrow services, brokerage charges or both, and further agrees to
asanne all risks in connection with the investment of the retained
percentages in securities. The Contracting Agency may also, at its
option_ accept a bond for all or a Portion of the contractor's
retainage.
Release of retained percentage will be made 60 days following
the Completion Date pursuant to RCW 39.12, RCW 39.76, and
RCW 60.28) provided the following conditions are met:
1. On contracts totaling more than $20,000.00, a release has
been obtained from the Washington State Department of Revenue
(RCW 60.28.051).
2. No claims, as provided by law, have been filed against
the retained percentage.
3. Affidavit of Wages Paid is on file with the Contracting
Agency for the Contractor and all Subcontractors regardless of tier
(RCW 39.12.040).
In the event claims are filed the Contractor will be paid such
retained percentage less an amount sufficient to pay any such
claims together with a sum determined by the Contracting Agency
sufficient to pay the cost of foreclosing on claims and to cover
attorney's fees.
Retainage will not be reduced for any reason below the
minimum limit provided by law.
Pursuant to Section 1- 07.10, the Contractor is responsible for
submitting to the State LdtI a "Request for Release" form in order
for the Contracting Agency to obtain a release from that
department with respect to the payments of industrial assurance
medical aid premiums. The Contracting Agency will ensure the
Washington State Employment Security Department and any
applicable Contracting Agency department or organization are
notified of Contract completion in order to obtain releases from
those departments or agency organizations.
1-09.9(3) Contracting Agency's Right to Withhold
and Disburse Certain Amounts (APWA)
In addition to monies retained pursuant to RCW 60.28 and
subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the
Contractor authorizes the Engineer to withhold progress payments
due or deduct an amount from any payment or payments due the
Contractor which, in the Engineer's opinion, may be necessary to
cover the Contracting Agency's costs for or to remedy the
following situations:
1. Damage to another contractor when there is evidence
thereof and a claim has been filed.
2. Wbere the Contractor has not paid fees or charges to
public authorities or municipalities which the Contractor is
obligated to pay.
3. Utilizing material, tested and inspected by the Engineer,
for purposes not connected with the Work (Section 1 -05.6)
4. Landscape damage assessments per Section 1- 07.16.
5. For overtime work performed by City personnel per
Section 1- 08.1(4).
6. Anticipated or actual failure of the Contractor to
complete the Work on time:
a. Per Section 1 -08.9 Liquidated Damage; or
b. Lack of construction progress based upon the Engineer's
review of the Contractor's approved progress schedule which
indicates the Work will not be completed within the Contract Titre.
When calculating an anticipated time overrun, the Engineer will
make allowances for weather delays, approved unavoidable delays,
and suspensions of the Work. The amount withheld under this
subparagraph will be based upon the liquidated damages amount
per day set forth in Contract Documents multiplied by the number
of days the Contractor's approved progress schedule, in the opinion
of the Engineer, indicates the Contract may exceed the Contact
Tmne.
7. Failure of the Contractor to perform any of the
Contractor's other obligations under the contract, inchtdinit but not
limited to:
a. Failure of the Contractor to provide the Engineer with a
field office when required by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes,
makers etc. , or to provide adequate survey_ work as required by
Section 1 -05.5.
c. Failure of the Contractor to correct defective or
unauthorized work (Section 1 -05.8)
d. Failure of the Contractor to furnish a Manufacture's
Certificate of Compliance in lieu of material testing and inspection
as required by Section 1 -06.3.
e. Failure to submit weekly payrolls, Intent to Pay
Prevailing Wage forms or correct underpayment to employees of
the Contractor or subcontractor of any tier as required by Section
1 -07.9.
L Failure of the Contractor to pay worker's benefits (Fide
50 and Title 51 RCW) as required by Section 1- 07.10.
g. Failure of the Contractor to submit and obtain approval
of a progress schedule per Seam 1 -08.3.
The Contractor authorizes the Engineer to act as agent for the
Contractor disbursing such fimds as have been withbeld pursuant to
this section to a party or parties who are entitled to payment.
Disbursement of such funds if the Engineer elects to do so, well be
made only after giving the Contractor 15 calendar days prior
written notice of the Contracting Agency's intent to do so, and if
prior to the expiration of the 15- calendar day period,
1. no legal action has commenced to resolve the validity of
the claims, and
2. the Contractor has not protested such disbursement.
Page -SP -]6
Revision Date. May 19, 1997
H-
r-I
0
I
ILI
Ii
1
t
1
�1
I
t
1-09 Measurement and Payment 1 -09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the
Contractor in accordance with this section will be made. A
payment made pursuant to this section shall be considered as
payment made under the terms and conditions of the Contract. The
Contracting Agency shall not be liable to the Contractor for such
payment made in good faith.
If legal action is instituted to determine the validity of the
claims prior to expiration of the 15-day period mentioned above,
the Engineer will hold the funds until determination of the action or
written settlement agreement of the parties.
1- 09.9(4) Final Payment (APWA)
Upon Acceptance of the Work by the Contracting Agency the
final amount to be paid the Contractor will be calculated based
upon a Final Progress Estimate made by the Engineer. Acceptance
by the Contractor of the Final Payment shall be and shall operate as
a release:
1. to the Contracting Agency of all claims and all liabilities
of the Contractor, other than claims in stated amounts as may be
specifically excepted in writing by the Contractor;
2. for all things done or furnished in connection with the
Work;
3. for every act and neglect by the Contracting Agency; and
4. for all other claims and liability relating to or arising out
of the Work.
A payment (monthly, final, retainage, or otherwise) shall not
release the Contractor or the Contractor's Surety from any
obligation required under the terms of the Contract Documents or
the Contract Bond; nor shall such payment constitute a waiver of
the Contracting Agency's ability to investigate and act upon
findings of non - compliance with the WMBE requirements of the
Contract; nor shall such payment preclude the Contracting Agency
from recovering damages, setting penalties, or obtaining such other
remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency,
the Contractor shall submit an affidavit, on the form provided by
the Engineer, of amounts paid to certified disadvantaged (DB),
minority (MBE) or women business enterprises (vv BE)
participating in the Work. Such affidavit shall certify the amounts
paid to the DB, MBE, or WBE subcontractors regardless of tier.
On Federally- funded proiects the Contractor may also be
required to execute and furnish the Contracting Agency an affidavit
certifying that the Contractor has not extended any loans, gratuity
or gift and money pursuant to Section 1 -07.19 of these.
Specifications.
If the Contractor fails, refuses, or is unable to sign and return
the Final Progress Estimate or any other documents required for
the final acceptance of the contract, the Contracting Agency
reserves the right to establish a completion date and unilaterally
accept the contract. Unilateral acceptance will occur only after the
Contractor has been provided the opportunity, by written request
from the Engineer, to voluntarily submit such documents. If
voluntary compliance is not achieved, formal notification of the
impending unilateral acceptance will be provided by certified letter
from the Engineer to the Contractor which will provide 30 calendar
days for the Contractor to submit the necessary documents. The
30- calendar day deadline shall begin on the date of the postmark of
the certified letter from the Engineer requesting the necessary
documents. This reservation by the Contracting Agency to
unilaterally accept the contract will apply to contracts that are
completed in accordance with Section 1 -08.5 or for contracts that
are terminated in accordance with Section 1 -08.10. Unilateral
acceptance of the contract by the Contracting Agency does not in
any way relieve the Contractor of the provisions under contract or
of the responsibility to comply with all laws, ordinances and
regulations — Federal, State, or local — that affect the contract
The date the Contracting Agency unilaterally signs the Final
Progress Estimate constitutes the final acceptance date (Section 1-
05.12).
1 -09.11 Disputes and Claims
SECTION I- 09.1](2) IS REVISED AS FOLLOWS:
1- 09.11(2) Claims (APWA)
Failure to submit with the Final Application for Payment BiAal
ch information and details as
described in this section for any claim shall operate as a waiver of
the claims by the Contractor as provided in Section 1 -09.9.
SECTION I -09.1](3) IS DELETED AND REPLACED BY THE
FOLLOWING:
1- 09.11(3) Time Limitations and Jurisdiction
(APWA)
This contract shall be construed and interpreted in accordance
with the laws of the State of Washington. The venue of any claims
or causes of actions arising from this contract shall be in the
Superior Court of the county where the work is performed.
For convenience of the parties to this contract, it is mutually
agreed that any claims or causes of action which the contractor has
against the Contracting Agency arising from this contract shall be
brought within 180 days from the date of Final Acceptance of the
contract by the Contracting Agency. The parties understand and
agree that the Contractor's failure to bring suit within the time
period provided shall be a complete bar to any such claims or
causes of action.
It is further mutually agreed by the parties that when any
claims or causes of action which a Contractor asserts against the
Contracting Agency arising from this contract are filed with the
Contracting Agency or initiated in court, the Contractor shall
permit the Contracting Agency to have timely access to any records
deemed necessary by the Contractin¢ A¢encv to assist in evaluatine
the claims or actions.
1 -09.13 Arbitration
SECTION 1 -09.13(2) (RC) IS SUPPLEMENTED BY
REPLACING ALL REFERENCES TO "THURST'ON COUNTY'
WITH THE WORDS "RING COUNTY. "
SECT70N 1 -09.13(3) IS SUPPLEMENTED BY ADDING:
1- 09.13(3) Procedures to Pursue Arbitration (RC)
The findines and decision of the board of arbitrators shall be
final and binding on the parties, unless the aggrieved party, within
10 days, challenges the findings and decision by serving and filing
a petition for review by the superior court of King County,
Washington. The grounds for the petition for review are limited to
showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. is contrary to the terns of the contract or any component
thereof;
3. Is arbitrary and/or is not based upon the applicable facts
and the law controlling the issues submitted to arbitration. The
board of arbitrators shall support its decision by setting forth in
writin¢ their frndines and conclusions based on the evidence
adduced at any such hearing.
Page -SP -l7
Revision Date: May 19, 1997
1 -10 Temporary Traffic Control 1 -10 Temporary Traffic Control
th Contractor to furnish additional l
The arbitration shall be conducted in accordance with the
statutes of the State of Washington and court decisions governing
such procedure.
The costs of such arbitration shall be borne equally by the City
and the contractor unless it is the board's majority opinion that the
contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne
by the contractor.
1 -10 Temporary Traffic Control
SECTION 1 -10.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1 -10.1 Genersl2
When the bid proposal includes an item for 'Traffic Control,"
the work required for this item shall be all items described in
Section I -10, including, but not limited to:
I Furnishing and maintaining barricades flashers,
construction signing and other channelization devices,
unless a pay item is in the bid proposal for any specific
device and the Special Provisions specify furnishing,
maintaining and payment in a different mariner for that
device•
2. Furnishing traffic control labor, equipment, and supervisory
personnel for all traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove
the Class B construction signs and other traffic control
devices;
4. Furnishing labor and vehicles for patrolling and maintaining
in position all of the construction signs and the traffic
control devices unless a pay item is in the bid proposal to
specifically pay for this work; and
S. Furnishing labor, material, and equipment necessary for
cleaning up, removing, and replacing of the construction
signs and the traffic control devices destroyed or damaged
during the life of the project.
6. Removing existing signs as specified or a directed by the
engineer and delivering to the City Shops or storing and re-
installing as directed by the Engineer.
7. Preparing a traffic control plan for the project and
designating the person responsible for traffic control at the
work site. The traffic control plan shall include
descriptions of the traffic control methods and devices to be
used by the prime contractor, and subcontractors, shall be
submitted at or before the preconstruction conference, and
shall be subject to review and approval of the Engineer.
8. Contacting police fire, 911, and ambulance services to
notify them in advance of any work that will affect and
traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to
traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m.,
and 3:00 p.m, to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs
during periods when they are not needed.
If no bid item "Traffic Control" appears in the proposal then
all work required by these sections will considered incidental and
their cost shall be included in the other items of work.
If the Engineer requires e
channelizing devices, pieces of equipment, or services which could
not be usually anticipated by a prudent contractor for the
maintenance and protection of traffic, then a new item or items
may be established to pay for such items. Further limitatinm for
consideration of payment for these items are that they are not
covered by other pay items in the bid proposal, they are not
specified in the Special Provisions as incidental, and the
accumulative cost for the use of each individual channel' zing
device piece of equipment, or service must exceed $200 in total
cost for the duration of their need. In the.event of disputes, the
Engineer will determine what is usually anticipated by a prudent
contractor. The cost for these items will be by agreed price, price
established by the Engineer, or by force account. Additional items
required as a result of the Connector's modification to the traffic
control plan(s) appearing in the contract shall not be covered by the
provisions in this paragraph.
If the total cost of all the work under the contract increases or
decreases by more than 25 percent, an equitable adjustment will be
considered for the item "Traffic Control" to address the increase or
decrease.
SECTION 1- 10.2(l) TRAFFIC CONTROL SUPERVISOR IS
REVISED AS FOLLOWS
1- 10.2(1) Traffic Control Supervisor RQ (SA)
When die W, FFOPeral ;AGtMAG6 an kam for. ..
Sugecuiserr =Tthe Contractor shall designate an individual or
individuals to perform the Traffic Control Supervisor's (TCS) duties
for the project The TCS shall be certified inas -a worksite traffic
control
supsFiRtenAms ft- *I,- The TCS shall assure that personally
pecfosra all the duties of the TCS are performed during the duration
of the contract
7. Ensuring that corrections are made if traffic control
devices are not functioning as required. The TCS may
make minor revisions to the traffic control plan to
accommodate site conditions as long as the original intent
of the traffic control plan is maintained and the revision
is in conformance
with established standards.
Possession of a current flagging card
by the TCS is mandatory.
SECTION 1- 10.2(2) IS SUPPLEMENTED AS FOLLOWS:
1- 10.2(2) Traffic Control PlansLRQ
The Contractor shall be responsible for _assuring that traffic
control is jnstalled and maintained in conformance to established
standards. The Contractor shall continuously evahmIte the
operation of the traffic control plan and take prompt action 10
cornet any problems that become evident during operation.
SECTION 1- 10.3(3) HAS BEEN REVISED AS FOLLOWS:
1- 10.3(3) Construction Signs
All signs required by the approved traffrc control plan(s) as
well as any other appropriate signs prescribed by the Engineer
required to conform with established standards, will be furnished
by the Contractor.
Page -SP -18
Revision Date. May 19, 1997
l
1
1
1
0
1 -11 Renton Surveying Standards 1 -11 nentun aurveyuug O&auuarus
No separate pay item will be provided in the bid proposal for
Class A or Class B construction signs. Payment for. Glass 2
soasuuGgion signs wall be limited to the 1,bor. ror.1 to do obe ;
All other--costs for the work to
provide Class A or Class B construction signs shall be included in
the unit contract price for the various other items of the work in the
bid proposal.
SECTION 1- 10.3(6) IS REVISED AS FOLLOWS:
1- 10.30 One -Way Piloted Traffic Control Through
Construction Zone
Contractor - Furnished One -Way Piloted Traffic Control. The
Contractor shall furnish the pilot car(s) and driver(s) for the pilot car
control area Any necessary flaggers shall be furnished by the
Contractor
..
DELETE SECTION 1 -10.4 AND REPLACE WITH:
1 -10.4 Measurement (RC) (SA)
No specific unit of measurement will atroly to the htmv sum
item of "Traffic Control".
SECTION 1 -10.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
1 -10.5 Payment (RC)
Payment for all labor, materials, and equipment described in
Section 1 -10 will be made in accordance with Section 1 -04.1, for
the following bid items when they ws included in the proposal:
'Traffic Control,' heap stun.
The lump sum contract price shall be full pay for all costs not
covered by other specific pay items in the bid proposal for
furnishing, installing, maintaining, and removing traffic control
devices required by the contract and as directed by the Engineer in
conformance with accepted standards and in such a manner as to
maximize safety, and minimize disruption and inconvenience to the
public..
Progress payment for the lump sum item "Traffic Control"
will be made as follows:
a. When the initial warning signs for the beginning of the
proiect and the end of construction signs are irtstalled
and approved by the Engineer, 30 percent of the
amount bid for the item will be paid.
b. Payment for the remaining 70 percent of the amount
bid for the item will be paid on a prorated basis in
accordance with the total job progress as determined
by progress payments.
The item 'Traffic Control" will be considered for an equitable
adjustment per Section 1-04.6 only when the total contract price
increases or decreases by more than 25 percent.
The Lump Sum uwit contract price per --b shall be full
pay for all costs involved in furnishing the pilot car(s), pilot car
driver(s), and the appropriate pilot car sign(s) for any pilot
car operation. Any necessary flaggers will be paid under the
item for traffic control - labor.
The Lump Sum wwk contract price pep•laoupshall be full
pay for all costs for the labor provided for performing those
construction operations described in Section 1- 10.3(1) and as
authorized by the Engineer.
lim-86.1 — *I-- 1-cum the, ;Apwkeg * r, ftcwA, pcgrmming the we*-
"Conm-raffian Signs Class A," pe; squaFs foci panel ama.
The Lump Sum trait contract price pep- aryamfaes_o€
paps!- aKa•.shall be full pay for all costs for performing the
work described in Section 1- 10.3(3) and Section 1- 10.3(4).
This payment will include all labor, equipment, and vehicles
necessary for the initial acquisition, the initial installation of
Class A signs, and ultimate return of all Contracting Agency -
furnished signs.
Unsinem
"
The Lump Sum +resit contract price p%P42p -shall be full
pay for all costs involved in furnishing the person(s) assigned
as the "Traffic Control Supervisor" a••-i^^ an Raginew
All costs for the vehicle(s) required for
the Traffic Control Supervisor shall be included in the Lump
Sum +tart contract price for "Traffic Control Sttpopsios.^
paymgng to; thg lump sum ..
..
set up, 50 pow— 1 the amova& bid fe; the som will
"
be -paid.
The Lump Sure unit- contract price pep- day -shall be full
pay for all costs involved in furnishing the vehicle or vehicles
for the work described in Section 1 -103(
L abcs.'=
1 -11 Renton Surveying Standards
1- 11.1(1) Resvonsibility for surve
All surveys and survey reports shall be prepared under the
direct supervision of a person registered to practice land surveying
under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance
with the requirements established by the Board of Registration for
Professional Engineers and Land Surveyors under the vrovisionc of
Chapter 18.43 RCW.
Page -SP -l9
Revision Date: May 19, 1997
k_
1 -11 Renton Surve
Standards
1- 11.1(2) Survey Datum and Precision (RC)
The horizontal component of all surveys shall have as its
coordinate base: The North American Datum of 1983/91.
All horizontal control for projects must be referenced to or in
coniunction with a minimum of two of the City of Renton's Survey
Control Network monuments. The source of the coordinate values
used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed
the closure requirements of WAC 332 - 130-060.. The control base
lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard
Detail Requirements for ALTAIACSM Land Title Surveys jointly
established and adopted by ALTA and ACSM in 1992 or
comparable classification in future editions of said document. The
angular and linear closure and precision ratio of traverses used for
survey control shall be revealed on the face of the survey drawing,
as shall the method of adjustment.
The horizontal component of the control system for surveys
using global positioning system methodology shall exhibit at least 1
part in 50,000 precision in line length dependent error analysis at a
95 percent confidence level and performed pursuant to Federal
Geodetic Control Subcommittee Standards for GPS control surveys
as defined in Geometric Geodetic Accuracy Standards &
Specifications for Using GPS Relative Positioning Techniques dated
August 1 1989 or comparable classification in future editions of
said document..
The vertical component of all surveys shall be based on
NAVD 1988 the North American Vertical Datum of 1988, and
tied to at least one of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks within 3000 feet of
the project site a tie to both shall be made. The benchmark(s) used
will be shown on the drawing. If a City of Renton benchmark does
not exist within 3000 feet of a project, one must be set on or near
the project in a permanent manner that will remain intact
throughout the duration of the project. Source of elevations
(benchmark) will be shown on the drawing, as well as a description
of any bench marks established.
1- 11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal
the controlling monuments used and the subdivision of the
applicable quarter section.
Those surveys dependent on retracement of a plat or short plat
shall reveal the controlling monuments, measurements, and
methodology used in that retracernent.
1- 11.1(4) Field Notes (RC)
Field notes shall be kept in conventional format in a standard
bound field book with waterproof pages. In cases where an
electronic data collector is used field notes must also be kept with a
sketch and a record of control and base line traverses describing
station occupations and what measurements were made at each
point.
Every point located or set shall be identified by a number and
a description. Point numbers shall be unique within a complete
job The preferred method of point numbering is field notebook,
page and point set on that page. Example: The first point set or
found on page 16 of field book 348 would be identified as Point
No. 348.16.01 the second point would be 348.16.02, etc.
Upon completion of a City of Renton project either the field
notebook(s) provided by the City or the original field notebook(s)
used by the surveyor will be given to the City. For all other work,
surveyors will provide a copy of the notes to the City upon request.
1 -11 Renton
In those cases where an
copy print out in ASCII text format will accompany the field nott
1- 11.10 Corners and Monuments (RC)
Corner A point on a land boundary, at the iuncture of
more boundary lines. A monument is usually set at such points
physically reference a corner's location on the ground.
Monument Any physical object or structure of record w
marks or accurately references:
• A comer or other survey point established by or undcli
supervision of an individual per section 1- 11.1(1) andW
corner or monument established by the General Land Ofl
and its successor the Bureau of Land Management incites
section subdivision corners down to and including �
sixteenth corners; and
• Any pernianently momrmented boundary, ri t of Elk
alignment, or horizontal and vertical control points establ
by any governmental agency or private surveyor incl
street intersections but excluding dependent interior
corners.
1- 11.1(6) Control or Base Line Survey (RC)
Control or Base Lime Surveys shall be established f
construction proiects that will create permanent structures sat
roads sidewalks bridges, utility lines or appartepapm. siMM
light poles or any non - single family building. Control or I:
Line Surveys shall _consist of such number of perm#
momu cents as are required such that every structure tna�
observed for staking or 'as- bunting' while ocmving one
monument and sighting another such monument. A minimum
two of these pennanew monuments shall be existing tnonuml♦
recognized and on record with the City of Renton. The Cont
Base Line Survey shall occupy each monument in turn, and s
satisfy all applicable requirements of Section 1 -11.1 herein.
The drawing ictin the survey shall be nest lexibleM
drawn to an Mgqpriate scale. North orientation should be cl
nrrsentPd 2M the erale shown aranhicaliv as well as noted.
Of
comply with all provisions of Chapter 58.09 RCW.
photographic inylar of the drawing will be submitted to the C
Renton and n their review and the
requirements of the project the original will be recorded with
King County Recorder.
If recording is not required, the survey drawing she
prepared on 22 inch by 34 inch molar, and the original .
nhntn&"s h6- mul2r thrr"& will M othmitted to the Citv of Rep
shall be used wherever possible, and a legend shall ident i
bols used if each point marked by a symbol is not descri
each use.
An electronic listing of all princh* points shown on
drawing shall be submitted with each drawing. The listing s�
include the point number designation (corresponding with A
the field notes) a brief description of the point, and norM
eastine, and elevation (if applicable) values. all in ASCII for
on IBM PC compatible media.
Page -SP -20
Revision Date. May 19, 1997
1 1 -11 Renton Surveying Standards 1 -11 Renton Surveying Standards
1
1
1�
1
1
1
n
L
1
[l
0
Li
1- 11.1(7) Precision Levels (RC)
Vertical Surveys for the establishment of bench marks shall
satisfy all applicable requirements of section 1 -05 and 1 -11.1.
Vertical surveys for the establishment of bench marks shall
meet or exceed the standards, specifications and procedures of third
order elevation accuracy established by the Federal Geodetic
Control Committee.
Bench marks must possess both permanence and vertical
stability. Descriptions of bench marks must be complete to insure
both recoverablilty and positive identification on recovery.
1- 11.1(8) Radial and Station — Offset Topography
Topographic surveys shall satisfy all applicable requirements
of section 1 -11.1 herein.
All points occupied or back sighted in developing radial
topography or establishing baselines for station — offset topography
shall meet the requirements of section 1 -11.1 herein.
The drawing and electronic' listing requirements set forth in
section 1 -11.1 herein shall be observed for all topographic surveys.
1- 11.1(9) Radial Topography (RC)
Elevations for the points occupied or back sighted in a radial
topographic survey shall be determined either by 1) spirit leveling
with misclosure not to exceed 0.1 feet or Federal Geodetic Control
Committee third order elevation accuracy specifications, OR 2)
trigonometric leveling with elevation differences determined in at
least two directions for each point and with misclosure of the
circuit not to exceed 0.1 feet.
1- 11.1(10) Station — Offset To (RC)
Devations of the baseline and topographic points shall be
determined by spirit leveling and shall satisfy Federal Geodetic
Control Committee specifications as to the turn points and shall not
exceed 0.1 foot's error as to side shots.
1- 11.1(11) As -Built Surve
All improvements required to be "as- built" (post construction
survey) per City of Renton Codes, TITLE 4 Building Regulations
and T11LE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset
survey. The 'as- built' survey must be based on the same base line
or control survey used for the construction staking survey for the
improvements being 'as- built ". The "as- built" survey for all
subsurface improvements should occur prior to backfrUing. Cbse
cooperation between the installing contractor and the "as- builting"
surveyor is therefore required.
All "as- built" surveys shall satisfy the requirements of section
1- 11.1(1) herein and shall be based upon control or base line
surveys made in conformance with these Specifications.
The field notes for "as- built" shall meet the requirements of
section I- 11.1(4) herein and submitted with stamped and signed
"as- built' drawings which includes a statement certifying the
accuracy of the 'as built'.
The drawing and electronic listing requirements set forth in
section 1- 11.1(6) herein shall be observed for all "as- built"
surveys.
1- 11.1(12) Monument Setting and Referencing (RC)
All property or lot corners, as defined in 1- 111(5)
established or reestablished on a plat or other recorded survey shall
be referenced by a permanent marker at the corner point per 1-
11.2(1). In situations where such markers are impractical or in
danger of being destroyed, e.g., the front corners of lots a witness
marker shall be set. In most cases, this will be the extension of the
lot line to a tack in lead in the curb. The relationship between the
witness monuments and their respective corners shall be shown or
described on the face of the plat or survey of record, e.g. "Tacks
in lead on the extension of the lot side lines have been set in the
curbs on the extension of said line with the curb." In all other
cases the corner shall meet the requirements of section 1- 11.2(1)
herein.
All non corner monuments, as defined in 1- 11.1(5) shall meet
the requirements of section 1- 11.2(2) herein. If the monument
falls with in a paved portion of a right of way or other area the
monument shall be set below the ground surface and contained
within a lidded case kept separate from the monument and flush
with the pavement surface, per section 1- 11.2(3).
In the case of right of way centerline monuments all points of
curvature (PC), points of tangency (PT), street intersections, center
points of cul de sacs shall be set. If the point of intersection, PI,
for the tangents of a curve fall within the paved portion of the right
of way, a monument can be set at the PI instead of the PC and PT
of the curve.
For all non corner monuments set while under contract to the
City of Renton or as part of a City of Renton approved subdivision
of property, a City of Renton Monument Card (furnished by the
cam) identifying the monument, point of intersection (PI), point of
tangency (PT), point of curvature (PC), one - sixteenth corner, Plat
monument, street intersection, etc., complete with a description of
the monument, a minimum of two reference points and NAD 93/91
coordinates and NAVD 88 elevation shall be filled out and filed
with the city.
1 -11.2 Materials
1- 11.2(1) Property/Lot Corners (RC)
Corners per 1- 11.1(5) shall be marked in a permanent manner
such as 1R inch diameter rebar 24 inches in length, durable metal
plugs or caps, tack in lead, etc. and permanently marked or tagged
with the surveyor's identification number. The specific nature of
the marker used can be determined by the survevor at the time of
installation.
1- 11.2(2) Monuments (RC)
Monuments per 1- 11.1(5) shag meet the requirements as set
forth in City of Renton Standard Plans page H031 and permanently
marked or tagged with the surveyor's identification number.
1- 11.2(3) Montment Case and Cover (RC)
Materials shall meet the requirements of section 9-22 and City
of Renton Standard Plans page H031.
Page -SP -2l
Revision Date. May 19, 1997
2 -02 Removal of Structures and Obstructions 2 -03 Roadway Excavation and Embankment
Division 2
Earthwork
2 -02 Removal of Structures and
Obstructions
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
2- 02.3(3) Removal of Pavement, Sidewalks, and
Curbs_RQ
In removing pavement, sidewalks, and curbs, the Contractor
shall:
1. Haul broken -up pieces into the Feada—y-4940A)MON 0;
to some off - project site.
S When an area where pavement has been removed is to be
opened to traffic before pavement patching has been completed,
temporary mix asphalt concrete patch shall be required.
Temporary patching shall be placed to a minimum depth of 2
inches immediately after backfilling and compaction are complete,
and before the road is opened to traffic. MC cold mix or MC hot
mix shall be used at the discretion of the Engineer.
If pavements, sidewalks, or curbs lie within an excavation
area and are not mentioned as separate pay items. their removal
will be paid for as part of the quantity removed in excavation. If
they . Act
mentioned as a separate item in the proposal, they will be measured
and paid for as provided under Section 2 -02.5, and will not be
included in the quantity calculated for excavation.
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING-
2-02.5 Payment C
2. "Saw Cutting', per Lineal Foot.
3. "Remove Sidewalk% per Square Yard.
4 "Remove Curb and Gutter ", per lineal Foot,
5. 'Cold Mix ", per Ton
6 'Remove AA tt h Concrete Pavement "per Swart: Yard-
7. "Remove Cement Concrete pavement," per square yard.
8 "Remove existing per
All costs related -to the removal and disposal of structures and
obstructions including saw cutting excavation, backftlling and
temporary asphalt shall be considered incidental to and included in
other items unless designated as specific bid items in the proposal.
2 -03 Roadway Excavation and
Embankment
SECTION 2 -03.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
2 -03.3 Construction Requirements (RC)
Roadway excavation shall include the removal of all materials
excavated from within the limits shown on the plans. Suitable
excavated material shall be used for embankments while surplus
excavated material or unsuitable material shall be disposed of by
the Contractor.
Earthwork quantities and changes will be computed, either
manually or by means of electronic data processing ewipmertt, by
use of the average end area method. Any changes to the proposed
work as directed by the Engineer that would alter these quantifies
shall be calculated by the Engineer and submitted to the Contractor
for his review and verification.
Any excavation or embankment beyond the limits indicated in
the Puns unless ordered by the Engineer, shall not be paid for.
All work and material required to return these areas to their
original conditions as directed by the Engineer, shall be provided
by the Contractor at his sole expense.
All areas shall be excavated, filled, and/or_ backfilled as
necessary to comply with the grades shown on the Platt`s. In filled
and backfilled areas ftm grading shall begin during the placement
and the compaction of the futal layer. In cut sections, fine grading
shall begin within the final six (6) inches of cut. Filial grading
shall produce a surface which is smooth and even, without abrupt
changes in grade.
Excavation for curbs and gutters shall be accomplished by
cutting accurately to the cross sections, grades and elevations
shown Care shall be taken not to excavate below the specified
grades The contractor shall maintain all excavations free_ from_
detrimental quantities of leaves brush, sticks, trash and other
debris until final acceptance of the Work.
Following removal of topsoil or excavation to grade and
before placement of fills or base course, the subgrade under the
roadway shall be proofrolled to identify any soft or loose areas
which may warrant additional compaction or excavation and
replacement.
The Contractor shall provide temporary drainage or protection
to keep the subgrade free from standing water.
Acceptable excavated native soils shall be used for fill in the
area requiring fills Care shall be taken to place excavated material
at the optimum moisture content to achieve the specified
compaction Any native material used for fill shall be free of
organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the
native materials from becoming saturated with water. The
measures may include sloping to drain contpactmg the fictive
materials and diverting runoff away from the materials. N the
Contractor fails to take such preventative measures, any costs or
delay related to drying the materials shall be at his own exPCO—Sc.
If the native materials become saturated it shall be the
responsibility of the Contractor to dry the materials, to the
optimum moisture content If sufficient acceptable native soils are
not available to complete construction of the roadway embanlment,
Gravel Borrow shall be used.
N subgrade trimmer is not rewired on the pro ietx, all portions
of Section 2 -03 shall apply as though a subgrade trimmer were
specified.
If sufficient acceptable native soils as determined by the
Engineer, are not available to complete construction of the roadway
embankment Gravel Borrow meeting the requirements of Section
9-03.14 of the Standard Specifications shall be used.
SECTION 2 -03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
2 -03.4 Measurement (RC)
The Contracting Agency will use the following methods to
measure work performed unless specific exceptions in otter
sections provide otherwise:
1. At the discretion of the engineer, roadway excavation,
borrow excavation and unsuitable foundation excavation - by the
Page -SP -22
Revision Date: May 19, 1997
�I
11
I
i
J
F1
t
[I
2-04 Haul
cubic yard (adjusted for swell) may be measured by truck in the
hauling vehicle at the point of loading. The contractor shall
provide truck tickets for each load removed. Each ticket shall have
the truck number, time and date, and be approved by the engineer.
SECTION 2 -03.5 IS REVISED AS FOLLOWS:
2 -03.5 Payment (RC)
Payment will be made for the following bid items when they
are included in the proposal:
1. "Roadway Excavation" or "Roadway Excavation — Area
A (B, C. etc.) ", per cubic yard.
When the Engineer orders excavation 2 feet or less below
subgrade, unit contract prices for roadway excavation and haul
shall apply. If he orders excavation more than 2 feet below
subgrade, that part below the 2 -foot depth shall be paid for as
provided in SecsWa-1 -04,4 Item 3 of this payment section. In this
case, all items of work other than roadway excavation shall be paid
at unit contract prices.
The unit contract price per cubic yard shall be full pay for
excavating, loading, placing, or otherwise disposing of the
material.
tThe unit contract price per cubic yard shall
include haul.
3. "Unsuitable Foundation Excavation ", per cubic yard.
The unit contract price per cubic yard for "Unsuitable
Foundation Excavation" shall be full pay for excavating, loading,
and disposing of the material.
The unit contract price per
cubic yard shall include haul.
wbic Y314.
7 " compmSion", per
campftw;ap, Aft" be full pay f" ft!! mai",ill labor., seek
Payment for
embankment compaction will not be made as a separate item. All
costs for embankment compaction shall be included in other bid
items involved.
2 -04 Haul
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
2-04.5 Payment (RC)
Rft5ment will be made fQ; the fbilawing bed
;nr,1j.-d9d an *he ppopomle
All costs for the hauling of material to, from, or on the job
site shall be considered incidental to and included in the unit prix_
of other units of work.
2 -09 Structure Excavation
2 -06 Subgrade Preparation
SECTION 2 -06.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
2-06.5 Payment (RC)
Subgrade preparation and maintenance including watering
shall be considered as incidental to the construction and all costs
thereof shall be included in the appropriate unit or lump sum
contract bid prices.
2 -09 Structure Excavation
SECTION 2 -09.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
2-09.1 Description (RC)
This work also includes the excavation, haul, and disposal of
all unsuitable materials such as peat, muck, swampy or unsuitable
materials including buried logs and stumps.
2-09.3 Construction Requirements
SECTION 2 -09.3(I)D IS REVISED AS FOLLOWS.
2- 09.3(1)D Disposal of Excavated Material (RC)
All costs for disposing of excavated material within the project
limits shall be included in the unit contract prix for structure
excavation, Chas A or B.
If the contract includes structure excavation, Class A or B.
including haul, the unit contract prix shall include all costs for
loading and hauling the material the full required distance=
otherwise all such disposal costs shall be considered incidental to
the work.
SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
2-09.4 Measurement (RC)
Gravel backfnll. All gravel backfill will be measured by the
cubic yard in place determined by the neat lines required by the
Plans or by the ton as measured in conformance with section 1 -09.2.
Gravel ball used for pipe bedding shall be incidental to the
installation of the pipe or paid for as other gravel backfill unless a
specific separate pay item is included in the contract for gravel
backfill for pipe bedding.
SEC77ON 2 -09.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
2-09.5 Payment
Payment will be made for the following bid items when they
are included in the proposal:
"Structure Excavation Class A ", per cubic yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class A Incl. Haul ", per cubic yard.
"Structure Excavation Class B Ittcl. Haul ", per cubic yard.
The unit contract price per cubic yard for the bid items listed
as 1 through 4 above shall be full pay for all labor, materials,
tools, equipment, and pumping, or shall be included in the unit bid
price of other items of work if 'Structure Excavation "_ or
Page -SP -23
Revision Dale. May 19, 1997
7-AG CtrnrtnrP F:cbvstinn
2 -09 Structure Excavation
'Structure Excavation Incl Haul' are not listed as pay items in the
contract.
"Shoring or Extra Excavation Class B ", per square foot.
Tice unit contract price per square foot shall be full pay for all
excavation, backfill, compaction, and other work required when
extra excavation is used in lieu of constructing shoring. If select
backfill material is required for backfilling within the limits of the
structure excavation, it shall also be required as backfill material
for the extra excavation at the Contractor's expense. Any
excavation or backfill material being paid by unit price shall be
calculated by the Engineer only for the neat line measurement of
the excavation and shall not include the extra excavation beyond the
neat lime.
If there is no bid item for shoring or extra excavation Class B
on a square foot basis and the nature of the excavation is such that
shoring or extra excavation is required, then shoring or extra
excavation shall be considered incidental to the work involved and
no further compensation shall be made.
"Gravel Backfill (Kind) for (Type of Excavation), per Cubic
Yard or per Ton ".
. When gravel backfill is paid by the ton, the Contractor shall
take care to assure to the satisfaction of the Engineer that such per
ton backfill is only being used for the specified purpose and not for
purposes when backfill is incidental or being paid by cubic yard.
Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to deny
payment for such load tickets. Unless included in the contract as a
separate pay item, gravel backfill used for pipe bedding shall be
considered incidental to the installation of the pipe or shall be
included in the gravel backfill used to backfill the trench, if a
separate pay item is included for trench backfill.
Page-SP - -24
Revision Date. Map 19,1997
I�
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3 No supplemental specifications were necessary 4 No supplemental specifications were necessary
Division 3
Production From Quarry and Pit Sites Division 4
and Stockpiling Bases
3 No supplemental specifications were
necessary
No supplemental specifications were necessary for Division 3.
4 No supplemental specifications were
necessary
No supplemental specifications were necessary for Division 4.
Page -SP -25
Revision Date: May 19, 1997
5-04
r'nnerete Pavement
5-04 Aspbalt Concrete
(2)
Division 5
Surface Treatments and Pavements
swis; - teWhen a sample from uncompacted mix is needed
Contractor shall ensure that the samples can -be obtainefflF
5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712. Zirs platfe;m
Wow the sample. to be tftkm 9'"b0i's ths Bug-AO" Gat"imm
SECTION 5- 04.3(8)1 IS REVISED AND SUPPLEMENTED AS havaling A'shiGle,
FOLLOWS. B. Definition of Sampling Lot and Subb For the purpc
• - -- - -- - 1 -- -- •- -21
5- 04.3(8)A Acceptance Sampling and Testing (RQ
1. General. Acceptance of asphalt cement concrete shall be
ae- .provided unde tatieticai -os a nonstatistical acceptance.
Determination of- statistical --os nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid
items involving mix of a specific class.
Dense graded mixes (asphalt concrete pavement Classes A. B,
E, F. and G) shallvfiil be evaluated for quality of gradation on a
dailylat basis by the Contractor. This gradation analysis shall be
based on WSDOT Test Method 104 and the results delivered to the
Contracting Agency by noon of the following working day. This
information shall be used by the Engineer to evaluate conformance
with Section 9 -03.8(6)A.2.a0 Aasphalt content shall be tested at
the Eengineer's discretion if the Compaction Pay Factor (Section 5-
04.300)B) falls below 1.00.
The Contracting Agency may take their own independent
gradation samples at the stockpile to confirm the gradanon testing
done by the contractor. If the independent sample gradation vanes
from the Contractor's data by more than 13% for sieve sizes
greater than 1/4" and t2% for sieves smaller than the No. 10, the
the costs of the sampling and testing shall be borne by the
Contractor. If the tT49 results vary from the Contractor's data
ara_ within the ranges listed above • tmn
the cost of sampling and testing will be borne by the Contracting
eil-A-11-19A felp y gf g_ T 93 ..e
coluFaGging agencies
U.0H be I—, I- L Mix when the PFQPQGal quant-des4ff
2. Aggregates. _Aggregates will be accepted for sand
equivalent and fracture based on their conformance to the
requirements of Section 9-03.8(2)_
sataivatiea.
3 Asphalt Cement Asphalt Cement will be accepted fas
w"& -based on t wk- conformance to the requirements of Section 9-
02.1(43). Testing of asphalt properties to assure certification shall
be the responsibility of the contractor. If the vendor or grade of
the asphalt cement changes a new job mix formula QMF) shall be
evaluated and approved.
43. Asphalt Concrete Mixture
A. Sampling
(1) A sample will not be obtained from either the first or last
25 tons of mix produced in each production shift.
the total quantity of material or work produced for each job
formula (JMF) Only one lot per JMF is expected to
w+scsed to or.=;. 'Ats"
illf �� ••: • ,•••• 1jOfFIitYA -:A
is def m S ThC
03.8(6)A (Basis of Acceptance). The Contractor may not
any changes to the JMF without prior written approval of
Engineer.
shall be pe-asmed aim =Aom
'As not I an
Sampling and testing for nonstatistical acceptance
performed on a random basis at a minimum fregver>c3' o
sample for each sublot of 400 tons or each day's produ
whichever is least. When proposal quantities exceed 1,200 tons
a class of mix under nonstatistical acceptance. sublot size shij
determined to the nearest 100 tons to provide not less than
uniform sized sublots, based on proposal quantities,
maximum sublot size of 800 tons.
C. Test Results. The Engineer will furnish the Con
with a copy of the results as they become available.
next WQ*d&Y fthef Sampling, OF, for, RiQWkaG-W9*-*
6- bloic
D. Test Methods:. When sample testing of asphalt
necessary, Aameptance waist for compliance t-�
will use the Nuclear Asphalt Gauge Procedure; WSDOT
Method 722 -T. When sample testing of gradation is rtes
Aacceptance testing for compliance of gradation will use the
Determination of Aggregate Gradation using Alternate SO
Procedure; WSDOT Test Method 723 -T.
E. Reject Mixture
(1) Rejection by Contractor. The Contractor may, p
sampling, elect to remove any defective material and rep
with new material at no expense to the Contracting Agency.
such new material will be sampled, tested, and evaluat
acceptance.
(2) Rejection -bv Engineer Without Testin0r*a ous TZr
The Engineer may, without sampling, reject any batch loa
section of roaday
Poge -SP -26
Revision Date: May 19, 1997
1 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
1
J
L
J
ri
� I
11
ma w"I that appears defective in gradation or asphalt cement
content. Material rejected before placement shall not be
incorporated into aaths pavement. Any rejected section of
compacted seadwag avp ement shall be removed.
No payment will be made for the rejected materials or the
removal of the materials unless the Contractor requests that the
rejected material be tested. If the Ccontractor elects to have the
rejected material tested, a minimum of three representative samples
will be obtained and tested. Representative samples to be removed
for testing from compacted pavement shall be removed by coring.
maserial ir !as& than 0.35, no payment will be made for. the FaJ
th-a 0 25. the Gars of sampling and secting will be bome by 4he
Acceptance of the initially
rejected ant aktW material will use the acceptance sampling and
testing methods. If the material does not fall within the job mix
formula tolerances of Section 9-03.8(6)A, the mix will be rejected
and all costs associated with sampling, testing and removal shall be
borne by the Contractor. The rejected material must be removed
and replaced with new material at no expense to the Contracting
Agency. If the material falls within the job mix formula
tolerances, the mix will be accepted for quality of mix but will
remain subject to the compaction adiustment of Section 5- 04.3(10)
and all costs associated with sampling and testing will be borne by
the Contracting Agency.
(3) A pan-al am- to the piorwding randam
mr.eptance wippling and wging, the Engineer. may
*A11 be Gapsid lot- �Qelb -a
me GAI 0;
shall be '15 perrw 6
SECTION 5-04 03(10)A IS SUPPLEMENTED BY ADDING
THE FOLLOWING:
5- 04.3(10)A General (RC)
The Contractor shall not use vibration when compacting on a
street where A.C. Line (Transite) is in place (refer to City of
Renton Comprehensive Water System Plan to identify locations of
A.C. lines.)
SECTION 5- 04.3(I0)B IS REVISED AS FOLLOWS:
5- 04.3(10)B Control (SA)
Asphalt concrete pavement Classes A. B, E, and F used in
traffic lanes, including lanes for ramps. truck climbing, weaving,
and speed change, and having a specified compacted course
thickness greater than 0.10 foot, shall be compacted to a specified
level of relative density. The testing shall occur on a sublot basis
using the definition of a sublot described in Section 5- 04.3(8). The
specified level of relative density shall be
ceraian 1.06 "n siriall a minkamw—" 921.0 percent Of the
reference maximum density awmined by
A "hod -7AS. The reference maximum density shall be determined
as that developed in the job mix formula
If the Contractor chooses, a moving
average of the three most recent tests of maximum density may be
determined through the use of WSDOT Test Method 705 by the
Contractor at the Contractor's expense. The specified level of
density attained will be determined by the average statistical
aualtiatiwt -4 three fries nuclear density gauge tests taken in
accordance with WSDOT Test Method 715 on the day the mix is
placed (after completion of the finish rolling) at locations
determined by ndom_
within each density lot
Walle day's ppeduGsion of app
Joss. The Engineer will furn' a copy of the
results of all acceptance testing performed in the field as soon as
the results are availabl
._ Pavement compaction
below 89 percent of the reference maximum density shall not be
accepted. Relative densities falling between 89 percent and 92
percent shall be subject to the price adiusanents of Section 5--
04.5(1)B.
datauwirwd.
For compaction lots falling below a CPF of 1.00 pay 4988r,
and thus subject to price reduction or rejection, cores may be used
as an alternatives to the nuclear density gauge tests.
WaFaGlar-' they 6h-II be Amiussled by Room 09 the ASK, ;AQF
at3srpauingr -•When the Contracting Agency requests cores and the
level of relative density within a sublot is less than 92.0 percent,
t he cost for dw- coring
and testing shall be borne by the Contractor. When the Contracting
Agency requests cores and the level of relative density within a
sublot is greater than 92.0 percent, the cost for coring and testing
shall be borne by the Contracting Agency.
At the start of paving, if requested by the Contractor, a
compaction test section shall be constructed, as directed by the
Engineer, to determine the compactibility of the mix design.
Page -SP -l7
Revision Date: May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt l:oncrete Pavement
Compactibility shall be evaluated as the ability of the mix to attain
a ig yen quality level corresponding to a pay factor of 1.00 or
greater referenced to the specified minimum density (9U percent
of the reference maximum density
Method -OS). If a compaction test section is requested, a
Companion pay factor of 1.00 shall apply until compatibility is
proven. Following determination of compactibility. the Contractor
is responsible for the control of the compaction effort. If the
Contractor does not request a test section, the mix will be
considered compactible.
Asphalt Concrete Classes A. B. E, F, and G constructed
under conditions other than listed above shall be compacted on the
basis of a test point evaluation of the compaction train._ The test
point evaluation shall be performed in accordance with instructions
from the Engineer. The number of passes with an approved
compaction train, required to attain the maximum test point
density, shall be used on all subsequent paving.
Asphalt Concrete Class D and preleveling mix shall be
compacted to the satisfaction of the Engineer.
In addition to the randomly selected locations for tests of the
density, the Engineer . may also isolate from a normal lot any area
that is suspected of, being defective in relative density. Such
isolated material will' not include an original sample location A
minimum of three S randomly located density tests will be taken.
The isolated area will then be evaluated for price adjustment in
accordance with this ' n, considering
it as a separate -sublod".
SECTION 5-04.5 IS REVISED AS FOLLOWS:
5-04.5 Payment (RC)
"Mist and/or Driveway Asphalt Conc. Appreach CI. _ ",
per ton. This item, when included in the contract, includes asphalt
paving for areas such as driveways and traffic islands that are not
part of other paving work.
'lob Mix Ca t:, as Wise Ui s " M. Ga .».Won•
ace Me* AdWam` GalGULJ&9d-"
SECTION 5- 04.5(1) QUALITY ASSURANCE PRICE
ADJUSTMENTS IS DELETED.
SECTION S-N 5(1)A IS DELETED AND REPLACED WITH
THE FOLLOWING:
5- 04.5(1)A Price Adjustments for Quality of AC Mix
(RC)
Nonstatistical Acceptance -Each lot of asphak concrete
pavement produced and having all constituents falling within
the bits of the job mix formula shall be accepted at the unit
contract price. N the constituents of the mix fall outside the
limits of the lob mix formula, the mix shall not be accepted (see
Section S- 043(8) Rejection of Mixture).
SECUON S- 04.5(1)B IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
5-04.5(1)B Price Adjustments for Quality AC
Compaction j%Q
For each sublot aWwoa consivi let,
Factor
determined based on the relative density
following table lists the Compaction Pay
a Compaction Pia
will be
of the tests. The
Factors and their
associated relative density.
as
of CWASZ, dw
Relative Density Compaction Pay
Factor
(average of three tests)
292.0
1.00
91.5
0.99
91.0
0.95
90.5
0.91
90.0
0.85
89.5
0.80
89.0
0.75
C
u
Page-SP -28
Revision Date. May 19, 1997
iJ
Lj
t
11
0
6-12 Rockeries
Division 6
Structures
SECTION 6-12 IS A NEW SEC77ON
6-12 Rockeries
6-12.1 Description (RC)
The work described in this section regardless of the type of
materials encountered includes the excavation and shaping of the
cut or fill slopes and furnishing and constrtuting rockeries /rock
retaining wall where shown on the plans or where directed by the
engineer.
6-12.2 Materials (RC)
Rock walls shall be formed of larger pieces of quarried basalt,
andesite or other igneous rock. Individual piece s of rock shall be
sound and resistant to weathering. When broken into pieces
weighing 50 to 150 grams and tested for soundness with sodium
sulphate in accordance with aashto t104, the loss through a one -
inch sieve after 6 cycles shall not exceed 35% by weight.
The rock material shall be as nearly rectangular as possible so
as to afford the minimum amount of void space between the blocks.
No stone shall be used which does not extend through the wall.
The rock material shall be hard, sound, durable and free from
weathered portions seams, cracks and other defects.
The rock density shall be a minimum of 160 pounds per cubic
foot The source of supply and representative samples of the
material shall be approved by the engineer before delivery to the
site.
The rock walls shall be constructed of one -man rocks, (85 to
300 pounds) each 10- in its least dimension; two-nun rocks, (300
to 600 pounds) each 13- in its least dimension; three-man rocks
(800 to 1,200 pounds) each 16- in its least dimension; four -man
rocks (1,500 to 2,200 pounds) each 18- in its least dimension. The
rocks shall range uniformly in size for each classification specifies.
The four -man rocks shall only be used for the first course of
rock in walls over 6 feet in beight.
6 -12.3 Construction Requirements (RC)
The rock unloading at the site will be done in such a manner
as to segregate the rock by the size ranges indicated in the
preceding paragraph.
The walls shall be started by excavating a trench, not less than
6 inches or more than one foot in depth below subgrade in
excavation sections or not less than 6 _inches or more than one foot
in depth below the existing ground level in embankment sections.
Areas on which the rockery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. The rock
wall construction shall start as soon as possible upon the
completion of the cut or fill section.
Rock selection and placement shall be such that there will-be
no open voids in the exposed face of the wall over 6 inches across
in any direction The rocks shall be placed and keyed together
with a minimum of voids Particular attention shall be given to
the placing and keying together of the final course of all rockeries.
The final course shall have a continuous appearance and be placed
to minimize erosion of the backfill material. The larger rocks shall
be placed at the base of the rockery so that the wall will be stable
U-l�. t�1lMLI Bey
and have a stable appearance. The rocks shall be carefully placed
by mechanical equipment and in a manner such that the longitudinal
axis if the rock shall be at right angles or perpendicular to the
rockery face. The rocks shall have all inclining faces sloping to
the back of the rockery. Each row of rocks will be seated as
tightly and evenly as possible on the rock below in such a manner
that there will be no moved between the two. After setting a
course of rock, all voids between the rocks shall be chinked on the
back with ouarry rock to eliminate any void sufficient to pass a 2
inch square probe.
6- 12.3.1 Rockets Backftll (RC)
The wall backfill shall consist of 1 -1/2 inch
rock or gravel conforming to section 9- 03.9(3). This material will
be placed to an 8 inch minimum thickness between the entire wall
and the cut or fill material. The backfill material will be placed jtl
lifts to an elevation approximately 6 inches below the course of
rocks placed. The backfill will be placed after each course of
rocks. Any backfill material on the bearing surface of the rock
course will be removed before setting the next course.
6- 12.3.2 Drain Pipe (RC)
. A 4 inch diameter perforated pvc pipe shall be placed as a
footing drain behind the rockeries as shown in the standard plans,
and connected to the storm drainage system where shown.
6- 12.3.3 Rejection Of Material (RC)
The inspector will have the authority to reject any defective
material and to suspend any work that is being improperly done.
subject to the final decision of the engineer. All reiected material
will be removed from the construction site and any rejected work
shall be repaired or replaced at no additional cost to the owner.
6-12A Measurement (RC)
Measurement of the finished rock wall for payment will be
made from the footing grade to the top of the wall and rounded to
the nearest square yard.
6-12.5 Payment (RC)
Pavmew will be made under the item -rock retaining wall'
per square yard.
The unit price per square yard shall be fall cornperesation for
the rockery /rock retaining wall in place and shall include all work
materials and equipment required to complete the installation,
including drainage pipe and all other items.
Page -SP -29
Revision Date: May 19, 1997
7 -01 Drains
7-04 Storm Sewers
Division 7
Corrugated Polyethylene Culvert Pipe 9-05.19
Where steel or aluminum are referred to in this Section in
Drainage Structures, Storm Sewers,
regard to a kind of culvert pipe, pipe arch, or end sections, it shall
Sanitary Sewers Water Mains, and
be understood that Steel is zinc coated with Asphalt Treatment I
(galvanized) or aluminum coated (aluminized) corrugated iron or
Conduits
steel, and aluminum is corrugated aluminum alloy as specked in
Sections 9 -05.4 and 9 -05.5.
Where plain or reinforced concrete, steel, or aluminum are
referred to in Section 7-02 it shall be understood that reference is
7 -01 Drains
also made to PVC.
SECTION 7- 01.21S REVISED AS FOLLOWS:
7 -03 Structural Plate Pipe, Pipe Arch, Arch,
7 -01.2 Materials RC
and Underpass
Drain pipes may be concrete, zinc coated (galvanized) Asphalt
Treatment I or aluminum coated (aluminized) corrugated iron or
SECTION 7 -03.2 IS REVISED AS FOLLOWS.
steel with Asphalt Treatment 1, corrugated aluminum alloy,
polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the
7 -03.2 Materials (RC)
option of the Contractor unless the Plans specify the type to be
Materials shall meet the requirements of the following 3
used.
sections:
SECTION 7 -01.3 IS REVISED AS FOLLOWS:
Concrete Class 3000 602
Corrugated Steel Asphalt Treatment I 9- 05.6(8)
7 -01.3 Construction Requirements
Corrugated Aluminum 9-05.6(8)
PVC drain pipe shall be jointed with a bell and spigot joint
Reinforcing Steel 9-07
using a flexible elastomeric seal as described in Section 9 -04.8.
The bell shall be laid upstream. PE or ABS drain pipe shall be
SEC77ON 7 -03.5 IS REVISED AS FOLLOWS:
jointed with snap -on, screw -on, or wrapamund coupling bands as
recommended by the manufacturer of the tubing.
7-03.5 Payment REC
PVC utderdrain pipe shall be jointed using either the flexible
Payer will be made in accordance with Section 1 -04.1, for
elastomeric seal as described in Section 9-04.8 or solvent cement as
each of the following bid items that are included in the proposal:
described in Section 9-04.9, at the option of the Contractor unless
"St. Str. Plate Pipe Gage In. Diem. ,per linear
otherwise specified in the Plans. The bell shall be laid upstream.
foot with A Treatment I.
PE or ABS drainage tubing underdrain pipe shall be jointed with
`�• Str. Plate Pipe Arch Gage Ft. In. Span ",
r. Plate
snap -on, screw -on. or wraparound coupling bands. as
per linear foot with Asphalt Treatment I.
recommended by the manufacturer of the tubing.
"St. Str. Plate Arch Gage Ft. In. Span ". per
SECTION 7 -01.4 IS SUPPLEMENTED ADDING THE
linear foot with Asphalt Treatment I.
FOLLOWING:
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class B Incl. Haul ". per cubic yard.
7 -01.4 Measurement (RC)
If no bid item for Structure Excavation Class A or Structure
When the contract does not include "structure excavation
Excavation Class B, including haul, is included in the schedule of
i
Class B" or 'Structure excavation Class B including haul' as a pay
prices then the work will be considered incidental and its cost
item all costs associated with these items shall be included in other
should be included in the cost of the pipe. "Shoring or Extra
contract pay items.
Excavation Class B ". If it is not in the contract, that it shall be
incidental. I
7 -02 Culverts
7-04 Storm Sewers
SECUON 7-02.2 IS REVISED AND SUPPLEMENTED AS
SECTTON 7-04.2 IS REVISED AS FOLLOWS:
FOLLOWS:
7-02.2 Materials (R �
7-04.2 Materials Q
Materials shall meet the requirements of the following
Where steel or aluminum are referred to in this Section in
regard to a kind of storm sewer pipe, it shall be understood that
sections.
Plain Concrete Culvert Pipe 9- 05.3(1)
steel is zinc coated (galvanized), Asphalt Treatment I Coated of
Reinforced Concrete Culvert Pipe 9- 05.3(2)
corrugated iron or steel and
aluminum is corrugated aluminum alloy as specified in Sections ...
Beveled Concrete End Sections 9- 05.3(3)
Steel Culvert Pipe and Pipe Arch, Asphalt Treatment 1 9 -05.4
9-05.4 and 9 -05.5.
Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8)
Steel End Sections, Asphalt Treatment 1 9 -05.4(9)
Aluminum Culvert Pipe 9-05.5
Aluminum End Sections 9 -05.5(6)
Solid Wall PVC Culvert Pipe 9- 05.12(1)
Profile Wall PVC Culvert Pipe 9 -05.12(2)
Page -SP -30
Revision
Date: May 19, 1997
1 7-05 Manholes, Inlets, and Catch Basins 7 -05 . Manholes, Inlets, and Catch Basins
1
0
I
1
7 -04.3 Construction Requirements
SECTION 7- 04.3(1)B IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- 04.3(1)B Pipe Bedding C
Pine bedding for PVC sewer pipe shall consist of clean
granular pea gravel consistent with section 9- 03.12(3). It shall be
placed to a death of 6" over and 6" under the exterior walls of the
1!04
7- 04.3(2) Laying Storm Sewer Pipe
SECTION 7- 04.3(2)A IS REVISED AS FOLLOWS:
7- 04.3(2)A Survey Line and Grade (RC)
Survey line and grade will be provided by the Engineer or
contractor in a manner consistent with accepted practices and these
specifications.
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- 04.3(2)G Storm Sewer Line Connections Rg
All connections not occurring at a manhole or catch basin shall
be done utilizing pre - manufactured tee connectors or pipe sections
approved by the Engineer. Any other method or materials
proposed for use in making connections shall be subied to approval
by the Engineer.
SECTION 7-04.4 IS REVISED AS FOLLOWS.
7-04.4 Measurement Rte'
The length of storm sewer pipe will be the number of linear
feet of completed installation measured along the invert and will
include the length through elbows, tees, and fittings. The number
of linear feet will be measured from the center of manhole to
center of manhole or from the center of catch basin to center of
catch basins and similar type structures.
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS
FOLLOWS.
7-04.5 Payment RG
The unit contract price per linear foot for storm sewer pipe of
the kind and size specified shall be full pay for all work to
complete the installation including adiustment of inverts to
manholes. When no bid item "gravel backfill for pipe bedding" is
included in the Schedule of Prices pipe bedding, as shown in the
standard plans shall be considered incidental to the pipe and M
additional payment shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall
be considered incidental to and included in the unit contract prices
for other items.
7 -05 Manholes, Inlets, and Catch Basins
SECTION 7 -05.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7 -05.3 Construction Requirements_R 'Z
All manholes shall have eccentric cones and shall have
ladders.
SECTION 7- 05.3(1) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7 -05.3(1) Adjusting Manholes and Catch Basins to
Grade (RC)
The existing cast iron ring and cover on manholes and the
catch basin frame and grate shall first be removed and thoroughly
cleaned for reinstalling at the new elevation. From that point, the
existing structure shall be raised or lowered to the required
elevation.
In unpaved streets: Manholes, catch basins and similar
structures in areas to be surfaced with crushed rock or gravel shall
be constructed to a point approximately eight inches below the
subgrade and covered with a temporary wood cover. Existing
manholes shall be cut off and covered in a similar manner. The
contractor shall carefully reference each manhole so that they may
be easily found upon completion of the street work. After placing
the gravel or crushed stone surfacing, the manholes and manhole
castings shall be constructed to the finished grade of the roadway
surface. Excavation necessary for bringing manholes to grade
shall center about the manhole and be held to the minimum area
necessary. At the completion of the manhole adiustmeat the void
around the manhole shall be backfilled with materials which resuh
in the section required on the typical road way section, and be
thoroughly compacted.
In cement concrete pavement: Manholes, catch basins and
similar structures shall be constructed and adiusted in the same
manuher as outlined above except that the final adiusunent shall be
made and cast iron frame be set after forms have been placed and
checked In placing the concrete pavement extreme care shall be
taken not to alter the position of the casting in any way.
In asphalt concrete pavement• Manholes shall not be adjusted
until the pavement is completed at which time the center of each
manhole shall be carefully relocated from references previous Y1
established by the contractor. The pavement shag be cut in a
restricted area and base material be removed to permit removal of
the cover. The manhole shall then be brought to proper grade
utilizing the same methods of construction as for the manhole
itself. The cast iron frame shall be placed on the concrete blocks
and wedged up to the desired grade The asphalt «fie pavement
shall be cut and removed to a neat circle, the diameter of which
shall be equal to the outside diameter of the cast iron frame phi
two feet. The base materials and crushed rock shall be removed
and Class 3000 or Commercial Portland Cement Concrete shall be
placed so that the entire volume of the excavation is replaced up to
within but not to exceed 2 inches of the finished pavement surface.
On the day following placement of the concrete, the edge of the
asphalt concrete pavement and the outer edge of the casting shall
be painted with hot asphalt cement. Asphalt Class G concrete shall
then be placed and compacted with hand tampers and a patching
roller. The complete patch shall match the existing paved surface
for texture density, and uniformity of grade. The joint between the
Page -SP -3l
Revision Date: May 19, 1997
7 -08 General Pipe Installation Requirements 7 -08 General Pipe Installation Requirements
patch and the existing pavement shall then be carefully painted with
hot asphalt cement or asphalt emulsion and shall be immediately
covered with dry paving sand before the asphalt cement solidifies.
The inside throat of the manhole shall be thoroughly mortared and
plastered.
Adjustment of inlets: The final alignment and grade of cast
iron frames for new and old inlets to be adjusted to grade will be
established from the forms or adjacent pavement surfaces. The
final adjustment of the top of the inlet will be performed in similar
manner to the above for manholes. On asphalt concrete paving
projects using curb and gutter section that portion of the cast iron
frame not embedded in the gutter section shall be solidly embedded
in concrete also. The concrete shall extend a minimum of six
inches beyond the edge of the casting and shall be left 2 inches
below the top of the frame so that the wearing course of asphalt
concrete pavement will butt the cast iron frame. The existing
concrete pavement and edge of the casting shall be painted with hot
asphalt cement. Adjustments in the inlet structure shall be
constructed in the same manner and of the same material as that
required for new inlets. The inside of the inlets shall be mortared
and plastered. '
Monuments and-cast iron frame and cover: Monuments and
monument castings shall be adiusted to grade in the same manner
as for manholes.
Valve box castinim Adjustments of valve box castings shall be
made in the same manner as for manholes.
SECTION 7- 05.3(1) IS REVISED AS FOLLOWS_
7 -05.3(2) Abandon Existing Manholes (RC)
Where it is required that an existing manhole be abandoned,
the structure shall be broken down to a depth of at lean 4 feet
below the revised surface elevation, all connections plugged, the
manhole base shall be fractured to prevent standing water, and the
manhole filled with sand and compacted to 90 percent density as
specified in Section 2- 03.3(14)C. Debris resulting from breaking
the upper part of the manhole may be mixed with the sand subject
to the approval of the Engineer. The ring and cover shall be
salvaged and all other surplus material disposed of.
SECTION 7 -05.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7 -05.3(3) Connections to Existing Manholes
Where shown on the plans, new drain pipes shall be connected
to existing line catch basin curb inlets and/or manholes. The
contractor shall be required to core drill into the structure, shape
the new pipe to fit and regrout the opening in a workmanlike
manner. -Where directed by the engineer or where shown on the
plans, additional structure channelirng will be required.
A 'Connection to existing' item will be allowed at any
connection of a new litre to an existing structure, or the connection
of a new structure to a existing line. No "connection to existing'
will be accepted at the location of new installation, relocation and
adjustment of line manholes, catch basins or curb inlets.
Any damage to existing pipe or structure that is to remain in
place resulting from the Contractor's operations shall be repaired
or replaced at his own expense.
The unit bid price per each shall be full compensation for all
labor, materials and equipment required.
SECTION 7 -05.4 IS REVISED AS FOLLOWS.
7-05.4 Measurement (RC)
Manholes will be measured per each. Measurement of
manhole heights for payment purposes will be the distance from
finished rim elevation to the invert of the lowest outlet pipe.
Adiustments of new structures and miscellaneous items such
as valve boxes shall be considered incidental to the unit contract
price of the new item and no furthur compensation shall be made.
Adjustment of existing structures and miscelanteous items such
as valve boxes shall be measured by ' Adiust Existing per
each which shall be full pay for all labor and materials including all
concrete for the completed adiustment in accordance with Section
7- 05.3(1) and the City of Renton Standard Details.
Connection to existing pipes and structures shall be measured
per each.
SECTION 7 -05.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7 -05.5 Payment&R
"AdiustA4anbele Existing ," per each.
'Ilse unit contract price per each for 'Adjust
Existing " shall be full pay
for all costs necessary to make the adjustment including restoration
of adjecent areas in a manner acceptable to the Engineer.
'Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class B Incl. Haul', per cubic yard.
Structure excavation for concrete inlets and area inlets is
considered incidental to the cost of the inlets and shall be inchtded
in the emit contract price for the concrete inlet and the area inlet. If
no bid item for Structure Excavation Class A or Structure
Excavation Class B is inchded in the schedule of prices then the
work will be considered incidental and its cost should be incl»ded
in the cost of the pipe.
'Connect to Existing Catch Basin,' per each.
*Connect Structure to existing pipe," per each.
7 -08 General Pipe Installation Requirements
SECTION 7- 08.3(1)C SUPPLEMENTED AS FOLLOWS
748.3(1)C Pipe Zone Bedding RAC (SA)
Hand compaction of the bedding materials under the pipe
haunches will be required Hand compaction shall be accomplished
by using a suitable tamping tool to firmly tamp bedding material
under the haunches of the pipe. Care shall be taken to avoid
displacement of the pipe during the compaction effort.
Pipe bedding shall be considered incidental to the pipe and no
further compensation shall be made.
SECTION 7- 08.3(2)E IS SUPPLEMENTED AS FOLLOWS
7-08.3(2)E Rubber Gasketed JointsTCJ
In laying pipe with tubber gaskets, the pipe shall be handled
carefully to avoid knocking the gasket out of position or
contaminating it with foreign material. Any gasket so disturbed
shall be removed, cleaned, relubricated if required, and replaced
before joining the sections.
The pipe shall be properly aligned before joints are forced
home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe
together, except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
Page -SP -32
Revision Date: Mali 19, 1997
F
tj
' 7 -08 General Pipe Installation Requirements 7 -08 General Pipe Installation Requirements
�L
II
L,
J
i
IJ
tightening shall be removed and replaced at no expense to the
Contracting Agency.
Care shall be taken by the CONTRACTOR to avoid over
pushing the pipe and damaging the pipe or joint system. Any
damaged pipe shall be replaced by the Contractor at his expense.
Care shall be taken to properly align the pipe before joints are
entirely forced home. During insertion of the tongue or spigot, the
pipe shall be partially supported by hand, sling or crane to
minimize unequal lateral pressure on the gasket and to maintain
concentricity until the gasket is properly positioned. Since most
gasketed joints tend to creep apart when the end of the pipe is
deflected and straightened, such movement shall be held to a
minimum once the joint is home.
SECTION 7 -08.3(2)./ IS AN ADDED NEW SEC770N:
7- 08.3(2)J Placing PVC Pipe
In the trench, prepared as specified in Section 7-02.3(1) PVC
pipe shall be laid beginning at the lower end, with the bell end
upgrade. Pea gravel will be used as the bedding material and
extend from V below the bottom of the pipe to ti' above the top of
the pipe. When it is necessary to connect to a structure with a
mudded joint a rubber gasketed concrete adapterr ollar will be used
at the point of connection.
7- 08.3(2)A Survey Line and Grade
Survey line and grade control shall be provided in accordance
with Sections 1 -05.4, 1 -05.5 and 1 -11 �%%bs will be pwxided by the
Engines: -in a manner consistent with accepted practices.
The Contractor shalt transfer line and grade into the trench
where they shall be carried by means of a laser beam using 50 foot
minimum intervals for grade staking. Any other procedure shall
have the written approval of the Engineer.
chocked -ad
SEC77ON 7 -08.3(2)B IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- M.3(2)B Pipe Laying (RQ
Checking of the invert elevation of the pipe may be made by
calculations from measurements on the top of the pipe, or by
looking for ponding of 1/2' or less which indicates a satisfactory
condition At manholes when the downstream pipes) is of a
larger size pipe(s) shall be laid by matching the (eight- tenths) flow
elevation unless otherwise approved by the Engineer.
All pipe fittings etc. shall be carefully handled and protected
against damage impact shocks and free fall. All pipe handling
equipment shall be acceptable to the ENGINEER. Pipe shall not
be placed directly on rough ground but shall be supported to a
manner which will protect the pipe against injury whenever stored
It the trench site or elsewhere. No pipe shall be installed where
the lining or coating show defects that may be harmful as
determined by the ENGINEER. Such damaged lining or coating
shall be repaired or a new undamaged pipe shall be furnished and
installed.
The CONTRACTOR shall inspect each pipe and fitting prior
to installation to insure that there are not damaged portions of the
pipe Any defective damaged or unsound pipe shall be repaired or
replaced All foreign matter or dirt shall be removed from the
interior of the pipe before lowering into position in the trench.
Pine shall be kept clean during and after laying. All openings in
the pipe line shall be closed with water tight expandable type sewer
plugs at the end of each day's operation or whenever the pipe
openings are left unattended. The use of burlap, wood, or other
similar temporary plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen
obstructions or other causes, the ENGINEER may change the
alignment and/or the grades. Except for short rams which may be
permitted by the ENGINEER, pipes shall be laid uphill on grades
exceeding 10 percent. Pipe which is laid on a downhill grade shall
be blocked and held in place until sufficient support is furnished by
the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight
between the changes in alignment and at uniform grade between
changes in grade. For concrete pipes with elliptical reinforcement,
the pipe shall be placed with the minor axis of the reinforcement in
a vertical position.
Immediately after the pipe joints has been made, proper gasket
placement shall be checked with a feeler gage as approved by the
pipe manufacturer to verify proper gasket placement.
SECTION 7 -08.3(2)G IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- 08.3(2)G Sewer Line Connections (RC)
Unless otherwise approved by the Engineer, all connections of
lateral sewers to existing mains shall be made through a cast iron
saddle secured to the sewer train with stainless steel bands. When
the existing main is constructed of vitrified clay, plain or
reinforced concrete cast or ductile iron pipe, the existing main
shall be core drilled.
Connections (unless booted connections have been provided
fob to existing concrete manholes shall be core - drilled, and shall
have an 'O' ring rubber gasket meeting AS"TM C-478 in a
manhole coupling equal to the Johns - Manville Asbestos- Cement
collar, or on a conical type flexible seal equal to kore -N -Seal.
PVC pipe connection shall consist of tee, nipple and couplers as
approved by the Engineer.
SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS
7-08.4 Measurement (SA)
Gravel backfill for foundations, or gravel backf ll for pipe
zone bedding when used for foundations, shall be «rcasured by the
cubic yard, including haul, as specified in 2-09., or by the TON.
Concrete for plugging existing pipes will be measured by the
cubic yard for the volume which would be required to completely
fell the pipe for a distance of two diameters. Computation for
corrugated metal pipes will be based on the nominal diameter.
Excavation of the trench will be measured as structure
excavation Class B or structure excavation Class B including haul,
by the cubic yard as specified in Section 2-09. Whet excavation
below grade is necessary, excavation will be measured to the limits
ordered by the Engineer.
Embankment construction before culvert placement under the
applicable provisions of Section 7 -08.3(1)A will be measured in
accordance with Section 2 -03.
Shoring or extra excavation class B will be treasured as
specified in Section 2 -09.4.
Page -SP -33
Revision Date: May 19, 1997
7 -10 Trench Exc., Bedding, and Backfill for Water Mains 7 -11 Pipe Installation for Water Mains
SECTION 7 -08.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7-08.5 Payment 1(SA)
Payment will be made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal:
"Gravel Backfill for Foundations ", per cubic yard, or Ton.
"Gravel Backfill for Pipe Zone Bedding ", per cubic yard, or
Ton.
"Commercial Concrete ", per cubic yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class B Incl. Haul ", per cubic yard.
Unless specifically identified and provided as separate items,
structure excavation dewaterinp and balling shall be incidental
to pipe installation and no further compensation shall be made.
"Shoring or Extra Excavation Class B ", per square foot.
If this pay item is not in the contract, then it shall be
incidental.
7 -10 1Yench Exc., Bedding, and Backfill for
Water Mains
SECTION 7 -10.4 IS REVISED AS FOLLOWS.
7 -10.4 Measurement,SR j
Measurement of bank ram gravel for trench backfill will be by
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or the ton, in
accordance with Section 1-09.
7 -10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS.
7 -10.5 Payment C
cubic 3ftr4•
r
Payment for 'removal
and replacement of unsuitable material' will be considered
incidental to or calculated under other bid items and no further
compensation will be made.
4. "Bank Run:Gnvel for Trench Backfill ", per cubic yard
or. ton.
The unit contract price per cubic yard or ton for "Bank Run
Gravel for Trench Backfill" shall be full pay for all work to
furnish,+ place, and compact the material in the trench. Also
included in the unit contract price is the disposal of excess and
unusable material excavated from the trench.
6. "Foundation Material' , per ton or cubic yard.
Payment at the unit contract price for 'foundation material"
shall be full compensation for excavating and disposing of the
unsuitable material and replacing with the appropriate foundation
material per Section 9- 30.7B(1).
7 -11 Pipe Installation for Water Mains
7 -11.3 Construction Details (RC)
7- 11.3(4) Laying of Pipe on Curves
SECTION 7- 11.3(4)A HAS BEEN REVISED AS FOLLOWS:
7- 11.3(4)A Ductile Iron Pipe XQ
Long radius (500feet or more) curves, either horizontal or
vertical, may be laid with standard pipe by-deflecting the joints. If
the pipe is shown curved in the Plans and no special finings are
shown, the Contractor can assume that the carves can be made by
deflecting the joints with standard lengths of pipe. If shorter
lengths are required, the Plans will indicate maximum lengths that
can be used. The amount of deflection at each pipe joint when pipe
is laid on a horizontal or vertical curve shall not exceed one half of
the manufacturer's printed recommended deflexions.
SECTION 7- 11.3(4)B IS SUPPLEMENTED AS FOLLOWS
7- 11.3(4)B Polyvinyl Chloride (PVC) Pipe (4 inches
and Over)
Polyvinyl Chloride (PVC) Pipe shall not be used for water
mains and appurtenances.
_THE TITLE AND TEXT OF SECTION 7- 11.30 HAS BEEN
REVISED AS FOLLOWS.
7- 11.30 Laying Ductile Iron Pipe and Fittings with
Polyethylene Encasement ( C)
tThe Contractor shall lay ductile
iron pipe with a polyethylene utcasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105.
The polyethylene encasement shall also be installed on all
appurtenances such as pipe laterals, couplings, fittings, and
valves with 8 mil. polyethylene plastic in accordance with Section
4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color.
Any damage that occurs to the wrap shall be repaired in accordance
with ANSI/AWWA C105/A21.5 -93.
Installation of the polyethylene encasement shall be considered
incidental to the installation of the pipe and no additional payment
shall be allowed.
7- 11.3(7)A AND 7- 11.3(7)B HAVE BEEN DELETED AND
REPLACED BY THE FOLLOWING
7- 11.3(7) Laying Steel Pipe C
Steel pipe shall not be used.
SECTION 7- 11.3(9)A IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7- 11.3(9)A Connections to Existing Mains (RC)
The Contractor may be required to perform the connection
during times other than normal working hours. The Contractor
shall not operate any valves on the existing system wit00 -Rm i&
. Water system personnel will operate
Ill valves on the existing system for the contractor when recuired.
No work shall be performed on the connexions unless a
representative of the water department is present to inspect the
work.
When not stated otherwise in the special provisions or on the
Dian all connections to existine water mains will be done by City
forces as provided below:
City Installed connections:
Page -SP -34
Revision Date. May 19, 1997
t
t
1�'
I�1
u
1
1
11,
7 -11 Pipe Installation for Water Mains . 7 -11 Pipe Installation for Water Mains
Connections to existing piping and tie -ins are indicated on the
drawings. The contractor must verify all existing piping,
dimensions, and elevations to assure proper fit.
Connections to the existing water main shall not be made
without fast making the necessary arrangements with the Engineer
in advance.
A two-week advance notice shall be required for each
connection which requires a cutting of the existing water mains or a
shut -down of the existing water mains. Mn City reserves the right
to re- schedule the connection if the work area is not ready at the
scheduled time for the connection.
Work shall not be started until all the materials, equipment
and labor necessary to properly complete the work are assembled
on site.
The Contractor shall provide all saw-cutting, removal and
disposal of existing surface improvements excavation, haul and
disposal of unsuitable materials, shoring, de- watering, foundation
material, at the connection areas before the scheduled time for the
connection by the City. The Contractor shall provide all materials
necessary to install all connections as indicated on the construction
plans including but not limited to the required fittings, couplings,
pipe spools, shackle materials to complete the connections. The
Contractor shall provide and install concrete blocking, polywrap
the piping at the connections backfill and surface restoration at the
locations shown on the plans for the connections to the existing
water mains.
The City will cut the existing main and assemble all materials.
SECT70N 7- 11.3(11) IS SUPPLEMENTED AND REVISED AS _
FOLLOWS.
7- 11.3(11) Hydrostatic Pressure Test (RC)
A hydrant meter and a back flow prevention device will be
used when drawing water from the City system. These maY be
obtained from the City by completing the required forms and
making required security deposits There will be a charge for the
water used. Before applying the specified test pressure, air shall
be expelled completely from the pipe valves and hydrants. If
perm"rrnt sir vents are not located at all high points, the contractor
shall install corporation cocks at such points so that the air can be
expelled as the line is filled with water. After all the air has been
expelled the corporation cocks shall be closed and the test
pressure applied At the conclusion of the pressure test, the
corporation cocks shall be removed and plugged.
The mains shall be filled with water and allowed to stand
under pressure for a minimum of 24 hours to allow the escape of
air and allow the lining of the pipe to absorb water. The State will
furnish the water necessary to fill the pipelines for testing purposes
at a time of day when sufficient quantities of water are available for
normal system operation.
The test shall be accomplished by pumping the main up to the
required pressure, stopping the pump for a minimum of two hours,
and then pumping the main up to the test pressure again. During
the test, the Section being tested shall be observed to detect any
visible leakage. A clean container shall be used for holding water
for pumping up pressure on the main being tested. This makeup
water shall be sterilized by the addition of chlorine to a
concentration of 50 mg/l.
The quantity of water required to restore the pressure shall be
accurately determined by either 1) pumping from an open container
of suitable size such that accurate volume measurements can be
made by the Owner or, 2) by pumping through a positive
displacement water meter with a sweep unit pumping through a
positive displacement water meter with a sweep unit hand
registering 1 gallon per revolution. The meter shall be approved by
the Engineer.
Acceptability of the test will be determined as follows:
Acceptability of the test will be determined by two factors, as
follows:
1. The quantity of water lost from the main shall not exceed
the number of gallons per hour as listed in the following
table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour
test period.
All water used to perform hydrostatic pressure shall 6e
charged a usage fee.
Allowable leakage per 1000 ft. of pipeline*-- in GPH
*If the pipeline under test contains sections of various
diameters the allowable leakage will be the sum of the cOtputed
leakage for each size. For those diameters or pressures not listed,
the formula below shall be used:
The quantity of water lost from the main shall not exceed the
number of gallons per hour as determined by the formula
L=NDNFP
7400
in which
1, = Allowable leakage, gallons/hour
N = No. of joints in the length of pipeline tested
D = Nominal diameter of the pipe in inches
P = Average test pressure during the leakage test, psi
SEC77ON 7- 11.3(12)A SHALL BE REVISED AND
SUPPLEMENTED AS FOLLOWS.
7- 11.3(12)A Flushing and "Poly - pigging "(RQ
Sections of pipe to be disinfected shall first be
pigged to remove any solids or contaminated material that may
have become lodged in the pipe. If
at &bee mftiu the main cannot be "poly- pigged', then a tap shall be
provided large enough to develop a velocity of at hest 2.5 fps in
the main.
The "Poly -pig' shall be equal to Girard Industries
Swab-AS, 2]b/cu-ft 21b /cu-ft density foam with 90A durometer urethane
rubber coating on the rear of the 'Poly -Pig' only. The 'PoIY -peg
shall be cylinder shaped with bullet nose or squared end.
pipe, Aushing be I---
Dechlorination of all water used for disinfection shall be
accomplished in accordance with the City's standard detail. Water
containing chlorine residual in excess of that carried in the existin g
water system shall not be disposed into the storm drainage system
or any water way.
Page -SP -35
' Revision Date: May 19, 1997
Nominal Pipe
Diameter in inches
PSI
6'
8'
10'
12"
16"
20"
24'
450
0_95
1.27
1.59
1.91
2.55
3.18
3_82
400
0_90
1.20
1.50
1_80
2.40
3_00
3_60
350
0_84
1.12
1.40
1.69
2_25
2.81
3.37
275
0.75
1_00
1.24
1.49
1_99
2.49
2_99
250
0.71
0_95
1.19
1.42
1_90
2.37
2_85
225
0_68
0_90
1.13
1.35
1_80
2_25
2.70
200
0.64
0.85
1.06
1.28
1.70
2.12
2.55
*If the pipeline under test contains sections of various
diameters the allowable leakage will be the sum of the cOtputed
leakage for each size. For those diameters or pressures not listed,
the formula below shall be used:
The quantity of water lost from the main shall not exceed the
number of gallons per hour as determined by the formula
L=NDNFP
7400
in which
1, = Allowable leakage, gallons/hour
N = No. of joints in the length of pipeline tested
D = Nominal diameter of the pipe in inches
P = Average test pressure during the leakage test, psi
SEC77ON 7- 11.3(12)A SHALL BE REVISED AND
SUPPLEMENTED AS FOLLOWS.
7- 11.3(12)A Flushing and "Poly - pigging "(RQ
Sections of pipe to be disinfected shall first be
pigged to remove any solids or contaminated material that may
have become lodged in the pipe. If
at &bee mftiu the main cannot be "poly- pigged', then a tap shall be
provided large enough to develop a velocity of at hest 2.5 fps in
the main.
The "Poly -pig' shall be equal to Girard Industries
Swab-AS, 2]b/cu-ft 21b /cu-ft density foam with 90A durometer urethane
rubber coating on the rear of the 'Poly -Pig' only. The 'PoIY -peg
shall be cylinder shaped with bullet nose or squared end.
pipe, Aushing be I---
Dechlorination of all water used for disinfection shall be
accomplished in accordance with the City's standard detail. Water
containing chlorine residual in excess of that carried in the existin g
water system shall not be disposed into the storm drainage system
or any water way.
Page -SP -35
' Revision Date: May 19, 1997
7 -11 Pipe Installation for Water Mains 7 -11 Pipe Installation for Water Mains '
SECTION 7- 11.3(12)D HAS BEEN DELETED AND
REPLACED WITH
7- 11.3(12)D Dry Calcium Hypochlorite (RC)
Dry calcium hypochlorite shall not be placed in the pipe as
laid.
SECTION 7- 11.3(12)K HAS BEEN REVISED AS FOLLOWS:
7- 11.3(12)K Retention Period (RCY
Treated water shall be retained in the pipe at least 24 hours
but no long than 48 hours. After this period, the chlorine residual
at pipe extremities and at other representative points shall be at
least 25 mg/l.
SECTION 7- 11.3(12)N HAS BEEN REVISED AS FOLLOWS.
7- 11.3(12)N Final Flushing and Testing (RC)
Before placing the lines into service, a satisfactory report shall
be received from the local or State health department or an
approved testing lab on samples collected from representative
points in the new system. Samples will be collected and
bacteriological tests obtained by the Engineer.
SECTION 7- 11.3(13) HAS BEEN SUPPLEMENTED BY
ADDING THE FOLLOWING:
7- 11.3(13) Concrete-Thrust Blocking and Dead -Man
Block (RC)
Provide concrete blocking at an hydrants, fittings and
horizontal or vertical angle points. Conform to The City of Renton
standard details for general blocking. and vertical blocks herein.
All fittings to be blocked shall be wrapped with 8 -mil polyethylene
plastic. Concrete blocking shall be properly formed with plywood
or other acceptable forming materials and shall not be poured
around joints. The forms shall be stripped prior to backfilling.
Joint restraint(shackle rods), where required, shall be installed in
accordance with section 7- 11.3(15).
Provide concrete dead -man blocks at locations shown on the
plans. The dead -man block shall include reinforcing steels, shackle
rods, installation and removal of formwork.
Blocking shall be commercial concrete (hand mixed concrete
is not allowed) and poured in place.
SECTION 7-11.3(15) IS A NEW ADDMONAL SECTION,•
7-11.3(15) Joint Restraint Systems (RC)
General:
Where shown on the 'plans or in the specifications or required by
the engineer, joint restraint system (shackle rods) shall be used. all
joint restraint materials used shall be those manufactured by s tar
national products, 1323 holly avenue PO box 258, Columbus Ohio
43216, unless an equal alternate is approved in writing by the
en ineer.
Materials:
Steel types used shall be:
High strength low -alloy steel(cor -ten); ASTM .A242, heat -
treated, superstar 'SST' series.
High strength low -alloy steel(cor -ten), ASTM A242, superstar
"SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel
shapes.
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot -dip
galvanized. SST 7:5/8" for 2' and 3' mechanical ioints, 314" for
4' to 12' mechanical joints, ASTM A325, type 313, except tensile
strength of full -body threaded section shall be increased to 40,000
lbs. minimum for 5/8' and 60,000 lbs. minimum for 3/4' by heat
treating (quenching and tempering) to manufactures reheat and
hardness specifications. SST 753: 3/4" for 14" to 24' mechanical
joints. same ASTM specification as SST 7. SST 77: 3/4" same as
SST 7, except l' eye for 7/8' rod. same ASTM specification as
SST 7.
Tienut: heavy hex nut for each tiebolt: SS8: 518' and 3/4',
ASTM A563, grade C3, or zinc plated. S8: 5/8' and 3/4', ASTM
A563, grade A, zinc plated or hot -dip galvanized
I'wcoupling: used to extend continuous threaded rods and are
provided with a center stop to aid installation, zinc plated or hot -
dip galvanized. SS10: for 5/8' and 3/4' tierods, ASTM A563,
grade C3. S10: for 518' and 3/4" tierods, ASTM A563, grade A.
Tierod: continuous threaded rod for cutting to desired lengths,
zinc plated or hot -dip galvanized. SS12: 5/8' and 3/4' diameter,
ASTM A242, type 2; ANSI B 1.1. S12: 518' and 3/4' diameter,
ASTM A36, A307.
Tiewasher: round flat washers, zinc plated or hot -dip
galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1.
Installation:
Install the joint restraint system in accordance with the
manufactures instructions so all joints are mechanically locked
together to prevent joint separation. Tiebolts shall be installed to
pull against the mechanical ioint body and not the MJ follower.
Torque nuts at 75 -90 foot pounds for 3/4' nuts. Install tiecouplinits
with both rods threaded equal distance into tiecouplinits. Arrange
tierods symmetrically around the pipe.
Pipe Diameter Number of 3/4"
Tie Rods Required
4' .2
6' .2
8' .3
10'. ..4
12' .6
14' . ............................... ..8
16' ............ ............................... 8
18' ............ ............................... 8
20' .............. .............................10
24" .............. .............................14
30' ............ ............................... (16 -7/8 -rods)
36' ............ ............................... C24-7/8-rods)
Where a manufactures mechanical ioint valve or f ttm' g is
supplied with slots for "T' bolts instead of holes a flanged valve
with a flange by mechanical ioint adapter shall be used instead, so
as to provide adequate space for locating the tiebolts.
Where a continuous run of pipe is required to be re_ strained,
no run of restrained pipe shall be greater than 60 feet in length
between fittings. Insert long body solid sleeves as required on
longer runs to keep tierod lengths to the 60 foot maximum. Pipe
used in continuously restrained runs shall be mechanical joint pipe
and tiebolts shall be installed as rod guides at each joint.
Page -SP -36
Revision Date. May 19, 1997
1 7 -12 Valves for Water Mains 7 -12 Valves for Water Mains
1
a
Where poly wrapping is required all tiebolts, tienuts,
tiecouplings, tierods, and tiewashers, shall be galvanized. All
disturbed sections will be painted, to the inspectors satisfaction,
with koppers bitomastic no. 300-m, or approved equal.
_Where poly wrapping is not required all tiebolts, tienuts,
tiecouplings, tierods and tiewashers may be galvanized as specified
in the preceding paragraph or plain and painted in the entirety with
koppers bitumastic no. 800-m, or approved equal.
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be
considered incidental to installation of the pipe and no additional
payment shall be made.
SECTION 7 -11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS.
7 -11.4 Measurement (RC)
Measurement for payment of concrete thrust blocking and
dead -man blocks will be per cubic -yard when these items are
included as separate pay items. If not included as separate pay
items in the contract, then thrust blocking and dead -man blocks
shall be considered incidental to the installation of the water main
and no further compensation shall be made.
Measurement for payment for connections to existing water
mains will be per each for each connection to existing water
main(s) as shown on the plant.
SECTION 7 -II.5 HAS BEEN REVISED AS FOLLOWS.
7 -11.5 Payment (RC7
'_Pipe for Water Main and Fittings _In. Diam.', per
lineal foot.
The unit contract price per linear foot for each size and kind
of '_Pipe for Water Main _In. Diam.' shall be full pay for
all work to complete the installation of the water main including
but not limited to trench excavating, bedding, laying and jointing
pipe and fittings, backfilling, concrete thrust blocking, installation
of polyethylene wrap, cleaning by poly -pigs, vertical crosses for
insertion and removal of poly -pigs, temporary thrust blocks and
blow -off assemblies, testing, flushing, disinfecting the pipeline,
shackle rods, abandoning and capping existing water mains,
removing miscellaneous pipes, removing and salvaging existing
hydrant assemblies, and other appurtenances to be abandoned as
shown on the plans, and cleanup.
'Concrete Thrust Blocking and Dead -Man Blocks', per cubic
yard.
The unit contract price bid for 'Caxme Thrust Blocking and
Dead -Man Block' Shall be for the complete cost of labor,
materials equipment for the- installation of the concrete thrust
blocks and dead - man blocks, including but not limited to
excavation dewatering haul and disposal of unsuitable materials,
concrete reinforcing steel shackle rods and formwork. If this
item is not included in the contract schedule of prices, then thrust
blocking and dead -man blocks shall be considered incidental to the
installation of the pipe and no further compensation shall be made.
'Connection to Existing Water Mains', per each.
The unit contract price per each connection to existing water
mains shall be for complete compensation for all equipment, labor,
materials required for the connections to the existing water mains.
7 -12 Valves for Water Mains
SECTION 7 -12.02 HAS BEEN REVISED AS FOLLOWS:
SECTION 7- 12.3(1) HAS BEEN REVISED AS FOLLOWS:
7- 12.3(1) Installation of Valve Marker Post RAC
Where required, a valve marker post shall be furnished and
installed with each valve. Valve marker posts shall be placed at the
edge of the right -of -way opposite the valve and be set with
18 inches of the post exposed above grade.
She Posts rhall be Painted With wo
SECTION 7- 12.3(2) IS A NEW SECTION:
7- 12.3(2) Adjust Existing Valve Box to GradeRC2
Valve boxes shall be adiusted to ¢fade in the same manner as
for manholes, as detailed in Section 7 -05.3(1) of the Renton
Standards. Valve box adiustments shall include, but not be limited
to, the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to
final finished grades. The final installation shall be made in
accordance with the applicable portions of Section 7 -12.
In the event that the existing valve box is plugged or blocked
with debris, the Contractor shall use whatever means necessary to
remove such debris, leaving the valve installation in a fully
operable condition.
The valve box shall be set to an elevation tolerance of one -
fourth inch (1/4') to one -half inch (1R') below finished grade.
SECTION 7 -12.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7 -12.4 Measurement
Aduustment of existing valve boxes to grade shall be measured
W each if included as a separate pay item in the Contract; if not a
separate pay item but required to complete the work, then value
box adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the
measurement for hydrant assembly and will not be incbnkd in this
mea ,umment item.
SECTION 7 -12.5 IS DELETED AND REPLACED WITH THE
FOLLOWING:
'Gate Valve from 4 inch to 10 inch in diameter and Valve
Box,' per each.
The unit contract price per each for the valve of the specified
size shall be full pay for all labor, eguiptnetu and material to
furnish and install the valve complete in place on the water main,
including trenching jointing blocking of valve, painting,
disinfecting hydrostatic testing cast -iron valve box and extensions
as required valve nut extensions, adjustment to final grade.
12 inch Gate Valve and Concrete Vault,' per each.
The unit contract price per each for the 12' gate valve
assembly, shall be full pay for all labor, equipment and material to
furnish and install the valve complete in place on the water main,
including trenching ioining blocking of valve, by -pass assembly,
cast -iron casting and cover, ladder rung concrete risers as
required, adjustment to final grade.
'16 inch and larger Butterfly Valve and Concrete Vault,' per
each.
Page -SP -37
Revision Date: May 19, 1997
7 -14
rants
The unit contract price per each for the 16' and larger
butterfly valve assembly, shall be full pay for all labor, equipment
and material to furnish and install the valve complete in place on
the water main including trenching jointing, blocking of valve,
painting disinfecting hydrostatic testing concrete vault, cast -iron
casting and cover, ladder, concrete risers as required„ adjustment
to final grade.
"Blow -off assembly,' per each.
The unit contract price per each for each blow -off assembly
shall be for all labor, equipment and material to complete the
installation of the assembly per the City of Renton Water Standard
Detail, latest revision.
"Air- Release/Air- Vacuum Valve Assembly," per each.
The unit contract price per for air - release/air- vacuum valve
assembly shall be for all, labor, equipment and material to
complete the installation of the assembly including but not limited
to excavating tapping the main, laving and jointing; the pipe and
fittings and appurtenances, backfilling, testing, flushing, and
disinfection meter box and cover, at location shown on the plans,
and per City of Renton Standard Detail, latest revision.
'Adiust Existing Valve Box to Grade (RC),' per each.
The contract bid price for "Adiust Existing Valve Box to
Grade" above shall be full compensation for all labor, material,
tools and equipment necessary to satisfactorily complete the work
as defined in the Contract Documents, including all incidental
work. if not included as a separate pay item in the Contract, but
required to complete other work in the Contract, then adjustment of
valve boxes shall be considered incidental to other items of work
and no futher compensation shall be made-
7-14 Hydrants
7 -14.3 Construction Details C
SECTION 7- 14.3(l) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7- 14.3(1) Setting Hydrants (R )
After all installation and testing is complete, the exposed
portion of the hydrant shall be painted with e:wtwo field coats. The
type and color of paint will be designated by the Engineer.
Any hydrant not in service shall be identified by covering with
a burlap or plastic bag approved by the Engineer.
Hydrants shall be installed in accordance with AWWA
specifications C600 -93, Sections 3.7 and 3.8.1 and the City of
Renton standard details. Hydrant and guard hosts shall be painted
in accordance with the water standard detail. Upon completion of
the proiect all fire hydrants shall be painted to The City of Renton
specifications and guard posts painted with two coats of
preservative paint NO. 43-655 safety yellow or approved equal.
Fire hydrants shall be of such length as to be suitable for
installation with connections to 6", 8" AND 10" piping in trenches
3 - 1/2 feet deep unless otherwise specified. The hydrant shall be
designed for a 4-1/2 foot burial where 12" and larger pipe is
shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast -iron or ductile iron
tee (M] x FL) 6" gate valve (FL x MJ), 6" DI spool (PE x PE), 5-
1/4" MVO fire hydrant (M] connection), 4" x 5' Stortz adapter,
7 -14
cast iron valve box and cover, 3/4" shackle rods and accessories
concrete blocks and two concrete guard posts (only if hydrants are
outside right -of -way).
Joint restraint(Shackle Rods) shall be installed in accordance
with Section 7- 11.3(15).
SECT70N 7- 14.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
7- 14.3(3) Resetting Existing Hydrants_RQ
This work shall conform to Section 7- 14.3(1). All hydrants
shall be rebuilt to the approval of the_Cityfor replaced with a new
hydrant). All rubber gaskets shall be replaced with new gaskets of
the tvpe rewired for a new installation of the same f�rlie.
SECT70N 714.3(4) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- 14.3(4) Moving Existing Hydrants _%Q
C)
All bvdrants shall be rebuilt to the approval of the U (or
replaced with a new hydrant). All rubber gaskets shall be replaced
with new Baskets of the type required for a new installation of the
SEC77ON 7 -14.5 IS REVISED AS FOLLOWS:
7 -14.5 Payment RC
Payment will be made in accordance with Section 1-04.1, for
each of the following bid items that are included in the proposal:
"Hydrant Assembly ", per each.
The unit contract price per each for "Hydrant Assembly' shall
be full pay for all work to furnish and install fire hydrant
assemblies, including all costs for auxiliary gate valve, shackles.
tie rods, concrete blocks. gravel. and painting and guard hosts
required for the complete installation of the hydrant assembly as
specified. The pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made.,
excepthe P�pq Gamectiall the by-lFaut 1- 11 be Paid to;
"Resetting Existing Hydrants". per each.
The unit contract price per each for "Resetting Existing
Hydrant" shall be full pay for all work to reset the existing
hydrant, including rebuilding (or replacement with a new hydrant),
shackling, blocking. painting, and guard posts and reconnecting to
the main. The new pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made.
Now Pipe Faquo' AS MOW lQ ths 43'6100 Mal be paw-"
4W in Swim '1 1144. Guard posts, shown on the plans shall
be incidental to the contract.
"Moving Existing Hydrants'. per each.
The unit contract price per each for "Moving Existing
Hydrant" shall be full pay for all work to move the existing
hydrant, including new tee. rebuilding (or replacement with a new
hydrant), shackling. blocking. [minting, and guard posts and
reconnecting to the main. The new pipe connecting the hydrant to
the main shall be considered incidental and no additional payments
shall be made New pipe for. hydam cowsaians will be paid4ff-as
Guard posts shown on the plans shall
be incidental to the contract.
Page -SP -38
Revision Date: May 19, 1997
1 7 -15 Service Connections 7 -17 Sanitary Sewer.
1
t
1
� I
7 -15 Service Connections
SECTION 7 -15.3 IS SUPPLEMENTED AS FOLLOWS:
7 -15.3 Construction Details (RC)
Pipe materials used to extend or replace existing water service
lines shall be copper.
Where instalation is in existing paved streets, the service lines
shall be installed by a trenchless percussion and impact method
00--honing). If the trenchless percussion and impact method
fails, maular open trench methods may be used.
SECTION 7 -15.5 IS SUPPLEMENTED AS FOLLOWS:
7 -15.5 Payment (RC)
Payment will be made in accordance with Section 1 -04.1, for
the following bid item when it is included in the proposal:
"Service Connection _ In. Diam.', per each.
The unit contract price per each for "Service Connection _
In. Diam." shall be full pay for all work to install the service
connection, including but not limited to, excavating or
(hoe-
hogging), tapping the main, laying and jointing the pipe and fittings
and appurtenances, backfrlling, testing, flushing, and disinfection
of the service connection.
7 -17 Sanitary Sewers
SECTION 7 -17.2 HAS BEEN REVISED AS FOLLOWS.
7 -17.2 Materials Q (SA)
Pipe used for sanitary sewers may be.
Rigid Flexible
Concrete ABC compacke
Vitr-ified -Clay PVC (Polyvinyl Chloride)
Ductile Iron
Materials shall meet the requirements of the following
sections.
Plain Concrete Storm Sewer Pipe 9 -05.7(1)
Reinforced Concrete Storm Sewer Pipe 9-05.7(2)
Vitrified Clay Sewer pips n AC Q
PVC Sanitary Sewer Pipe 9- 05.12(1)
Ductile Iron Sewer Pipe 9.05.13
All pipe shall be clearly marked with type, class, and
thickness. Lettering shall be legible and permanent under normal
conditions of handling and storage.
SECTION 7- 17.3(l) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- 17.3(1) Protection of Existing Sewerage Facilities
When extending an existing sewer, the downstream system
shall be protected from construction debris by placing a screen or
trap in the first existing manhole downstream of the connection. It
shall be the contractor's responsibility to maintain this screen or
trap until the new system is placed in service and then to remove it.
Any construction debris which enter the existing downstream
system shall be removed by the contractor at his expense, and to
the satisfaction of the Engineer. When the first manhole is set, it's
outlet shall be plugged until acceptance by the Engineer.
SECTION 7- 17.3(2)H IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
7- 17.3(2)H Television Inspection (RC)
Once the television inspection has been completed the
contractor shall submit To the Engineer the written reports of the
inspection plus the video tapes. Said video tapes are to be in color
and compatible with the City's viewing and recording systems. The
City system accepts 1/2' wide high density VHS Tapes. The tapes
will be run at standard speed SP (15 /161.P.S.).
SECTION 7 -17.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7 -17.4 Measurement RTCZ
The length of sewer pipe will be the number of linear feet of
completed installation measured along the invert and will include
the length through elbows, tees and fittings. The number of linear
feet will be measured from the center of manhole to center of
manhole or to the inside face of catch basins and similar type
structures.
The length of testing sewer pipe in conformance with
Section 7- 17.3(2) will be the number of linear feet of completed
installation actually tested.
Measurement of 'Bank Run Gravel for Trench Backfill
Sewer" will be determined by the cubic yard in place, measured by
the neat line dimensions shown in the Plans, or by the Ton on truck
tickets.
SECTION 7 -17.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7 -17.5 Payment C
Payment will be made in accordance with Section 1 -04.1, for
each of the following bid items that are included in the proposal:
"Plain Conc. ac—V4C -Sewer Pipe _ In. Diam. ", per linear
foot.
"Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.', per linear
foot.
"PVC Sanitary Sewer Pipe In. Diam.', per linear foot.
"Ductile Iron Sewer Pipe In. Diam. ", per linear foot.
*ADS Composise'Swam Skips a"kisa&U96
The unit contract price per linear foot for sewer pipe of the
kind and size specified shall be full pay for furnishing, hauling, and
assembling in place the completed installation including all wyes.
tees, special fittings, joint materials, bedding material. and
adjustment of inverts to manholes for the completion of the
installation to the required lines and grades.
"Testing Sewer Pipe ". per linear foot.
The unit contract price per linear foot for "Testing Sewer
Pipe" shall be full pry for all labor, muerial and equipmern
required to conduct the leakage tests required in Section 7- 17.3(2).
If no unit price for "Testing Sewer Pipe" is inchrded it shall be
considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material ". pei
cubic yard.
The unit contract price per cubic yard for "Removal anc
Replacement of Unsuitable Material" shall be full pay for all wort
to remove unsuitable material and replace and compact suitablt
material as specified in Section 7 -08.3(1)A.
"Bank Run Gravel for Trench Backfill Sewer ", per cubic
yard. or Ton.
The unit contract price per cubic yard. or Ton for "Bank Rot
Gravel for Trench Backfill Sewer" shall be full pay for all work V
furnish, place, and compact material in the trench.
"Television Inspection ", per Lump Sum.
' Page -SP -39
Revision Date: May 19, 1997
8-09 Raised Pavement Markers
Division 8
Miscellaneous Construction
8-09 Raised Pavement Markers
SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS:
8-09.5 Payment (RC) (SA)
Payment will be made for each of the following bid items that
are included in the proposal:
"Raised Pavement Marker Type 1 ", per eachhumkW.
"Raised Pavement Marker Type 2 ", per eachbundnd.
"Raised Pavement Marker Type 3- In. °, per
eachhu ndrod.
"Recessed Pavement Marker ". per eachlwadwd.
The unit contract price per eachlad for "Raised Pavement
Marker Type 1 ", "Raised Pavement Marker Type 2 ", and "Raised
Pavement Marker Type 3- In." and "Recessed Pavement
Marker "shall be full pay for all labor, materials, and equipment
necessary for furnishing and installing the markers in accordance
with these Specifications including all cost involved with traffic
control unless traffic
control is listed in the
contract as a separate pay item.
8-10 Guide Posts
8-13 Monument Cases
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
8-13.1 Description (RC)
Ibis work shall consist of furnishing and placing monument
cases and covers, in accordance with the Standard Plans and these
Specifications, in conformity with the lines and locations shown in
the Plans or as staked by the Engineer or by the Contractor
supplied surveyor.
SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8-13.3 Construction Requirements
The monument will be furnished and set by the Engineer or
the Contractor supplied surveyor.
When existine monuments will be impacted by _a project, the
Contractor shall be responsible for assuring that a registered
surveyor references the existing monuments prior to mnstruction
After construction is complete the monuments shall be re-
established by the surveyor in accordance with RCW58.09.130.
SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
8-13.4 Measurement
All costs for surveying and resetting existing monuments
impacted by contruction shall be considered incidental to the
contract unless specifically called out to be paid as a bid item.
b-14 l.emenl %. oncrete
SECTION 8-13.5 IS SUPPLEMENTED BY ADDING 0
FOLLOWING:
8 -13.5 Payment
'Reset Existing Monument" per each.
Resettine an existing monument impacted by construction sF
be incidental unless included as a pay item in the Sebedu
Prices_
8-14 Cement Concrete Sidewalks
SECTION 8- 14.3(4) IS SUPPL&WEN77M BY ADDING
FOLLOWING:
8- 14.3(4) Curing (RC)
The Contractor shall have readily available su la
protective covering, such as waterproof paper or plastic membra
to cover the pour of an entire day in the event of rain or
unsuitable weather.
The Contractor shall be responsible for barricadi
patrollinz, or otherwise protectinp newly placed
Damaged, vandalized, or unsightly concrete shall be remov
replaced at the expense of the Contractor.
SECTION 8 -14.4 IS SUPPLEMENTED BY ADDING T.
FOLLOWING:
8-14.4 Measurement (RC)
items.
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING 7
FOLLOWWG: 3
8-14.5 Payment (RC)
Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related t
constriction of the sidewalk but necessary before the sidewa
be placed, when and if shown in the Plant, will be made
accordance with the provisions of Section 2-03. Otherwim
Contractor shall make all excavations including haul and disM
regardless of the depth required for constructing the sidewalk
lines and grades shown, and shall include all costs thereof ir.
unit contract price per square yard for "Cement Conc. Sid
and the per each contract price for Curb Ramp, Cement ConcAl
Page -SP-40
Revision Date. May 19, 1997
' 8-17 Impact Attenuator Systems 8-20 Illumination, Traffic Signal Systems, and Electrical
1
H
1
8 -17 Impact Attenuator Systems
THE STATE AMENDMENT TO SECTION 8-17 IS
SUPPLEMENTED BY THE FOLLOWING.
8- 17.5_Payment_RC1
If no pay item is included for temporarey impact attenuators
then all costs to provide and install shall be considered a part of the
nav item for 'Traffic Control.'
8 -20 Illumination, Traffic Signal Systems,
and Electrical
8-20.2 Materials
SECTION 8- 20.2(1) HAS BEEN SUPPLEMENTED WITH THE
FOLLOWING:
8- 20.2(1) Equipment List and Drawings (RC)
The Contractor shall submit for approval six sets of shop
drawings for each of the following types of standards called for on
this project:
1. Light standards with or without pre - approved plans.
2. Signal standards with or without pre - approved plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
for. ftpp;o;ral for. light standar4r, Gmfoming so the pm appr-oved
plans 'good on the special pro i i
The Contractor also shall submit either on the signal standard
shop drawings or attached to the signal standard shop drawings all
dimensions to clearly show the specific mast arm mounting height
and signal tenon locations for each signal pole to be installed.
SECTION 8- 20.3(2) HAS BEEN SUPPLEMENTED BY
ADDING THE FOLLOWING:
8- 20.3(2) Excavating and BackfdlingSRQ
The contractor shall supply trench within the unit widths and
to the specified depths at the locations indicated on the contract
plans or as directed by the engineer.
The contractor shall have approved compaction equipment on
site before beginning any excavation; compaction shall be
performed at the time of the initial backfilling of the trench unless
directed otherwise by the engineer.
Trenching for conduit runs shall be done in a neat manner
with the trench bottom graded to provide a uniform grade. No
work shall be covered until it has been examined by the engineer.
backfill material used for fill around and over this conduit system
shall be free of rocks greater than two inches in diameter to a depth
of six inches above the conduit.
Trench within the roadway area shall use select trench backfill
which shall consist of 5 /8th inch minus crushed surfacing top
course or other material as indicated in the special provisions or
schedule of prices and directed for use by the engineer. The source
and quality of the material shall be subject to approval by the
engineer. Trench backfill within the sidewalk area shall be made
with acceptable materials from the excavation subject to the
Engineer's approval of the material and shall be considered a
necessary part and incidental to the excavation in accordance with
the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by the Engineer. The
City reserves the right to make additions or deletions to the trench
which prove necessary for the completion of the project.
The minimum width for the trench will be at the option of the
contractor. Trench width will, however, be of sufficient size so
that all of the necessary conduit can be installed within the depths
specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
be compacted to 95% of the material's maximum density. ter
Section 2- 03.3(14)D.
SECTION 8- 20.3(4) HAS BEEN REVISED AS FOLLOWS.
8- 20.3(4) Foundations C
Where obstructions prevent construction of planned
foundations, the Contractor shall construct an effective foundation
satisfactory to the Engineer.
The contractor shall provide all material for and construct the
foundations for and to the dimensions specified in table 1 below.
The anchor bolts shall match that of the device to be installed
thereon.
All excess materials are to be removed from the foundation
construction site and disposed of at the contractor's expanse.
Concrete shall be placed against undisturbed earth if possible.
Disturbed earth or backfill material shall be compacted to 95
Percent of the material's maximum density. Before placing the
concrete the contractor shall block -out around any other
undertrotrM utilities that lie in the excavated base so that the
concrete will not adhere to the utility line. Concrete foundations
shall be troweled, brushed, edged and finished in a workmanship-
lice manner. Concrete shall be promptly cleaned from the exposed
portion of the anchor bolts and conduit after placement.
Foundation shall all be Class 3000 concrete. After the specified
arrin¢ period. the contractor may install the applicable device
thereon.
Table 1
Type of device Dimensions
Street Light Pole 4'D4= x 3' Sq or Dia.
Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia.
Signal Controller See Detail Sheet
Base
All concrete foundations shall be constructed in the manner
specified below:
1. Where sidewalk or raised islands are to be constructed as a
part of this project, the top of the foundation shall be made
flush with the top of the sidewalk or island. (See detail
sheet
2 Where no sidewalks are to be installed, the grade for the top
of the foundation shall be as specified by the engineer. (See
detail sheet
All concrete foundations shall be located as per stationing on
the plans or as located by the engineer in the field.
' Page -SP-41
Revision Date: May 19, 1997
8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical
SECTION 8- 20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. I
FOLLOWS.
8-20.3(5) Conduit (RC)
.6 All bond- With —A-- - as low than 'I Aw "a-ar, smWAded
3ecatiertas:
i�erx.
utilitiQa.
slj�ioc.
etoerl.
If allowed in theillans or if obstructions are encountered in
jacking or drilling operations, the Contractor will be allowed to
install conduits by open trenching. Open trench construction shall
conform to the following:
1. The pavement shall be sawcut a minimum of 3 inches
deep. The cuts shall be parallel to each other and extend 2- fee t -one
1() foot beyond the edge of the trench.
2. Pavement shall be removed in an approved manner.
3. Trench depth shall provide 24 inches minimum cover
over conduits below the roadbed, and 18 inches below finished
grade in all other areas..
5. Trenches located within paved roadway areas shall be
restored r the Renton Standard Detail.
the 6
vtr- fe{{ewr0
All conduit shall be rigid non - metallic unless noted otherwise
in the Plans or Special Provisions.
All conduit openings shall be fitted with approved bellends or
Bushings. Wall thickness of conduit shall be consistent within
continuous conduit runs with no mixing of different schedule types
between terminations.
The contractor shall provide and install all conduit and
necessary finings at the locations noted on the plans. Conduit size
shall be as indicated on the wiring and conduit schedule shown on
plans.
Conduit to be provided and installed shall be of the type
indicated below:
1. Schedule 40 heavy wall p.v.c. Conforming to ASTM
standards shall be used whenever the conduit is to be placed other
than within the roadway area.
2. Schedule 80 extra heavy wall p.v.c. Conforming to
ASTM standards shall be used when the conduit is to be placed
within the roadway area.
All joints shall be made with strict compliance to the
manufacturer's recommendations regarding cement used and
environmental conditions.
SECTION 8- 20.3(6)IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
8-20.30 Junction Boxes
The contractor shall provide and install iunction boxes of the
and size at the locations specified in the plans and as per detail
The inscription on the covers of all function boxes shall be as
indicated below:
1. Street lighting only: "Lighting'
2. Signal only "Signals'
3. Traffic signal and street lighting: 'TS -LT'
4. Telemetry only 'Telemetry'
Inscriptions on function boxes performing the same function,
i.e. street lighting, traffic signal, or both, shall be consistent
throughout the project. All iunction boxes shall be installed in
conformance with provisions contained in the standard plans and
detail sheets.
The unit contract price per each for 'Type I' or 'Type II'
junction box shall be full compensation for fiunishinz same and for
all costs of labor, material, tools, and equipment necessary to
provide and install the junction boxes including excavation,
backtilling and compaction all in accordance with plans,
specifications and detail sheets.
All junction boxes shall have galvanized steel lids and frames.
All junctim boxes and associated concrete pads shall be
installed on compacted sub grade which shall include six inches of
5/ 8th -inch mints crushed surfacing top course material installed
under and around the base of the junction box. Concrete shall be
promptly cleaned from the junction box frame and lid.
The unit contract prix per junction box shall inchde
installation of 5/ 8th -inch minus crushed surfacing top cause and a
4' thick Class 'B' cement concrete pad enclosing the iunction box
as per the plans. specifications and detail sheets. Installation of the
crushed surfacing and the concrete pad shall be incidental to the
unit price per iunction box and no further compensation will be
made unless the contract includes separate pay items for 'crushed
surfacing' and/or for 'concrete pad.'
Page -SP-42
Revision Date. May I9, 1997
1 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical
1
I
1
SEMON 8-20.3(9) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8- 20.3(9) Bonding, Grounding (RQ
Identification of the equipment grounding conductor shall
conform to all Code requirements.
Grounding of conduit and neutral at the service point shall be
accomplished as required under the Code. Grounding of the neutral
shall be accomplished only at the service.
a
s49 mrla 9;
All street light standards, signal poles and other standards on
which electrical equipment is mounted shall be grounded to a
copper clad metallic ground rod 518' in diameter x 8'0' in length
complete with a //8 AWG bare copper bonding strap located in the
nearest function box. All signal controller cabinets and
signal /lighting service cabinets shall be grounded to a 5/8' in
diameter x 8'0' in length copper clad metallic ground rod located
in the nearest junction box with a bare copper bonding strap sized
in accordance with the plans, specifications and applicable codes.
Ground rods are considered miscellaneous items and all costs
are to be included with the system or conductors. Ground straps
are also miscellaneous items unless a separate pay item is provided
in the "Schedule of prices.'
SECTION 8- 20.3(10) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
8- 20.3(10) Service (RC)
Power sources shown in the Plans are approximate only; exact
location will be determined in the field.
j1piggG 08hapAASS ;q 41- :a the speg-1
Upon request of the Contractor, the Engineer will make the
necessary arrangements with the serving utility to complete the
service connections. Electrical energy used prior to completion of
the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when such operation is ordered
by the Engineer, will be borne by the State City.
Three types of power service are used as indicated below:
1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle
A.C. (traffic signal service only)
2. Type 11, system shall be single phase 240 volt, 2 wire, 60 cycle
A.C. (street lighting non contactor, individual controlled
photo -cell with no neutral wire)
3. Type III system shall be single phase 120240 volt, 3 wire 60
cycle A.C. (street lighting contactor /traffic signal, grounded
neutral service)
The power service point shall be as noted on the plans and
shall be verified by the electrical servicing utility.
The service cabinet shall be marked with the service
agreement letters and numbers. The markings shall be installed on
the outside cabinet door near the top of the cabinet. The markings
shall be series C using stencils and black enamel alkyd gloss paint
conforming to Federal Specification T17- 13-489.
SEC77ON 8- 20.3(11) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
8- 20.3(11) Field Test (RQ
No change to stop and go operation will be allowed after 2 p.m. on
any day nor will the change be allowed on Friday, weekends,
holidays, or the day preceding a holiday.
at the GoNsFaller. 6upplier. shall be PF469at for. the Ghan"
1. Requests for traffic signal turn on will not be considered until a
pre -turn on inspection of signal system has taken place.
2. All discrepancies and deficiencies must be corrected by the
contractor and re- jnspected prior to requesting signal turn on
date.
3. Requests for signal turn on -shall not be considered until
electrical service to the intersection has been provided and has
been energized by the electric utility.
4. A minimum of three (3) working days notice will be required
for signal turn on.
5. Channelization at the intersection must be complete per plan
before requesting signal turn on date. Any deletions of
channelization prior to turn on must be approved by the
engineer.
6. Citv forces shall provide, post and maintain proper signing
warning of new si
8- 20.3(13) Illumination Systems
SEC77ON 8- 20.3(13)1 IS REVISED AND SUPPLEMENTED
AS FOLLOWS.
8- 20.3(13)A Light Standards (RC) (SA)
Page -SP-43
Revision Date: May 19, 1997
8-20 Illumination, Traffic Si
and Electrical
balew --tha
039A.-I-On 99 *he top 99 the bougm 6lip Plate
e It ti ti ii b- e ASH= 64 (n c;r► 1 A 175)
6lip plase and the keeper. Plate
3. Anchor bolts shall extend through the top heavy hex nut two
full threads.
0; gaiwis "' PeFGant, ;A two stages licing an aCCUR'Sly
Plate Shall be smooth wilholis to tFiction.
ghe
6. Anchor bolts damaged after the foundation concrete is placed
shall not be repaired by bending or welding. The Contractor's
repair procedure is to be submitted to the Engineer for
approval prior -to making any repairs. The procedure is to
include removing the damaged portion of the anchor bolt,
cutting threads -on the undamaged portion to remain, the
installation of an approved threaded sleeve nut and stud, and
repairing the foundation with epoxy concrete repair.
7. The grout pad shall not extend above the elevation of the
bottom of the slip base.
installed plumb, t 1 degree.
Q. Wiring for. Wip base Raft! to A08,01C ;a
Standard- Paaps.
be
foundation.
Slip bass ft" -onfam to-details-iw-do
Siapdard inane.
All now 1*gh; have an afffo*sd instal Sag
so the pole aba*e the 'r-11-wing Womation
All new light standards shall be numbered for identification in
accordance with the Plans using painted 3 -inch series C numbers
installed three feet above the base facing the travelled way. Paint
shall be black enamel alkyd gloss conforming to Federal
Specification TT- E-489.
In setting timber poles, the Contractor shall provide a
minimum burial of 10 percent of the total pole length plus 2 fat
and shall plumb or rake the poles as directed by the Engineer.
The hand hole shall be located at 90 degrees to the davit arm
on the side away from traffic. A grounding lug or nut shall be
provided in the hand hole frame or inside the hand hole frame or
inside the pole shaft to attach a ground bonding strap.
8-20 Ilium
Traffic Sianal Systems, and Electrical
All poles and davit arms shall be designed to support a
luminaire weight of 50 lbs. or more and to withstand pressures
caused by wind loads of 85 m.p.h. with Rust factor of 1.3.
All poles shall maintain a minimum safety factor of
on yield strength of weight load and 2.33 p.s.i. for basic wind
pressure.
Davit Arms:
The davit style arm shall incorporate a 5'9' radius bend ~
as measured from the centerline of the shaft. The outer portion of
the arm shall be nearly horizontal to +2' above horizontal and
shall be furnished with a 2" diameter shipfitter with a maximum
length of 8 inches to fit the htminaire specified. The pole end of
the davit arm tube shall be fastened securely to the top of the shaft
producing a flush joint with an even profile.
Anchor Base:
A one piece anchor base of adequate strength, shape and
size shall be secured to the lower end of the shaft so that the base I
sbaH be capable of resisting at its yield point the bending moment
of the shaft at its yield point. The base shall be provided with four
slotted or round holes to receive the anchor bolts. Nut covers shall
be provided with each pole.
Anchor Bolts:
Four steel anchor bolts, each fitted with two hexrttts and
two washers shall be furnished with the pole. Anchor bolts shall
meet the requirements of Section 9- 06.503) and 9- 06.5(4). The
anchor bolt yield point shall be capable of resisting the bending
moment of the pole shaft at its yield point
The contractor shall assure that all anchor bolts conform to the
recommended ASTM specifications of the pole manufacturer and
shall secure and submit to the City for approval all manufacturer
data on pole bending moment anchor bolt fabrication data, test
results and any other data that may be required to confirm that the
anchor bolts mat these specifications.
Miscellaneous Hardware:
All hardware (bolts rats, screws. washers etc.) needed
to complete the installation shall be stainless steel.
I.D. (Identification for poles):
The contractor shall supply and h=H a combination of
4- digits and one letter on each pole, whether individual htmimire
or signal pole with ltnninair. Tie letter and numbers combination I
shall be mounted at the 15 foot level on the pole facirat atxhroatihing
traffie Legends shall be sealed with transparent film resistant to
dos weather and ultraviolet exposure. The decal markers shall be
3 inch square with gothic gold white reflecxorized 2 inch legend on
a black background. The I.D. number will be assigned to each
pole at the end of the contract or project by the Citv traffic
engineering office.
Cost for the decals shall be considered incidental to the
contract bid.
LjOn standards shall be spun ahhmarum davit style and shall
_meet the pole detail requirements indicated below and the detail
sheets at the end of these specification.
The pole shaft shall be provided with a 4' x 6' flush hand
hole near the base and a matching metal cover secured with
stainless steel screws or bolts.
The pole shall be adjusted for plumb after all needed
equipment has been installed thereon After pole is installed and i
plurnbod nuts shall be tightened on anchor bolts using proper sized
sockets open end or box wrenches. Use of pliers, pipe wrenches,
or other tools that can damage galvanizing will not be permitted -1
Tools shall be of sufficient size to achieve adequate torquing of the
nuts the space between the concrete foundation and the bottom of
the pole base plate shall be filled with a dry pack mortar grout and
Page -SP-44
Revision Dote. May 19, 1997
1 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical
1
J
r
1
L7-
fl
!rl
Cl
t
trowled to a smooth finish conforming to the contour of the pole_
base plate.
Dry pack mortar grout shall consist of a 1:3 mixture of
portland cement and fine sand with just enough water so that the
mixture will stick together on being molded into a ball by hand,
and will not exude moisture when so pressed. A one half inch
drain hole shall be left in the bottom of the grout pad as shown on
the standard detail.
SECTION 8- 20.3(14) IS SUPPLEMENTED BE ADDING THE
FOLLOWING:
8- 20.3(14) Signal SystetnsSRC)
All signal conductors shall be stranded copper and shall have
600 volt insulation and be of the sizes noted on the plans. All
multi- conductors used for the signal system shall conform to
division 9.29.3 and shall be of the sizes noted on the signal wiring
schedule and wiring diagram. All stranded wires terminated at a
terminal block shall have an open end, crimp style soderless
terminal connector, and all solid wires terminated at a terminal
block shall have an open end soldered terminal connector. All
terminals shall be installed with a tool designed for the installation
of the correct type of connector and crimping with pliers, wire
cutters etc. , will not be allowed. All wiring inside the controller
cabinet shall be trimmed and cabled together to make a meat, clean
appearing installation. No splicing of any traffic signal conductor
shall be permitted unless otherwise indicated on the plans. All
conductor runs shall be attached to appropriate signal terminal
boards with pressure type binding posts. The only exceptions shall
be the splices for detector loops at the nearest junction box to the
loops.
SECTION 8- 20.3(14)! IS SUPPLEMENTED BY ADDING THE
FOLLOWING (RC7
8- 20.3(14)C Induction Loop Vehicle Detectors_ Q
11. Splices to loop return cables shall be made with soldered
compression type connectors.
SECTION 8- 20.3(14)D IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
8- 20.3(14)D Test forInduction Loops and Lead -in
Cable ( C)
The Contractor shall keep records of field testing and shall
furnish the engineer with a copy of the results.
SECTION 820.3(14)E IS REVISED AND SUPPLEMENTED
AS FOLLOWS.
8- 20.3(14)E Signal Standards C
3. Disconnect connectors complete with pole and bracket
cable shall be installed in any signal standard supporting a
luminaire.
4- No be 11044,
a Sept datoctort.
14 The signal standard and its fabrication shall conform with
all current Washington State Department of Transportation Signal
Standard Specifications and current pre- approved plans by
WSDOT.
15 Installation of all nuts and bolts shall be performed with
proper sized sockets open end or box wrenches. Use of pipe
wrenches or other tools which can damage the galvanization of the
nuts and bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve
adequate torquing of the nut(s).
SECTION 8- 20.3(14)F IS AN ADDED NEW SECTION:
8- 20.3(14)F Opticorn Priority Control Systems %Q
All new Opticom Priority System components shall be 500
Series, or approved equal. The Contractor shall supply one copy
of the manufacturer's software on original disks. Controller
cabinets shall have the 562 harness wired into the cabinet by the
supplier.
SECTION 8- 20.3(13) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
8- 20.3(15) Grout (RC)
After the Dole is Dlumbed the space between the concrete
foundation and the bottom of the pole base plate shall be filled with
a dry pack mortar grout trawled to a smooth finish conforming to
the contour of the pole base plate. Dry pack mortar grout shall
consist of a 1:3 mixture of Portland cement and fine sand with lust
enough water so that the mixture will stick together on being
molded into a ball by hand and will not exude moisture when so
oressed. A one half inch drain hole shall be left in the bottom of
the grout pad as shown on the standard detail.
SEC77ON 820.4 IS REVISED AND SUPHSAIENT'ED AS
FOLLOWS:
8-20.4 Measurement C
When shown as lump sum in the Plans or in the proposal as
illumination system _, traffic signal stem
_ no specific unit of measurement
will apply, but measurement will be for the sum total of all items
for a complete system to be furnished and installed.
Conduit of the kind and diameter specified in the Schedule of
Prices will be measured by the linear foot for the actual neat line
length in place, unless the conduit is eluded in an illumination
system, signal system, or other type of electrical system lump sum
bid item.
Measurement for unit price items shall be as described in
Section 8 -20.5 or as described in the contract schedule of prices
and/or special provisions.
SEC770N 820.5 IS SUPPLEMENTED AND REVISED AS
FOLLOWS.
8-20.5 Payment�R 2
Payment will be made for each of the following bid items that
are included in the proposal:
"Ilhrnination System ",`hump sum.
"Traffic Signal ystem ", hump
jglop FA
sum.
The lump sum cotmact price for "Illumination System
and "Traffic Signal ystem aced
_" shall be full pry for furnishing
all labor, materials, tools. and equipment necessary for the
construction of the complete electrical system, modifying existing
systems, or both. as shown in the Planet and herein specified
including excavation, backfnlling, concrete foundations, conduit,
wiring, restoring facilities destroyed or damaged during
construction, salvaging existing materials, and for making all
required tests. All additional materials and labor, not shown in the
plans or called for herein and which are required to complete the
electrical system, shall be included in the hrmp sum contract price.
D;-m " shftll be full Pay for. &FAi6hing all Pipe, pipe Goongligarr
Page -SP-45
Revision Date: May 19, 1997
8-20 Illumination, Traffic Si,
and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical
� Pei), ;*am, of A-11 be-inGkWed in the lump sum P;9GO fe;
symem Shown
All costs for installing conduit containing both signal and
illumination wiring shall be included in the contract prices for the
signal system.
All costs for installing junction boxes containing both
ilhunination and signal wiring shall be included in the contract
prices for the signal system.
The unit prices for the items listed below shall be full
compensation for furnishing and installing each item and for all
labor, materials, tools, equipment and testing necessary and/or
incidental for the full and complete installation as per the con tract
plans, detail sheets and these specifications.
"Trench and Backfill......... wide by........." deep, ' per
linear foot.
The unit contract price for (3) "Trench and Backfill' per
linear foot shall be full compensation for excavating, loading,
hauling and otherwise disposing of the waste materials, for
backfilling and compacting backfill material to specified density
and for the restoration of the trench to its pre - existing condition or
as shown on the plans or as directed by the Engineer all in
accordance with the plans, specifications and detail sheets.
"Select Trench BackfiU," per ton. (4)'Select Trench Backfill'
shall consist of 5/8' minus crushed surfacing top course and the
unit per ton price shall include all costs associated with furnishing
and installing the material and loading, hauling and disposing of
waste materials.
"........Foundation, ......... per each.'
'Type .... Junction box,' per each. ;
"The unit per each price for (5) "Foundation" and (6) "Junction
Box" shall be full compensation for full and complete installation
per the plans, specifications and detail sheets including enclosing
each item in a finished concrete pad which shall be incidental
unless a separate pay item is included in the Schedule of Prices for
"Concrete Pad."
"Concrete Pad," per square yard.
Measurement for (?)'Concrete Pad' shall be by the square
yard of surface area enclosed inclusive of and not subtracting for
the area of the iunaion box or foundation enclosed and shall be full
compensation for full and complete installation as per the plans,
specifications and detail sheets.
... � .." Schedule 40 Conduit, P.V.C." per linear foot.*
Schedule 80 conduit, P.V.C., ' per linear foot.
' The unit contract price for conduit shall include all conduit,
couplings, adapters, elbows, bends, reducers, bell ends, bushings
and any other material, labor or equipment necessary to complete
the installation of the conduit. Measurement shall be by linear foot
from end of conduit to end of conduit as measured from the top of
grade along the middle of the trench line and adding a vertical
measurement at the end of each conduit ram equal to the design
depth of the trench. No payment shall be made for additional
conduit used by the contractor due to horizontal or vertical weaving
of the conduit within the trench line.
"Street Light Standard ......... per each.
........ watt ... Luminaire and lamp,' per each.
........ watt ... Luminaire and lamp with pbotocell," per each.
" ...... AWG .... copper wire," per linear foot.
"Service cabinet, ' per each.
The unit per each price for (14)'Service cabinet' shall be full
compensation for furnishing and installing the fully equipped
cabinet and for risers, standoffs and any other materials, labor or
costs associated with providing electrical service as required by the
electrical utility, the contract plans, details and specifications and
not included as separate pay items in the contract schedule of
rp ices.
........Signal head......," per each.
".......Signal head mounting hardware," per lump sum.
The lump sum price for (16)'....Signal head mounting
hardware' shall be full compensation for .supplying and installing
all traffic or pedestrian signal head mounting hardware in
conformance with the plans, specifications and detail sheets.
"Pole mounted terminal box .... 'x... "x..." and mounting
hardware," per each.
'2/c shld loop return cable,' per linear foot.
"3 1C shid pre - emption cable, *per linear foot.
. -pair shld interconnect cable,' per linear foot.
'Traffic signal controller and cabinet,' per each.
The tacit contract price for 'Traffic Signal Controller and
Cabinet' shall be full compensation for furnishing and installing a
fully equipped, wired and operational controller and cabinet.
'Traffic signal win," per lump storm.
'Signal standard, Type..., with ... -foot mast arm,' per each.
"Induction loop vehicle detector.' per linear foot.
The unit linear foot contract price for (24) "Jnductim loop
vehicle detector' shall be measured by the linear feet of NU depth
sawcut required for installation. The unit price shall be full
compensation for full and complete installation including wire,
sealant and all other labor, materials, tools and equipment required
to complete the installation in accordance with the plans,
specifications and detail sheets. The unit price shall also include
providing and installing conduit stub -outs and soldered splices,
splices to loop return cables unless separate pay items are included
in the contract schedule of prices for these other items. Sawcuming
shall be considered incidental to the loop installation whether or not
there is a separate pay item in the contract for sawcuttinit.
Measurement for a standard 6' x 6' induction loop shall be 28
linear feet. Sawcutting for loop 'Home runs' shall be done such as
to minimize the total linear feet of sawcutting required by nutans of
proper locating of loop return "Stub -out ", by direct routine of
"home runs' and by combining up to 4 pairs of loop wires in a
single 'home run" sawcut. Loop and 'Home Run' layout shall be
approved by the Engineer before sawcutting takes place.
'.......Splice kit.' per each.
"Emergency Vehicle pmememption detector,' per each.
"Opticom discriminator card," per each.
'Detector ang)lifier,' per each.
"Street light fuse kit,' per each.
'Pedestrian push button with sign, " per each.
"Pedestrian push button post," per each.
"Pedestrian signal pole, Type I. 10- feet," per each.
'Relocate existing ....... pole,' per each.
The unit per each price for 'relocate existing ....pole' shall be
full compensation for removing the pole from its existing
foundation removing and salvaging or re- installing existing
equipment plugging holes as required and installing the pole on its
new foundation and shall include all labor, tools, materials,
equipment and any other costs necessary and/or incidental to
complete the installation and make the electrical equipment
operational all in accordance with the plans, specifications and
detail sheets.
"Remove existing ....... Foundation, " per each.
Page4P -46
Revision Date. May 19, 1997
1 8-22 Pavement Marking 8-22 Pavement Marking
1
r,
1
M
t
The unit per each price for 'Remove existing foundation"
shall be full compensation for full and complete removal and
hauling and disposal of the foundation.
8-22 Pavement Marlang
SECTION 8 -22.1 IS REVISED AS FOLLOWS:
8-22.1 Description (RQ
Skip Center Stripe
A BROKEN YELLOW line 4 inches wide. The broken
or " skip" pattern shall be based on a404eet 24 -foot unit consisting
of a- W-foot 9 -foot line and a-304D" 15 -foot gap. Skip center
stripe is used as center line delineation on two lane or three lane,
two way highways.
Double Yellow Center Stripe
Two SOLID YELLOW lines, each 4 inches wide,
separated by a 4- inches -iacb space. Double yellow center stripe
is used as center line delineation on multilane, two way highways
and for channelization.
Gera- StApeApproach Stripe
A SOLID WHITE line, 8 inches wide, used as A*9 nay
to delineate turn lanes
from through lams, for traffic islands, and for hash marks. Hash
mark stripes shall be placed on 45 degree angle and 10 =feet
apart.
Lane Stripe
A BROKEN WHITE line, 4 inches wide, used to
delineate adjacent lanes travelling in the same direction. The
broken or " skip' pattern shall be based on a- 40 -UoQ4 -foot unit
consisting of a 404eet 9 -foot line and a.30. wt 15 -foot gap.
Drop Lane Stripe(Skip Approach Line)
A BROKEN WHITE line, 8 inches wide, used to
delineate a lane that ends- aA- eg .rtp. The broken or "skip"
pattern shall be based on a 2444 -foot unit consisting of a 93 -foot
line and a 1542 -foot gap.
I+io- RastrSth ipa
Ag
42
cam-
gap-
Two Way Left Turn Stripe
A SOLID YELLOW line, 4 inches wide, with a
BROKEN YELLOW line, 4 inches wide, separated by a 4 -inch
space. The broken or "skip" pattern shall be based on a-404" 24-
foot unit consisting of a- 10-foet 9 -foot line and a-304" IS --foot
space. The solid line shall be installed to the right of the broken
line in the direction of travel.
Crosswalk Stripe
A SOLID WHITE line, --= 8 inches wide and 10 -feet
long, installed parallel to another crosswalk stripe- vAtih- a- 649ei
and
parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet..
Stop Bar
A SOLID WHITE line.-U_12,_ 18 or 24 inches wide
valece as noted shiner- m4w -in on the Contract plans.
Traffic Iou"ixgend
A WHITE marking
pwpoaianusmg alphabetical letters..
big#t.See contract plans and detail sheets.
SECTION 8- 223(5) IS REVISED AS FOLLOWS:
8- 22.30 Tolerances for Line. Stripes (RQ
Length of Stripe: The longitudinal accumulative error
within a- 404eet 24 -foot length of skip stripe shall not exceed plus
or minus 1 inch.
SECTION 8-22.30 IS REVISED AS FOLLOWS:
8- 22.30 Installation Instructions (1tQ
Installation instructions for plastic markings shall be provided
for both the Contractor and the .Engineer. All materials shall be
installed according to the. manufacturer's recommendationsand -a
wave
SECTION 8- 22.3(7) IS A NEW SECTION.
8- 22.3(7) Removal of Traffic Markers (RQ
The work to remove all old or conflicting stripes, lines,
buttons, or markers as rewired to complete the chamhelization of
the proiect as shown on the plans or detail sheets shall be
considered incidental to other contract pay items and no further
compensation shall be made unless a separate vav item or items are
provided for such removal.
SECTION 8 -22.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8-22.4 Measurement (RQ (SA)
The measurement will be based on the travel distance- aRuirad
Qf a marking system capable...
Gom&proach st ripe, barrier stripe, crosswalk stripe, and
stop bar will be measured by the linear foot of each marking type.
Traffic arrows will be treasured by the unit with each arrow
head defined as a unit.
Traffic Seus sly, handicapped parking stall symbols,
preferential lane symbols, railroad crossing symbols, drainage
markings, and cycle detector symbols will be measured by the unit.
Measurement for pamt/plastic stripe line removed shall be by
the linear foot of ' .... ' wide line or shall be included in the lump
sum price for 'remove existing traffic markings' unless specified
to be paid as a separate pay item. If not specified as a separate pay
item, then removal of existing traffic markings shall be considered
incidental to the payment for other items of work and to Earth-[
compensation shall be trade.
SECTION 8-22. S IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8-22.5 Payment (RQ
"Painted G*"Approach Stripe ", per linear foot.
"Painted Traffic LorwI egend", per each.
"Plastic Traffic Lettscixgend ", per each.
"Remove Paint Line ...... wide,' per linear foot.*
Page -SP-47
Revision Date: May 19, 1997
8-23 Temporary Pavement Markings
'Remove Plastic Line ......' Wide,' per linear foot.'
'Remove existing traffic markings, 'per lump sum.'
" The linear foot contract price for "Remove Paint Line' and
-Remove Plastic Line' and the lump stun contract price for
"Remove existing traffic markings' shall be full compensation for
removal of existing traffic markings as per the plans, specifications
and detail sheets If these pay items do not appear in the contract
schedule of prices titer the removal of old or conflicting traffic
markings required to complete the channelization of the project as
shown on the plans or detail sheets shall be considered incidental to
other items in the contract and no furdw compensation shall be
made.
The unit contract prices for the above listed bid items shall be
-- full pay for furnishing all labor, tools material, and equipment
- necessary for the completion of the work as specified.
b-2s l emporary Pavement Mar
8-23 Temporary Pavement Markings
SEcrroN 8-23.5 IS SUPPLEMENTED W1TH 3
FOLLOWING:
8-23.5 Payment (RC)
If no pay item is included in the contract for installation
removal of temporary pavement markings then A costs assodF
with these items are considered incidental to other items in
contract or included under 'Traffic Control," if that it
included as a bid item.
Page -SP-48
Revision Date. May 19, 1997
1 9-00 Definitions and Tests 9-02 Bituminous Materials
�7
N
1
r
n
LJ
t
1
u
n
Cl
Division 9
Materials
9 -00 Definitions and Tests
SECHON 9-00 IS SUPPLEMENTED BY -ADDING THE
FOLLOWING:
9 -00(A) Recycled Materials (RC)
The City encourages the use of recycled materials whenever
practicable, provided that those materials meet or exceed all
applicable requirements described elsewhere in the contract
specifications. Should recycled materials be utilized, the City
requires that a Recycled Product Retorting Form be completed by
the Contractor.
9 -02 Bituminous Materials
9-02.1 Asphalt Material, General
SECHON 9- 02.1(10) IS A NEW SEMON:
9-02.1(10) Loop Sealant (RO
Unless specified otherwise in the contract or permitted by the
Engineer upon request from the contractor, loop sealant shall be
hot -melt, rubberized asphalt sealant (Crafco Loop Detector Sealant
or approved equal), shall meet the penetration, flow and resilience
specifications of ASTM D3407 and shall be installed with an
approved applicator in conformance with manufacturer's
recommendations.
The contractor shall request and obtain approval from the
Engineer for the bw of loop sealant to be used before installing
detector loops and shall submit manufacturer cutsimets or other
data if requested by the Engineer in order to enable the Engineer to
determine the acceptability of the sealant. All loop sealant shall
only be installed in thoroughly clean and dry pavement and shall be
applied in conformance with the methods required as to
temperature and means of application such as to completely fill the
sawcut area, encapsulate the loop wires and adhere to the
pavement.
9-03 Aggregates
SEC77ON 9-03.8(6)A IS REVISED AS FOLLOWS:
9- 03.8(6)A Basis of Acceptance (RC)
1. Asphalt Concrete will be accepted based on its
conformance to the project job mix formula RAF). lei 4he
BAR-ROOF, IFOPmrsausive gamples -" the -'am agsFesaws $040
used alang with the SFadation data showing " SSQG4;18 Wang"
No
material for payment may be produced for use on a proiect until the
job mix formula has been approved by the engineer. The mixture
shall be designed to meet the test criteria listed in Section 9-03.8(2)
and remain within the limits set forth in 9-03.80. The
determination of the job mix formula shall be the responsibility of
the Contractor.
The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
pavement placed during a working shift shall conform to a single
job mix formula established for the class of asphalt concrete
specified unless there is a need to make an adjustment coin the
JMF.
The JMF shall be submitted in writing by the Contractor to
the Engineer at least 10 days prior to the start of paving operations
and shall include as a minimum:
a. Percent passing each sieve size.
b. Percent of asphalt cement.
c. Asphalt grade.
d. Mixing temperature.
e. Compaction temperature.
f. Anti -strip agent content.
The Contractor may not mate anv chants to the JMF without
prior written approval of the Engineer. Should a change in sources
of materials be made, a new JMF must be approved by the
Engineer before the new material is used.
sions, sball be die AM AM, change 9;
,AUCLM�U1 ^Z peFcsmagm on -Ay con6sitmew at the 1ALP "4
9WW Alm-
23. Job Mix Formula Tolerances Wad.,Adjumpents.
a. After the JMF is
determined, the several constituents of the mixture at the time of
acceptance shall conform to the following tolerances:
Constituent of Mixture Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits specified
in Section 9.03.80.
Aggregate passing 1', Broad band specification
3/4 5/g', 1/2 ", and limits Section 9-03.8(6).
3/8. sieves
Aggregate passing 1/4' sieve f 6%
Aggregate passing No. 10 sieve t 5%
Aggregate passing No. 40 sieve t 4%
Aggregate passing No. 200 sieve t2% Note
Asphalt cement t0.5%Note2
For open graded mix: Tolerance limits shall be for aggregate
gradation only and shall be as specified in Section 9- 03.8(6).
Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt
Pavement), 2.5% for 50% RAP or more.
Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20%
RAP, but less than 50% RAP, 1.0% for 50% RAP or greater.
These tolerance limits constitute the allowable limits used in
Section 5- 04.3(8)A to determine acceptance.
; 06 q(t).
Page -SP-49
Revision Date: May 19, 1997
QJIA rniwf ..A 9-row4 Q.H.. Mafori9tt
9-04 Joint and Crack Sealing Materials
SECTION 9 -04.11 IS A NEW SECTION
9 -04.11 Butyl Rubber (SA)
Butyl rubber shall conform to ASTM D2000, M I BG 610.
9 -05 Drainage Structures, Culverts, and
Conduits
SECTION 9-05.4 IS REVISED AS FOLLOWS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Steel culvert pipe and pipe arch shall meet the requirements of
AASHTO M 36, Type I and Type H. Welded seam aluminum
coated (aluminized) ._corrugated steel pipe and pipe arch with
metallized coating applied inside and out following welding is
acceptable and shall be asphalt treatment coated.
SEC77ON 9-05.7(2)4S DELETED AND REPLACED BY THE
FOLLO.WNG.
9- 05.7(2) Reinforced Concrete Storm Sewer Pipe
ac-1
Reinforced Concrete Storm Sewer pipe shall conform to the
requirements of ASTM C -76 and shall be Class IV. Cement used
in the manufacture of reinforced concrete pipe shall be Type 19 in
conformance with ASTM C150. No admixture shall be used unless
otherwise specified.
SECTION 9- 05.7(2).4 IS SUPPLEMENTED BY THE
FOLLOWING.
9- 05.7(2)A Basis for Acceptance (RC)
All Dime shall be subiect to (1) a three - edge - bearing strength
(D -load) test in accordance with ASTM C76; and (2) a hydrostatic
test of rubber gasket joints in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi.
9-US Drainage btructures, k.utverts, anu %.onuuus
SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE
FOLLOWING:
9-05.7(3) Concrete Storm Sewer Pipe Joints
Joint assembly design shall be reinforced concrete bell and
spigot type incorporating a fully retained single rubber gasket in
accordance with ASTM C361 or AWWA _C302. Rubber gasket
material shall be neoprene.
SEC77ON 9-05.7(4) IS SUPPLEMENTED BY THE
FOLLOWING:
9 -05.7(4) Testing Concrete Storm Sewer Pipe Joints
C
Hydrostatic testing of rubber gasket ioints shall be Performed
in accordance with ASTM C361 or AWWA C302 except test
pressure shall be 5 psi.
SECTION 945.9 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
sbs.spoci#"+radons•
The manufacturer of spiral rib storm sewer pipe shall furnish
the Engineer a Manufacturer's Certificate of Compliance stating
that the materials furnished comply in all respects with these
Specifications. The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State.
Unless otherwise specified, spiral rib storm sewer pipe shall
be furnished with pipe ends cut perpendicular to the longitudinal
axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or
a continuous helical welded seam paralleling the nib.
jointed with couliling b
Steel spiral rib storm sewer pipe shall be manufactured of
metallic coated (aluminized or galvanized) corrugated steel and
inspected in conformance with Section 9 -05.4. The size, coating,
and metal shall be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project
outwardly from the smooth pipe wall and shall be fabricated from a
single thickness of material. The nibs shall be essentially
rectangular and shall be 3/4 inch plus two times the wall thickness
(20 plus or minus 1/8 inch (measured outside to outside) and a
minimum of 0.95 inch high (measured as the minimum venial
distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib). The maximum
spacing of the ribs shall be 11.75 inches center to center (measured
normal to the direction of the ribs). The radius of bend of the
metal at the corners of the ribs shall be a minimum of 0.10 inch
and a maximum of 0.17 inch. If the sheet between adjacent ribs
does not contain a lockseam, a stiffener shall be included midway
Page -SP -SO
Revision Date. May 19, 1997
C
5-
n
t
1
1
1
n-
9-06 Structural Steel and Related Materials
between ribs having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be
fabricated with ends that can be effectively iointed with coupling
bands.
When required spiral rib or narrow pitch spiral rib pipe shall
be bituminous treated or paved. The bituminous treatment for
spiral rib pipe shall conform to the requirements of Sections 9-
05.4(3) and 9-05.4(4)
For narrow pitch spiral rib sewer pipe the helical ribs shall
proiect outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be .375 inch —
1/8 inch wide (measured outside to outside) and a minimum of
4375 inch high (measured as the minimum vertical distance of ribs
shall be 480 incites seiner to center (measured normal to the
direction of the ribs) The radius of bend of the metal at the
coopers of the ribs shall be 0.0625 inch with an allowable tolerance
of—' 10 percent.
SECTION 9- 05.12(3) IS A NEW ADDITIONAL SECTION:
9-05.12(3) CPEP Sewer Pipe (RC)
CPEP - Smooth interior pipe and fittings shall be
manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111 Category 4 or 5,
Grade P33 or P34 Class C per ASTM D1248. In addition, the
pipe shall comply with all material and stiffness requirements of
AASHTO M294.
SEMON 9-05.14 IS DELETED:
SECTION 9 -05.17 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
9-05.17 Ahtntinttm Spiral Rib Storm Sewer Pipe
Unless otherwise specified, spiral rib storm sewer pipe shall
be furnished with pipe ends cut perpendicular to the longitudinal
axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated by using a continuous helical lock seam with a seam
8_et•
Mglfaam to -a- at die fallow-mo configuntiam;
caatac.
For spiral rib storm sewer -pipe helical nibs shall project
outwardly from the smooth pipe wall and shall be fabricated from a
single thickness of material The ribs shall be 3/4 inch wide by 3/4
inch deep with a nominal spacing of 7 -1/2 inches center to center.
Pipe shall be fabricated with ends that can be effectively jointed
with coupling bands.
For narrow pitch spiral rib storm sewer pipe helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 0.375 itch +
9 -08 Paints
1/8 inch wide (measured outside to outside) and a minimum
spacing of ribs shall be 4.80 inches center to center (measured
normal to the direction of the ribs). The radius of bend of the
metal at the corners of the ribs shall be 0.0625 itch with an
allowable tolerance of + 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a sin le thickness of material. The nibs shall be 3/4 inch +
1 A inch wide (measured outside to outside) and a minimum of 0.95
inch high (measured as the minimum vertical distance from the
outside of pipe wall to top surface of the rib). The maximum
spacing of ribs shall be 11,75 inches center to center (measured
normal to the direction of the ribs). The radius of bend of the
metal at the corners of the ribs shall be 0.0625 inch with an
allowable tolerance of + 10 percent.
9 -06 Structural Steel and Related Materials
9-06.5 Bolts
SEC7IONS- 06.5(4) HAS BEENSUPPLEMENTED BYADDING.
9- 06.5(4) ' Anchor Bolts (RC)
All anchor bolts rafts washers and anchor plates for signal
poles street light poles strain poles or other types of poles shall
meet the recornmended specifications of the pole manufacturer.
The Contractor shall be responsible for providing to the Engineer
any and all data concerning fabrication strength test results, mill
certification and other data required to confirm that the anchor
bolts meet those specifications.
The following standard specifications shall apply to anchor
bolts for street light signal and strain poles provided that the
Contractor can submit documentation from the rnanufacttmr
affirming that anchor bolts mating these specifications are
recommended for the pole to be installed thereon:
1 The standard anchor bolt for alumiratm street light poles
shall be 42 inches in length and shall meet the reguimments of
ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall
be a full one inch in diameter with a hot forged four inch "L' _bend
on the bottom end and a minimum of six inches of die-cut threads
on the top end.
2 The anchor bolts for signal poles and strain poles shall
meet the specifications as designated on the approved
manufacturer's pole plain and/or supplemenW plans or
specifications provided by the manufacturer.
All anchor bolts nuts and washers shall meet the pole
manufacturer's specifications and shall be hot dipped galvanized
unless such galvanization is not pernutted for the type of steel as
per Section 9- 06.5(4).
9 -08 Paints
SECTION 9 -08.8 IS A NEW SECTION:
9-08.8 Manhole Coating System Products (RC)
9-08.8(1) Coating System Specification (RC)
The following coating system specifications shall be used for
coating (sealing) interior concrete (including the channel) tali rface!
of sanitary sewer manholes when required.
Page-SP-51
Revision Date: May 19, 1997
9 -23 Concrete Curing Materials and Admixtures
Coating System Specification
A. General
1. Buried Manhole
Surface Color Paint System
a. Buried, and White C -1
exposed
concrete
surfaces.
9- 08.8(2) Coating Systems
A. High Solids Urethane
. _ Coating System:
Coating Material:
Surfaces:
Surface Preparation:
Application:
System Thickness:
Coatings:
C1
High Solids Urethane
Concrete
In accordance with SSPC SP -7
(Sweep or brush off blast)
Shop/Field The drying time
between coats shall not exceed
24hours in any case
6.0 mils dry film
Primer: One coat of Wasser
MC- Conseal high solids
ureUtaee .0 D Finish:
Two or more coats of Wasser
MC- Consal (min. 4.0 DF'I)
9 -23 Concrete Curing Materials and
Admixtures
SECTION 9 -23.9 IS REVISED AS FOLLOWS:
9-23.9 Fly Ash (RC)
Fly ash shall not be used around water limes.
9 -29 Illumination, Signals, Electrical
SEC77ON 9 -29.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.1 Conduit. fRC)
The conduit P.V.C. - non - metallic shall be of the two
indicated below:
1. Schedule 80 Extra heavy wall P.V.C. conforming to
ASTM, Standards, to be used in all installations under roadways.
2. Schedule 40 heavy wall P.V.C. conforming to ASTM
Standards.
SECTION 9 -29.2 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.2 Junction Boxes (RC)
Junction boxes shall be reinforced concrete with galvanized
steel from anchored in place and galvanized steel cover plate
(Diamond pattern) as indicated on detail sheets.
The inscriptions on the covers of the function boxes shall be as
follows-
1. Signal only: "Signals'
2. Street Lighting only: "lighting'
3. Traffic Signal and Street lighting Facilities: "TS -LT"
The above inscriptions shall not be higher than the top surface
of the cover plates.
y -ty ilium
SECTION 9-29.3 IS REVISED AND
FOLLOWS.
9 -29.3 Conductors, Cable (RC) 3
Each wire shall be numbered at each terminal end wn
wrap-around type numbering strip bearing the circuit nuir
shown on the plans.
No splicing of any traffic signal conductor shall be pe
unless otherwise indicated on the plans. All conductor runs s
be pulled to the appropriate si 1 terminal compartment
with pressure type bind[ina posts. The only exceptions shall
splices for detector loops at the nearest junction box to the 1
The contractor shall provide and install all the neees:
wiring, fuses and fittings; so as to complete the iactallation
signal and lighting equipment as shown on the plaits. All ma
and installation methods, except as noted otherwise herein. -
comply with applicable sections of the National Electrical Code.
8. Detector loop wire shall be No. 1244 AWG stm
copper wire. Class B, with chemically cross - linked polyetl
type RHH -RHW insulation of code thickness.
(11) SixpaiF -e ommunications cable shall meet F
specification PE -39 and shall have &4,pair:-No. 19 AWG
with 0.008 inch FPA/MPR coated aluminum shielding. Iliejg
shall have a petroleum compound completely filling the insid,
the cable.
The shielded communications /signal interconnect cabitil
meet the following:
1. Conductors: Solid, soft drawn, annealed copper, size
awg.
2. Insulation: solid, virgin high density poIYLM 1-1
polypropylene, with telephone industry color coding.
3. Cable core assembly: insulated conductors are twi
into pairs with varying lays twist len to minimize cLoV
and meet strict capacitance limits.
4. Shielding: A corrosion/oxidation resistant tinted eal
copolymer coated (both sides) .008" thick corrugated alumi
tape shield is applied longitudinally with shielding coverer
.005 corrugated tape applied in the same man= is acceptabl
5. Outer iacket: A black, low density high molecular we
virgin polyethylene lided to withstand sun1:
temperature variations and other environmental condition.
abuse during installation is extruded overall to
continuous covering.
6. Footage markings: footage markings must be ri
sequentially a minimum of 2' along the outer iacket.
7. Filling: the entire cable within the outer iacket is fl
with petroleum- polyethylene gel filling compound including
area between the outer jacket and the shield.
SECTION 9 -29.9 IS SUPPLEMENTED BY ADDING
FOLLOWING:
9 -29.9 Ballast, Transformers (RC)
The Ballast shall be ore -wired to the lama socket and to
board.
SECT70N A29.10 IS SUPPLEMENTED BY ADDING 1
FOLLOWING:
9 -29.10 Luminaires (RC)
The filter shall be charcoal with elast-omer gasket.
Luminaires shall have a cast aluminum housing of the T
head style with a glass ovate refractor.
I
Page -SP -52
Revision Dote: May 19, 1997
1 9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical
C
1
u
it
1
n
The manufacturer's name or symbol shall be clearly marked
on each luminaire.
9 -29.11 Control Equipment
SECTION 9- 29.11(2) IS DELETED AND REPLACED WITH.
9- 29.11(2) Photoelectric Controls (RC)
Photoelectric controls shall be a plug -in device, rated to
operate on 120 volts, 60 Hz. The unit shall consist of alight
sensitive element cottnemed to necessary control relays. The unit
shall be so designed that a failure of any electronic component will
energize the lighting circuit.
The photo cell shall be a solid state device with stable turn -on
values in the temperature range of -55 degrees C to +70 degrees
C. The photo cell shall be mounted externally on top of the
htminaire. In a contactor controlled system, the photo cell to
control the system shall be mounted on the htminaire nearest to the
service/contactor cabinet. The photo cell shall be capable of
switching 'ON' 1,000 watts of incandescent load as a minimum.
SECTION 9 -29.13 IS SUPPLEMENTED BY ADDING 771E
FOLLOWING.
9 -29.13 Traffic Signal Controllers (RC)
The unit shall operate on 120 volt, 60 cycle, single phase
alternating current and shall use the power line frequency as a time
base. The traffic signal controller shall meet the requirements of
the National Electrical Manufacntrers Association (NEMA)
Standard Publications.
Components such as resistors, capacitors, diodes and
transistors shall be individually replaceable utilizing approved
standard soldering techniques. Intergrated circuits shall be
mounted in sockets and shall be easily replaceable without
soldering. All components shall be standard 'Off the shelf" items,
The traffic signal controller shall be capable of interfacing
with the Multisonic real time, master computer. The controller
shall be capable of both on -line operation (control by the multisonic
master computer) and standby operation. The controller shall
establish the sequence of signal phases, including overlaps, in
conformance with the signal phasing diagram on the plant. When
operating either in a fixed titter mode or in a filly - actuated mode
with volume density on each phase as required. All clearance
timing and pedestrian timing shall be accomplished at the local
intersection.
SEC77ON 9- 29.13(2) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
9- 29.13(2) Flashing Operations (RC)
2. Police Panel Switch. When the flash- automatic switch
located behind the police panel door is turned to the flash position,
the signals shall immediately revert to flash; however, the
controller shall "STOP TIME." When the switch is placed on
automatic, the signals shall continue to flash for an additional
8 second flash period. At the completion of the continued 8 second
flash period, unless otherwise specified, the controller shall
immediately resume normal cyclic operations at the beginning of
artery get ely low.
4. Power Interruption. On "NEMA" controllers any power
interruption longer than 475 plus or minus 25 milliseconds, signals
shall re- energize consistent with No. 2 above to ensure an 8 second
flash period prior to the start of artery green. A power interruption
of less than 475 plus or minus 25 milliseconds shall not cause
resequencing of the controller and the signal displays shall
re- energize without change.
5. Conflict Monitor. Upon sensing conflicting signals or
unsatisfactory operation voltages, the conflict monitor shall
immediately cause the signal to revert to flash; however, the
controller shall stop time at the point of conflict. After the conflict
monitor has been reset, the controller shall immediately take
command of the signal displays at the beginning of artery
gsaaa ely low.
6. Flash unit shall be a two circuit type, capable of
switching loads up to 1000 watts per circuit alternately at a rate of
60 flashes Per minute Per circuit, alts or minus two flashes per
minute.
SECTION 9- 29.13(3) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
9- 29.13(3) Emergency Pre - emption (RC)
Immediately after a valid call has been received, the
pre - emption controls shall cause the signals to display the required
clearance intervals and subsequent pre-emption intervals.
Pre- emption shall sequence as noted in the contract. Pre-emption
equipment shall be installed so that internal wiring of the
controller, as normally furnished by the manufacturer, is not
pha"_
vehicle pre- emption shall be furnished as modules
that plug directly into a rack wired to accept 3 -M discriminator
type units. The pre - emption system operation shall be compatible
with the 500 Series 3M company 'opticom' system which the City
of Renton is currently using and shall be capable of being activated
by the same transmitters.
The optical signal discriminator system shall enable an
authorized vehicle to remotely control traffic control signals from a
distance of up to 1800 feet (0.54 kilometers) along an unobstructed
"line of sight" path. The system shall cause the traffic signals
controller to move into an appropriate fire pre- emption program.
this optical discriminator shall interface to the 562 software, for
field programmability. It shall consist of the following
components:
a. Optical energy detectors which shall be mounted on the
traffic signal mast arms and shall receive the optical energy
emitter's signal.
b. Discriminators which shall cause the signal controller to
go into internal pre- emption which will give the authorized vehicle
the right of way in the manner shown on the phase sequence
diagram.
c. Pre- emption Indicator Lights.
Optical Detector
a. Shall be of solid state construction.
b. Fittings shall meet the specifications of the system
manufacturer to facilitate ease of installation.
C. Shall operate over an ambient temperature range of -40°F
to +180OF (4_0°C to +85°C).
d. Shall have internal circuitry encapsulated in a semi -
flexible compound and shall be impervious to moisture.
e Shall respond to the optical energy impulses generated by
a pulsed Xenon source with a pulse energy density of 0.8 micro
joule per square meter at the detector, a rise time less than one
microsecond and half power point pulse width on not less than
thirty microseconds.
Page -SP -53
Revision Date: May 19, 1997
9 -29 Illumination.
Electrical
Discriminator
Each module shall do the following:
a. Shall provide for a minimum of two channels of optical
detector input.
b. Shall provide for a minimum of two discrete channels of
optically isolated output.
When a pre- emption detector detects an emergency vehicle,
the phase selector shall hold the controller in the required phase or
advance directly to that phase after observing all vehicle
clearances. The phase selector shall hold the controller in the
phase selected until the detector no longer detects the emergency
vehicle.
When the phase selector is responding to one detector, it shall
not respond to any other detector until calls from the first detector
are satisfied. Indicator lights shall indicate power on, signal being
received channel called. Switches shall control system power and
simulate detector calls for each phase.
SECTION 9- 29.13(1) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9- 29.13(4) Wiring Diagrams (RC)
The controller cabinet shall have a waterproof envelope with a
side access attached to the inside of the cabinet door. At the time
of delivery the envelope shall have four complete sets of schematics
and manuals for all assemblies and sub- assemblies.
SEC77ON 9- 29.130 IS SUPPLEMENTED BY ADDING TAE
FOLLOWING:
9- 29.130 Radio Interference Suppressors
A Cornell- Dubiler radio interference filter NF 10801 -1 30
amps or equivalent shall be used to filter the A.C. power.
Additionallv. all power supplies shall have noise immunity from
other devices within the cabinet.
SECTION 9- 29.13(7) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
9- 29.13M Traffic- Actuated Controllers (RC)
Traffic - actuated controllers shall be electronic devices which,
when connected to traffic detectors or other means of actuation, or
both, shall operate the electrical traffic signal system at one or
more intersections.
All solid -state electronic traffic - actuated controllers and their
supplemental devices shall employ digital timing methods.
The traffic signal control equipment, unless otherwise
permitted in the contract, must specifically conform to currant
NEMA ► specifications.
Actuated traffic signal controllers shall be 8 -phase control
units. Volume- density timing features shall be provided on all
controllers.
Eve;), pin of emer-Y COPASGSing plug Shall bw-usuized-"
y, and —4mancisalion of
LaberasoW iostisg..
9 -10 Illumination, aignais, k lectrical
upultaneously with Gibe; :iMiAB data
actaatiea.
All timing functions and input and output features for fully-
actuated, volume- density operation shall be provided in accordance
with NEMA standards.
The controller shall provide for sating each timing interval by
means of positively calibrated settings. The timing functions shall
be on the front of the controller unit or shall have keyboard entry
and liquid crystal display. For the standby operation, the traffic
signal controller shall include all circuitry required to provide all
timing and all functions for signal operation in a fully - actuated
mode. Standby operation shall automatically occur uVon opening
of interconnect lines failure of central master computer, or when
specified by the master. The standby operation shall follow and be
coincidental in phase to that phase being displayed at the start of
standby operation. Transfer from computer supervision shall not
call up a starting yellow.
SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9- 29.13()A Environmental, Performance and Test
Standards for Solid -State Traffic
Controllers (RC)
The traffic signal controller assemblies, including the traffic
signal controller, auxiliary control equipment and cabinet shall be
shop tested to the satisfaction of the Engineer. Testing and check -
out of all timiny circuits phasing and signal operation shall be at
the City of Renton Signal Shop, Renton, Washington. The Signal
Shop will make space available to the contractor for the required
test demonstrations. The contractor shall assemble the cabinet and
related signal control equipment ready for testing. A complete
denoastration by the contractor of all integrated components
satisfactorily functioning shall start the test period. Any
malfunction shall stop the test period until all parts are
satisfactorily operating. The test shall be extended until a
minimmn of 72 hours continuous satisfactory performance of the
entire integrated system has been demonstrated. The
demonstration by the contractor to the Engineer of all components
functioning properly shall not relieve the contractor of amf
responsibility relative to the proper functioning of all aforestated
control Sear when field installed.
SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
9- 29.13(7)B Auxiliary Equipment for Traffic Actuated
Controllers (RC)
112 29 46.
Page -SP -54
Revision Date: May 19, 1997
P
Ci
�7
ILI
r1l
1
IF
u
11
0
0
u
9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrica!
Power Switches
There shall be a main power switch inside the cabinet that
shall render all control equipment electrically dead when turned
off. There shall be a controller power switch that shall render the
controller and load switching devices electrically dead while
maintaining flashing operation for purposes of changing controllers
or load switching devices.
Stop Time Bypass Switch
There shall be a switch in the cabinet identified as the sto
time bypass switch. if the intersection is placed on flashing
operation either by the flash switch or the fail safe monitor, the
controller shall immediately stop time. The stop time bypass
switch shall remove stop time from the controller and permit
normal cvcline operation while the intersection remains in flashing
operation.
DETECTOR test switch
Each vehicle and pedestrian phase shall have a momentary
(spring return) detector test switch. When depressed, the switch
shall place a call on its respective signal phase.
The convenience outlet and lamp socket
A convenience outlet protected with a ground fault interrupter
and an incandescent lamp socket shall be furnished in the main
cabinet. A door switch for the lamp shall be provided. THIS
circuit shall be protected by a circuit breaker rated at 20 amps.
Fail Safe Unit
Fail safe unit shall meet the NFMA -PLUS specifications and
shall monitor both the positive and negative portions of the A.C.
sine wave for all green, amber and pedestrian walk indications.
The duration of a display of conflicting indications shall not be long
enough to be visible to motorists or pedestrians before the monitor
initiates flashing operation. There shall be a visual indication that
the monitor has preempted normal operation.
The fail safe monitor shall be Model SSM -12LE as
manufactured by Eberle Design Inc., or approved equal.
Surge Protector (Lighting Arrester)
The controller shall have an input voltage surge protector that
shall protect the controller input from any voltage surges that could
damage the controller or any of its components.
Field Wiring Terminal
There shall be a terminal strip for field wiring in the
controller cabinet. The terminals shall be numbered in accordance
with the schematic wiring diagram on the plats. If a different
numbering system is used for the cabinet wiring, then both
numbers shall label each terminal and the cabinet wiring schematic
drawing shall include the field wiring numbers where the terminal
strip is illustrated. A common bus bar with a minimum of 15
terminals and a ground bar with a minimum of 6 terminals shall be
provided.
Computer Interface Unit
Interface communication devices shall be designed as separate
units or as modules that plug directly into the controller case. The
communication devices shall be used for on-line computer control
of the intersection and shall be capable of transmitting all detector
and signal status information and receiving and decoding command
information from the computer all in conformance and within the
capability of the multisonic master computer unit and the
interconnect cables.
SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
9- 29.13(7)D Controller Cabinets (RC,§A
1. Construction shall be of 0.073 -inch minimum thickness
Type 304 stainless steel, 0.125 -inch minimum thickness chat:
aaadiaed - sheet aluminum, or cast aluminum. Cabinets shaU be
finished inside with an approved finish coat of exterior white
enamel and outside with an approved enamel finish, light gray or
aluminum in color. As an alternate to painting, the outside and
inside of the aluminum cabinets may be clear anodized aluminum.
5. The cabinet door shall be provided with:
a. A spring loaded construction core lock capable of
accepting a Best CX series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
shall have a three point latch.
b. A police panel door with a stainless steel hinge pin and
a lock. Two police keys with shafts a minimum of 13/4 inch long
shall be provided with each cabinet.
Inside the police panel there shall be a sioW on -off
switch which shall prohibit any signal display in the field but will
allow the control equipment to operate when placed in the 'off"
position. A second switch shall be the auto -flash switch. When
placed in the 'flash' position, controller tower shall retrain on and
controller shall stop time dependent on switch setting on the
auxiliary pastel described later.
C.
piece, Glared cell, neopane gaskat Cabinet doors shall be gasketed
with one piece, close cell neoprene. They shall be equipped with
some type of stops so the door may be held open in either of two-
positions at approximately 90 degrees and 180 degrees and be of
suitable design to withstand a 40 mph wind..
d. A two position door stop assembly.
e. The Controller cabinet shall have a load bay panel with at
least the following items mounted on the face of the pane): transfer
relays• load switches; and terminal blocks for termination of all
wires contained on a separate panel (the terminal block shall
conform to Washington Standard Specifications).
This load bay panel shall be mounted so that when the screws
are removed, it will be possible to obtain full access to the
terminations on the back of the load bay panel.
we 120
cantor-Mial so WWA PMbl*Gftt6__ "1" '19 16 -ad the
SECTION 9 -29.16 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9 -29.16 Vehicular Signal Heads (RC)
Vehicular sienal heads shall have 12 inch lens sizes unless
shown otherwise on the signal plans. Vehicular signal head
housings shall consist of separate sections and be expandable nm
for vertical mounting. Lens shall be glass and meet I.T.E.
Specifications for light output. Reflectors shall be alzac. Each
signal head shall have a 1/4 inch drain hole in its base.
Page -SP -S5
Revision Date. May 19, 1997
0-79 Illumination. Signals. Electrical 9-29 Illumination, brgnals, rAectncal
Vehicle signal heads shall be cast aluminum.
All signal heads shall include a back plate 5 inch square cut
border. Signal heads including outside of visors and back of back
plates shall be finished with two coats of factory - applied traffic
signal yellow baked enamel. The inside of the visors and front of
back plates shall be finished with two coats of factory - applied flat
black enamel.
Mounting hardware will provide for a rigid connection
between the signal head and mast arm. All mounting hardware
will be of the top - mount plumbizer type as shown on the standard
plans unless specified otherwise on the plans.
Position of the signal heads shall be located as close as
possible to the center of the lanes Signal heads shall be mounted
on the mast arm such that the red indicators lie in the same plane
and such that the bottom of the housing of a signal head shall not
be less than 16 feet 6 inches nor more than 18 feet 6 inches above
the grade at the center of the roadway. All bolts and other
miscellaneous mounting hardware shall be stainless steel.
SECTION 9- 29.16(2)A HAS BEEN REVISED AS FOLLOWS.
9- 29.16(2)A Optical Units (RC)
Eight inch conventional signals shall employ a 67 to 69 watt
traffic signal lamp rated for 130120 volt operation, 595 minimum
initial lumen, 665 rated initial lumen, 8,000 -hour minimum,
2 7/16 -inch light center length, A -21 bulb, medium base, clear
traffic signal lamp. Twelve inch traffic signal heads require
42013Qvolt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial lumen clear traffic signal lamps with a 3 -inch light center
length, 8,000 how minimum rated life, P -25 bulb and medium
base. Bulbs shall be installed with the opening between the filament
ends up.
SECTION 9- 29.16(2)B HAS BEEN REVISED AS FOLLOWS:
9- 29.16(2)B Signal Housing (RC)
Each lens shall be protected with a removable visor of
palycarbonats -plash alumimun of the tunnel type, unless specified
otherwise in the contract. Visors shall have attaching ears for
installation to the housing doors. Conventional signal heads shall
have square doors.
SECTION 9- 29.16(2)C HAS BEEN REVISED AS FOLLOWS.
9- 29.16(2)C Louvered Visors
Where noted in the Contract, louvered tunnel visors shall be
furnished and installed. Directional louvers shall be constructed to
have a snug fit in the signal visor. The outside cylinder shall be
constructed of alumi , and the louvers shall
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract.
SEC77ON 9- 29.16(2)D HAS BEEN DELETED AND
REPLACED WITH:
9- 29.16(2)D Back Plates (RC)
Back plates shall be furnished and attached to the signal
heads. Back plates shall be constructed of anodized, 3-S
half -hard aluminum sheet, 0.058 -inch minbnum thiclmess, with
5 -inch square cut border and painted black in front and yellow in
back.
9- 29.16(2)E Painting Signal Heads (RC)
Traffic signal heads, including outside of visors and back of
back plates, shall be finished with two coats of factory applied
traffic signal groan— ely low baked enamel. The inside of visors,
front of back plates, and louvers shall be finished with two coats of
flat black enamel.
SEC77ON 9- 29.16(3) (RC) IS DELETED.
(RC)
SECTION 9- 29.16(3)A (RC) IS DELETED.
(RQ I
SECTION 9- 29.16(3)B (RC)IS DELETED.
Heads (RCS
SECTION 9 -29.17 HAS BEEN REVISED AS FOLLOWS-
9-29.17 Signal Head Mounting Brackets and Fittings
(RC)
•„• for. T 11 a u ...... ..1, -11
nap Wed._All eths"mrdware for a hw4nounts shall be painted
with two coats of factory applied traffic signal Federal yellow
gnea baked enamel.
SECTION 9- 29.18(1) IS SUPPLEMENTED AND REVISED AS
FOLLOWS.
9- 29.18(1) Induction Loop Detectors (RC)
Detector amplifiers shall be Detector Systems model 810A or
equal-
Induction loop amplifiers installed with NEMA controls shall
conform to current NEMA specifications. AanplMsm ittcWled
464.
SECTION 9 -29.20 HAS BEEN REVISED AS FOLLOWS:
9 -29.20 Pedestrian Signal (RC)
Pedestrian signals shall be either fiber optic or
neon -grid type, or other tunes as specified in the contract.
pedestrian signals shall conform to TIE Standards (Standard for
Adjustable Face Pedestrian Signal Heads, 1975).
Ges"Pleng4h, A21
Symbol messages, when
specified, shall be a minimum of 12 inches high and 7 inches in
width.
Housings shall be die -cast shnninum and shall be painted with
two coats of factory applied traffic signal elloy enamel.
VACANT SEC77ON 9- 29.20(1) IS REPLACED BY ADDIN
THE FOLLOWING NEW SECTION:
9- 29.20(1) Fiber Optic Type (RQ
The fiber optics shall be drawn from optical glass of high
purity. The fibers shall be temperature resistant. The fibers shallm
be resistant to the UV light emitted by the halogen lamp and shall
maintain their hi ph transmission properties throughout the lifet
Page -SP -56
Revision Date: May 19, 1997
0
[l
L
H,
C'
[I
L]
1
n
L
9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical
of the sign. The light guides shall contain fibers with a diameter of
53 microns. Each single arm in the harness shall contain
approximately 300 fibers. The optical sheathing shall have a wall
thickness of at least 1.5 microns. The common end of each bundle
shall have a hexagonal bundle format. The common bundle end
and each arm end shall be epoxied and optically polished.
The light source shall be a halogen incandescent lamp with
dichroic reflector. The lamp shall use built -in, lead -in wires instead
of pins. The reflector shall be covered with a hard coating capable
to withstand a temperature of 400 degrees Centigrade, rapid
temperature changes aggressive chemical attacks. The coating
shall be tested by soaking in Oxalic Acid 0.71N for a period of 2
hours. The coating shall not dissolve during this period. The lamp
shall be 50 watt and rated for 6000 hours at 10 volts. The lamp
together with the fiber shall produce a light intensity as high as
3800CD. The 115 -volt primary, 10 -volt secondary transformers,
light guides and all wiring shall be enclosed in a sheet aluminum
housing. The matrix plate shall be constructed of 0.125 thick
aluminum sheet protected by a 0.125 polycarbonate sheet. The
signal housing shall be weather tight. Each common end of a
bundle shall have a clip -on type color filter, one of Portland
Orange and one of Lunar White. The viewing end of the fiber optic
display shall not require a cone for magnification, and shall provide
a wide viewing angle. Each message shall have a minimum of 82
light points. All components shall be fastened to the flat black
matrix plate. When the sign is not illuminated, it shall blank out
with no message legible. The low power consumption lamps shall
be serviceable without any tools.
SECTION 9- 29.20(2) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
9- 29.20(2) Neon Grid Type (RC)
All neon grid heads shall be equipped with Z crate visors
made of polycarbonate plastic designed to eliminate suit phantom.
Neon tubing shall be enclosed and shockmounted inside
a rugged plastic module.
MA _AA
The pedestrian signal shall have a solid state message module,
electronic ballast no external transformer, and operate at 30 watts.
The heads shall display two symbol messages, "hand' (for the
do not walk mode) in Portland orange and 'Man" (for the walk
mode) in lunar white. The message module shall consist of two
neon gas tubes enclosed in a housing made of polycarbonate
plastic The lens material shall be polycarbonate plastic. The
visors shall be flat black in color. .
SECTION 9 -29.24 IS DELETED AND REPLACED BY THE
FOLLOWING.
9 -29.24 Service Cabinets (RC)
The signal /street lighting service cabinet shall be as indicated
on the contract plans and detail sheets. All electrical conductors,
buss bars and conductor terminals shall be copper or brass. The
cabinet shall be fabricated from galvanized cold rolled sheet steel,
with 12 gauge used for exterior surfaces and 14 gauge for interior
panels Door hinges shall be the continuous concealed piano type
and no screws rivets or bolts shall be visible outside the enclosure.
The cabinet door shall be fitted for a Best internal type lock. The
cabinet shall have ventilation louvers on the lower and upper sides
complete with screens filters and have rain tight gaskets. The
cabinet door shall have a one piece weather proof neoprene gasket.
SECTION 9- 29.24(1) IS DELETED AND REPLACED WITH
THE FOLLOWING:
9- 29.24(1) Painting (RC)
The finish coat shall be a factory baked on enamel light grey
ID color. The galvanized surface shall be etched before the baked
on enamel is applied. The interior shall be given a finish coat of
exterior grade of white metal enamel.
Painting shall be done in conformance with the provisions of
Section 8- 20.3(12).
SECTION 9- 29.24(2) IS DELETED AND REPLACED WITH
THE FOLLOWING.
9- 29.24(2) Electrical Circuit Breakers and Contactors
(RC)
The electrical circuit breakers and contactors shall be as
indicated on the contract plans and detail sheets. The following
equipment shall be featured within the cabinet.
1. Main circuit breaker
2. Branch circuit breakers
3. Utility plug (120 volt -20 Amp rated) G.F.I. Type
4. Light control test switch (120 volt -15 Amp)
5. Contactor relay for each circuit
6. Double pole branch breaker(s) for lighting circuits (240
volt
7. One 120 volt, 20 Amp single pole branch breaker (for
utility plugs)
8. Type 3- single phase 1201240 volt grounded neutral
service
9. One 120 volt 40 Amp single pole branch breaker (signal
service
10. Complete provisions for 16 breaker poles
11. Name plates phenolic black with white engraving except
the main breaker which shall be red with white lettering. All name
plates shall be attached by S.S. screws.
12. Meter base sections are unnecessary
SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
THE FOLLOWING:
9 -29.25 Terminal and Interconnect Cabinets (RC)
The pole mounted terminal box shall be made of molded
fiberglass be grey in color, be approximately 16' high x 13-7/8"
wide x 5-7/8' deep and have a minimum of 16 terminals on the
terminal blocks. The box shall be weather tight, have a single door
with continuous hinge on one side and screw hold downs on the
door locking side. All hardware will be stainless steel. All
mounting hardware shall be stainless steel and shall be incidental to
the unit price of terminal box.
Terminal blocks shall be 600V heavy duty, barrier type. Each
terminal shall be separated by a marker strip. The marker strip
shall be permanently marked with the circuit number indicated in
the Plans Each connector shall be a screw type with No. 10 post
capable of accepting no less than 3 #12 AWG wires fitted with
spade tips.
Cabinet doors shall be gasketed with a one -piece closed cell
neoprene gasket and shall have a stainless steel piano hinge.
One spare 12 position terminal block shall be installed in each
terminal cabinet and amplifier cabinet.
Mounting shall be as noted in the contract.
Interconnect splice tower cabinets shall be Type F, with
nominal dimensions of 22" high x 13" wide x 11" deep and
constructed of cast aluminum and fitted with a Best internal lock.
Page -SP -57
Revision Date: May 19, 1997
9 -30 Water Distribution Materials t y -3U Water Distribution Materials
9 -30 Water Distribution Materials
SECTION 9- 30.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9 -30.1 Pipe
SECTION 9- 30.1(1) IS REVISED AS FOLLOWS.
9- 30.1(1)Ductile Iron Pipe (RC)
1. Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151. Ductile iron pipe shall have a
cement - mortar lining meeting the requirements of AWWA C104.
Duct-W imn pope to be joined lacing baited 11-aged joints rhft'Lbe
All other ductile iron pipe shall be
Standard Thickness Class 5250 or the thickness class as shown in
the Plans.
9-30.3 Valves
SECTION 9- 30.3(1) HAS BEEN REVISED AS FOLLOW.•
9- 30.3(1) Gate Valves (RC)
Valves shall be designed for a minimum water operating
pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller
Company No. A2380, Kennedy, or M&H.
Approval of valves other than models specified shall be
obtained prior to bid opening.
All Rate valves less than 12" in diameter shall include an 8' x
24' cast iron gate valve box and extensions, as required. All 12'
diameter and larger Rate valves shall be installed in a vault. See
Water Standard Detail for 12" gate valve assembly vault and 1'
bypass installation.
Gate valves shall conform to AWWA C3W and shall be iron
body, bronze - mounted, double disc with bronze wedtint device
and O-ring stuffmg box.
RESILIENT SEATED GATE VALVES:
Resilient seated Rate valves shall be manufactured to meet or
exceed the requirements of AWWA Standard C509 latest revisions.
All external and internal ferrous metal surfaces of the Rate
valve shall be coated for corrosion protection with fusion bonded
epoxy. The epoxy coating shall be factory applied to all valve
parts prior to valve assembly and shall meet or exceed the
requirements of AWWA Standard C -550 latest revision. Valves
shall be provided with two (2) internal O-ring stems seals. The
valves shall be equipped with one (1) anti - friction washer. The
resilient Rate valve shall have rubber sealing surfaces to permit bi-
directional flow. The stem shall be independent of the stem nut or
intetrally cast.
Manufacturers of Resilient Seated Rate Valves shall provide
the City on request that the valve materials meet the City
specifications.
Valves shall be designed for a minimum water operating
pressure of 200 psi.
End connections shall be mechanical ioints, flanged pints or
mechanical by flamed joints as shown on the pro ject plant.
Resilient Seated Gate Valves shall be U.S. Metroseal 250,
Clow, M&H Style 3067, Mueller Series 2370, Kennedy.
Approval of valves other than model specified shall be
obtained prior to bid opening. All gate valves less than 12 inches
in diameter shall include an 8'x24" cast iron gate valve box and
extensions, as required.
All 12 inch diameter and larger resilient seated gate valves
shall have a 1 inch by -pass assembly and shall be installed in a
concrete vault per City of Renton Standard Details, latest revision.
9- 30.3(3) Butterfly Valves Q
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
SECTION 9-30.3(S) HAS BEEN DELETED AND REPLACED
WITH THE FOLLOWING:
9- 30.3(5) Valve Marker Posts (RC)
The valve markers shall be fabricated and installed in
conformance with the Standard Drawings. - -
Valve markers shall be carsonite composite utility marker
.375 "x 6' -0" or approved equal with blue label "water.
SECTION 9- 30.3(7) HAS BEEN SUPPLEMENTED AS
FOLLOWS:
9- 30.3(7) Combination Air Release/Air Vacuum
Valves (RC)
Air and vacuum release valves shall be APCO- Valve and
Primer Corp, "Heavy - Duty,' combination air release valve, or
zeal.
Installation shall be per the City of Renton Standard Detail,
latest revision.
Piping and fining shall be copper or brass. Location of the air
release valve as show on the plans is approximate. The installation
shall be set at the high point of the litre.
SECTION 9- 30.3(8) IS REVISED AS FOLLOWS:
9- 30.3(8) Tappit:g Sleeve and Valve Assembly (RC)
Tapping sleeves shall be cast iron, ductile iron
epoxy - coated steel, or other approved material.
SECTION 9- 30.3(9) IS A NEW SECI70N:
9- 30.3(9) Blow-Off Assembly (RQ
Permanent blow -off assembly shall be f78 Kupferle
Co. or approved equal. Instillation of blow -off permanent blow -
off assembly shall be per City of Renton Water Standard Detail,
latest revision. Pipe and fittings shall be galvanized. Blow-off
assembly shall be installed at locations) shown on the plant.
Temporary blow -off assembly on new dead -end water train shall
be installed at location shown on the Plana.
Temporary blow -off assemblies for testing and flushing of the
new water mains will not be included under this item and shall be
considered incidental to the contract and no additional payment
shall be made.
SEC770N 9-30.5 IS SUPPLEMENTED BY ADDING 7WE
FOLLOWING:
9-30.5 Hydrants (RC)
Fire hydrants shall be Iowa, Corey Type (opening with the
pressure) or approved equal conforming to AWWA C- 502 -85.
Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening atainst pressure)
shall be Clow Medallion. M&H 929. Mueller Super Centurion
200, conformint to AWWA C- 502 -85.
SECTION 9`30.5(1) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9- 30.5(1) End Connections (RC)
Hydrants shall be constructed with mechanical joint
connection unless otherwise specified in bid proposal description.
Page-SP - -58
Revision Date: May 19, 1997
n
r
j
D
n
r�
r,
P,
9 -30 Water Distribution Materials
SECTION 9- 30.5(2) IS DELETED AND REPLACED WITH
THE FOLLOWING:
9- 30.5(2) Hydrant Dimensions (RQ
Fire hydrants shall be Corey type (opening with the pressure)
or compression type (opening against pressure) conforming to
AWWA C- 502 -85 with a 6 inch mechanical joint inlet and a main
valve opening (M.V.O.) of 5 1/4 inches, two 2 12 inch hose
nozzles with National Standard Threads 7 12 threads per inch and
one 4 inch pumper nozzles with the new Seattle Pattern 6 threads
per inch, 60 degrees V. Threads, outside diameter of male tread
4.875 and root diameter 4.6263. Hydrants shall have a 1 -1/4"
Pentagon operating nut opened by turning counter clockwise (left).
The two 2 -12' hose nozzles shall be fitted with cast iron
threaded caps with operating nut of the same design and
proportions as the hydrant stem nut. Caps shall be fitted with
suitable neoprene gaskets for positive water tightness under test
pressures.
The 4' pumper nozzle shall be fitted with a Stortz adapter, 4"
Seattle Thread x 5' Stortz. Stortz adapter shall be forged and /or
extruded 6061 -T6 aluminum alloy, bardcoat anodized. Threaded
end portion shall have no lugs and 2 set screws 180 degrees apart.
Stortz face to be metal, no gasket to weather. Stortz cap,to have
9 -30 Water Distribution Materials
synthetic molded rubber gasket, and shall be attached to hydrant
adapter with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard
Detail for fire hydrants, latest revisions.
SECTIONS OF 9- 30.6(3) HAVE BEEN MODIFIED AS
FOLLOWS.
9- 30.6(3) Service Pipe
9- 30.6(3)B Polyethylene Pipe (RC)
Polyethylene pipe shall not be used:
9- 30.6(3)C Polybutalene Pipe (RC)
Polybutalene pipe shall not be used.
SECTION 9- 30.6(4) HAS BEEN REVISED AS FOLLOWS:
Fittings used for copper tubing shall be compression type with
gripper ring.
SECTION 9- 30.6(5) HAS BEEN SUPPLEMENTED AS
FOLLOWS:
9- 30.6(5) Meter Setters (RC).
Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
Page -SP -59
Revision Date: May 19, 1997
Page -SP -60
Revision Date: May 19, 1997
WSDOT AMENDMENTS
WSDOT AMENDMENTS
INDEX TO WSDOT AMENDMENTS
WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document.
The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the
subsection number) specific subsection amendments that have been
issued by WSDOT but are not used by the City of Renton. Those
SAX subsections have been deleted from this document.
The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting
provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as
speed in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date
following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT.
SECTION 1
SECTION 2
02.AP1 SECTION 1-02, BID PROCEDURES AND
03.AP2 SECTION 2 -03, ROADWAY EXCAVATION
CONDITIONS
AND EMBANIGOOENNT
(March 3, 1997)
(March 3, 19979
"Irregular Proposals" revised.
A new Amendment. Sub- section 2 -03.3(2) Rock
04.AP1 SECTION 1-04, SCOPE OF THE WORK
Cuts is revised. Sub - section 2 -03.3(14)K Select of
(March 3, 1997)
Common Borrow is added.
"increased or Decreased Quantities" revised.
"Embankments at Bridge and Trestle Ends"
formula revised.
07.API SECTION 1-07, LEGAL RELATIONS AND
09.AP2 SECTION 2-09, STRUCTURE EXCAVATION
RESPONSIBnXITES TO THE PUBLIC
(March 3, 19979
(March 3, 1 997)
A new Amendment. Sub- section 2- 09.3(4)
A new Amendment. Sub - section 1- 07.9(5)
Construction Requirements, Structure Excavation,
Required Documents is revised. Sub- section
Class B, Sub - section 2-09.4 Measurement, and
1- 07.13(4) Repair of Damage is added.
Sub - section 2-09.5 Payment are revised. Sub -
"Required Records and Retention" revised.
section 2- 09.3(1)E Backfilling, Controlled Density
09.AP1 SECTION 1-09, MEAT AND
Fill is added.
PAYMENT
"Measurement" drywells added.
(March 3, 19977
"Payment for Material on Hand" revised.
SECTION 3
10.AP1 SECTION 1 -10, TEMPORARY TRAFFIC
CONTROL
02•AP3 SECTION 3-02, STOCKPILING
(March 3, 1997)
_AGGREGATES
A new Amendment. Sub - section 1- 10.3(5)
�a 3' 1 )
"Asphalt
Temporary Traffic Control Devices is revised.
Concrete Aggregates" revised.
Sub - section 1 -10.5 Payment is added.
"Conformance to Established Standards ", "Traffic
SECTION 5
Control Labor" and "Payment" have been revised.
04.AP5 SECTION 5-04, ASPHALT CONCRETE
PAVEMM4T
(September 30, 1996)
A new Amendment. Subsection 5- 04.3(10)B
Control is revised.
Page -SP -60
Revision Date: May 19, 1997
WSDUTAMENDMENTS VVbVV1 AIV1LAVAlkN1J
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES
(March 3, 1997)
A new Amendment. Sub - section 6- 02.3(2)C
Contracting Agency- Provided Mix Design, Sub-
section 6-02.3.(6)A Weather and Temperature
Limits to Protect Concrete, and Sub - section 6-
02.3(24)C Placing and Fastening are revised.
Subsection 6- 02.3(6)A Temperature and Time for
Placement is added. Sub - section 6- 02.3(11)
Curing Concrete is added.
"Face Lumber, studs, Wales, and Metal Forms ",
and "Field Bending" are revised.
10.AP6 SECTION 6-10, CONCRETE BARRIER
(March 3, 1997)
A new Amendment. Sub - section 6 -10.5 Payment
is supplemented with an additional item. Sub-
section 6- 10.3(1) Precast Concrete Barrier is
added.
" Precase Conc. Barrier" curing revised.
SECTION 7
05.AP7 SECTION 7 -05, MANHOLES, INLETS, AND
CATCH BASINS
(March 3, 19977
Revised to include drywells. New standard item
1062 "precast cone. drywell ".
Revised standard item 7345 `Abandon Existing
Manhole ".
06.AP7 SECTION 7-06, CONCRETE PIPE
ANCHORS .
(March 3, 199%7
This section is deleted in its entirety.
08.AP7 SECTION 7 -08, GENERAL PIPE
INSTALLATION REQUIItEMENTS
(March 3, 1997)
A new Amendment Sub- section 7 -08.3(1)C Pipe
Zone Bedding is renamed to Bedding the Pipe.
Sub- section 7 -08.3(2)D Pipe Laying — Steel or
Aluminum, Sub- section 7 -08.4 Measurement, and
Sub - section 7 -08.5 Payment are revised.
"Materials ", "Trenches% "Jointing of Dissimilar
Pipe ", and "Payment" are revised.
"Standard plan for pipe collars pending.
17.AP7 SECTION 7 -17, SANITARY SEWERS
(March 3, 1997)
A new Amendment. Sub- section 7- 17.3(2)C
Infiltration Test is revised. Sub- section 7 -17.2
Materials is added.
"Infiltration Test" revised.
18.AP7 SECTION 7 -18, SIDE SEWERS
(October 28, 1996)
09.AP8 SECTION 8-09, RAISED PAVEMENT
MARKERS
(March 3, 1997)
A new Amendment. Sub - section 8 -09.1
Description is revised. A new section, Sub-
section 8- 09.3(5) Recessed Pavement Markers is
added. Sub - section 8-09.5 Payment is
supplemented and revised. .
Section revised St. Item from plural to singular.
10.AP8 SECTION 8-10, GUIDE POSTS
(September 30, 1996)
A new Amendment. Sub - section 8 -10.2 Materials
is revised. Sub - section 8 -10.3 Construction
Requirements is revised.
11.AP8 SECTION 8-11, GUARDRAIL
(March 3, 1997)
Anchor Installation revised.
15.AP8 SECTION 8-15, RU RAP
(March 3, 1997)
"Materials ", and "Measurement" are revised.
17.AP8 SECTION 8 -17, IMPACT ATIENUATOR
SYSTEMS
(March 3, 1997)
Construction Requirements revised.
20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC
SIGNAL SYSTEMS, AND ELECTRICAL
VWarch 3, 1997)
A new Amendment. Sub - section 8- 20.3(4)
Foundations is revised. Sub - section 8- 20.3(13)A
Light standards is added.
"Equipment List and Drawings" revised.
21.AP8 SECTION 8-21, PERMANENT SIGNING
(March 3, 1997)
A new Amendment. Sub - section 8- 21.3(6) Sign
Refacing is revised. Sub - section 8 -21.2 Materials
is added. Sub - section 8- 21.3(9)F Bases is added.
Sub - section 8 -21.3 Construction Requirements is
added.
'Construction Requirements", and 'Materials"
are revised.
22.AP8 SECTION 8-22, PAVEMENT h AREING
March 3, 19977
A new Amendment. Sub - section 8 -22.4
Measurement is revised.
"Materials" revised.
Page -SP-61
Revision Date. May 19, 19-97
k
W SDOT AMI!:NDMENTS
W SDOT AMENDMENTS
SECTION 9
10.AP9
SECTION 9-10, PILING
(September 30, 1996)
OLAP9
SECTION 9 -01, PORTLAND CEMENT
A new Amendment. Sub - section 9 -10.1 Timber
(September 30, 1996)
Piling is revised. Sub - section 9 -10.5 Steel Piling
A new Amendment. Sub - section 9 -01.3 Tests and
is revised.
Acceptance is revised to reference "Mill Test
Use message revised.
Report Number ".
ILAP9
SECTION 9-11, WATERPROOFING
02.AP9
SECTION 9-02, BITUMINOUS MATERIALS
(March 3, 1997)
(March 3, 1997)
Asphalt waterproofing revised.
"Anti- Stripping Additive" revised.
12.AP9
SECTION 9-12, MASONRY UNITS
03.AP9
SECTION 9 -03, AGGREGATES
(March 3, 1997)
(March 3, 1997)
Revised.
A new Amendment. Sub - section 9 -03.15 Bedding
13.AP9
SECTION 9-13, RIPRAP, QUARRY SPALLS,
Material for Rigid Pipe is revised. Sub - section 9-
SLOPE PROTECTION, AND ROCK WALLS
03.14(2) Select Borrow is revised.
"Gravel Backfill ", revised to include drywells.
(March 3, 1997)
"Concrete Slab Riprap" section deleted.
04.AP9
SECTION 9-04, JOINT AND CRACK
16.AP9
SECTION 9-16, FENCE AND GUARDRAIL
SEALING MATERIALS
(March 3, 1997)
(March 3, 1997)
"Posts and Blocks ", revised.
"Joint Mortar" revised.
SECTION 9-17, FLEXIBLE GUIDE POSTS
OS.AP9
SECTION 9 -05, DRAINAGE STRUCTURES,
.
(September 30, 1996)
(September
CULVERTS, AND CONDUITS
,
A new Amendment. Sub - section 9 -17.1 General
(March 3.
is revised.
A new Amendment. Sub - section 9 -05.6(4)
Structural Plate Pipe Arch, Sub - section 9-
21.AP9
SECTION 9 -21, RAISED PAVEMENT
05.6(8)A Corrugated Steel Plates, and Sub - section
MARKERS (RPM)
9 -05.12(2) Profile Wall PVC Culvert Pipe and
(September 30, 1996)
Profile Wall PVC Storm Sewer Pipe are revised.
A new Amendment. Sub - section 9- 21.1(1)
Sub - sections revised and added concerning piping.
Physical and Chemical Properties and Sub- section
"Coupling Bands" revised.
9- 21.2(2) Optical Requirements are revised. Sub -
section 9- 29.6(5) Foundation Hardware is revised.
06.AP9
SECTION 9-06, STRUCTURAL STEEL AND
RELATED MATERIALS
29.AP9
SECTION 9-29, ILLUMINATION, SIGNALS,
(March 3, 19977
ELECTRICAL
A new Amendment. Sub - section 9- 06.5(3) High
(September 30, 1996)
Strength Bolts is revised.
A new Amendment. Sub - section 9 -29.4
"High Strength Bolts" and `Anchor Bolts" are
Messenger Cable, Fittings is revised.
revised. Correction to "Bolt, Nut, and Washer
Specifications.
33.AP9
SECTION 9-33, CONSTRUCTION
GEOTEXTILE.
09.AP9
SECTION 9-09, TIMBER AND LUMBER
(September 30, 1996)
(March 3, 1997)
A new Amendment. Sub - section 9 -33.2
A new Amendment. Sub- section 9- 09.3(1)B
Geotextile Properties is revised.
Placing in Treating Cylinders is revised..
Page -SP-62
Revision Date: May 19, 1997
4
r
im
SPECIAL PROVISIONS
F
ib
DIVISION 1
GENERAL REQUIREMENTS
1 -01 DEFINITIONS AND TERMS
1 -01.2 Abbreviations
1- 01.2(2) Items of Work and Units of Measurement
Supplement this section with the following:
ACP
Asphalt Concrete Pavement
CPEP
Corrugated Polyethylene Pipe
Conn.
Connection
ID
Inside Diameter
Inv
Invert
MON
Monument
N
North
No.
Number
OD
Outside Diameter
PC
Point of Curve
PT
Point of Tangency
PI
Point of Intersection
PCC
Portland Cement Concrete
R/W
Right -of -Way
S
South
SS
Sanitary Sewer or Side Sewer
S.ST.
Stainless Steel
W
West
1 -02 BID PROCEDURES AND CONDITIONS
1 -02.2 Plans and Specifications
See "Instruction to Bidders" and "Bidders Checklist' contained in the Contract Documents
herein for pre -bid information.
1 -02.4 Examination of Plans, Specifications, and Site Work
1- 02.4(1) General
Add the following to the end of Section 1- 02.4(1):
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 1
Locations of existing utilities shown on the Drawings are approximate and some existing
utilities may have been omitted. It is the Contractor's responsibility to verify the locations
and elevations of existing pipelines, structures, grades, and utilities prior to construction.
The Owner assumes no responsibility for any conclusions or interpretations made by the
Contractor on the basis of the information made available.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain
1 -02.5 Proposal Forms
Delete the first sentence of this section and replace with the following:
The Proposal and associated forms are included in these Contract Documents under
Documents Submitted in Sealed Bid Package. These forms shall not be altered by the
bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule
of Prices."
1 -03 AWARD AND EXECUTION OF CONTRACT
1 -03.1 Consideration of Bids (Addition)
The contract will be awarded to the lowest responsive, responsible bidder.
1 -03.2 Award of Contract (Supplemental Section)
The contract award or bid rejection will occur within 30 calendar days after bid opening.
1 -03.3 Execution of Contract (Revision)
This section has been amended to read as follows:
"Within 5 calendar days after receipt from the City of the forms and documents required to
completed by the Contractor."
1 -04 SCOPE OF THE WORK
1 -04.3 Project Coordination (New Section)
It shall be the responsibility of the Contractor to coordinate all work to be performed under
this contract, including the ordering and acquisition of all equipment and materials. This
coordination shall encompass all work to be performed by the Contractor, their
subcontractor, the City and any public utilities which may be involved.
1 -06 CONTROL OF MATERIAL
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 2
W 1 -06.1 Source of Supply and Quality of Materials (Supplemental Section)
No source has been provided for any materials necessary for the
construction of this improvement.
The Contractor shall arrange to obtain the necessary materials at his own
expense, and all costs of acquiring, producing, and placing this material in
the finished work shall be included in the unit contract prices for the various
items involved.
If the sources of materials provided by the Contractor necessitates hauling
over roads other than City streets, the Contractor shall, at his own cost and
expense, make all arrangements for the use of the haul routes.
1 -06.7 Shop Drawings and Submittals (Additional Section)
61 1- 06.7(1) General (Additional Section)
Shop drawing and submittal review will be limited to general design
requirements only, and shall not relieve the Contractor from responsibility for
errors or omissions, or responsibility for consequences due to deviations
from the contract documents. No changes may be made in any submittal
ik after it has been reviewed except with written notice and approval from the
Owner.
By approving shop drawings, submittals, and any samples, the Contractor
thereby represents that he has determined and verified all field
measurements, field construction criteria, materials, catalog numbers, and
similar data, and that he has checked and coordinated each shop drawing
with the requirements of the work and of the contract documents.
Shop drawing and submittal data for each item shall contain sufficient
information on each item to determine if it is in compliance with the contract
requirements.
Owner will pay the costs and provide review services for a first and second
review of each submittal item. Additional reviews shall be paid by the
Contractor by withholding the appropriate amounts from each payment
estimate.
Shop drawing and submittal items that have been installed in the work but
have not been approved through the review process shall be removed and
an approved product shall be furnished, all at the Contractor's expense.
The Contractor shall review each submittal and provide approval in writing or
by stamping with a statement indicating that the submittal has been
approved and the Contractor has verified dimensional information, confirmed
that specified criteria has been met, and acknowledges that the product,
method, or information will function as intended.
1- 06.7(2) Required Information (Additional Section)
r
NE 2ND ST STORM LINE EXTENSION PROJECT
r
Page 3
Submit five copies of each submittal to the Engineer. Shop drawings and
submittals shall be submitted on 8'h "x11 ", 11 "x17 ", or 22 "x34" sheets and
shall contain the following information:
1. Project
2. Contractor
3. Engineer
4. Owner
5. Applicable specification and drawings reference.
6. A stamp showing that the Contractor has checked the equipment for
conformance with the contract requirements, coordination with other
work on the job, and dimensional suitability.
7. A place for the Engineer to place a 3 inch by 4 inch review stamp.
8. Shop or equipment drawings, dimensions, and weights
9. Catalog information
10. Manufacturer's specifications
11. Special handling instructions
12. Maintenance requirements
13. Wiring and control diagrams
14. List of contract exceptions
15. Other information as required by the Engineer
1- 06.7(3) Review Schedule (Additional Section)
Shop drawings and submittals will be reviewed as promptly as possible, and
transmitted to Contractor not later than 10 working days after receipt by the
Engineer. The Contractor shall revise and resubmit as necessary to obtain
approval. Delays caused by the need for resubmittal may not be a basis for
an extension of contract time or delay damages at the discretion of the
Owner. At least one set of shop drawings will be returned to the Contractor
after review. Additional sets will be returned to the Contractor, if remaining.
1- 06.7(4) Substitutions (Additional Section)
Any product or construction method that does not meet these specifications
will be considered a substitution. Substitutions must be approved prior to
their installation or use on this project.
1- 06.7(4)A After Contract Execution (Additional Section) ,
Within 30 days after the date of the contract, Owner will consider formal
requests from Contactor for substitution of products in place of those ,
specified. Submit two copies of request for substitution. Data shall include
the necessary change in construction methods, including a detailed
description of proposed method and related drawings illustrating methods. '
An itemized comparison of proposed substitution with product or method
specified shall be provided.
NE 2ND ST STORM LINE EXTENSION PROJECT ,
Page 4
In making a request for substitution, Contractor represents that he has
personally investigated proposed product or method and has determined
that it is equal or superior to, in all respects, the product specified.
Contractor shall coordinate installation of accepted substitutions into the
work, making changes that may be required for work to be completed.
Contractor waives all claims for additional costs related to substitutions
which consequently becomes apparent.
1- 06.7(5) Submittal Requirements (Additional Section)
The following submittal items shall be provided to the Engineer by the
Contractor. Additional submittal information shall be provided to the
Engineer by the Contractor if required by the Engineer.
1- 06.7(4)
Substitutions
5 -04.2
Asphalt Concrete Pavement Materials
7 -04.2
Storm Sewer Pipe Materials
7 -05.2
Manhole and Catch Basin Materials
7- 08.3(1)B
Shoring Plan
7- 17.3(1)B
Pipe Bedding
7- 17.3(1)C
Pipe Foundation
7- 17.3(1)D
Trench Dewatering Plan
7- 17.3(3)
Backfilling Storm Trenches
Storm Flow Bypass Plan
Climbing and Fall Restraint System
Watertight Plug Design for 48 -inch Pipe
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1- 07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition)
The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR
800 which provide for the preservation of potential historical, architectural, archaeological,
or cultural resources (herein called "cultural resources ") and fair compensation to the
Contractor for delays resulting from such cultural resources investigations.
In the event that potential cultural resources are discovered during subsurface excavations
at the site of construction, the following procedures shall be instituted:
1. The Owner shall issue a Work Suspension Order directing the Contractor to cease
all construction operations at the location of such potential cultural resources find.
2. If archaeological findings include human remains, the Engineer shall contact a
qualified archaeologist in consultation with the State Historic Preservation Officer
(SHPO) to evaluate the remains.
3. Such Work Suspension Order shall be effective until such time as a qualified
archaeologist can be called by the Engineer to assess the significance of these
potential cultural resources and make recommendations to the State Historical
Preservation Officer. If the archaeologist, in consultation with State Historic
Preservation, determines that the potential find is a significant cultural resource, the
Owner shall extend the duration of the Work Suspension Order.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 5
4. Suspension of work at the location of the find shall not be grounds for any claim by
the Contractor unless the suspension extends beyond the contract working days
allowed for the project, in which case the Engineer will make an adjustment for
increased cost of performance of the contract.
1- 07.2(1) State Sales Tax
Add the following to Section 1- 07.2(1):
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to collect state sales tax from the City of Renton.
Payment of sales tax to the Washington State Department of Revenue is, under this
contract, required to be made by the Contractor. The Contractor shall, at the time of making
payment of sales tax, identify the work as having been performed within the City of Renton
and for the City of Renton.
1 -07.5 Wildlife, Fisheries, and Ecology Regulations (addition)
The Contractor shall comply with all Construction related provisions of the HPA, Short -Term
Water Quality Exceedence permit, and other permits obtained by the City.
The Contractor shall be responsible for making any changes required by the agencies, and
payment of any fines, for violation of any construction related permit provisions. The City
will not make additional compensation for any changes or fines due to the Contractor's
violation of construction provisions.
1 -07.13 Contractors Responsibility for Work
1- 07.13(1) General
Add the following:
Whether or not there appears here or elsewhere herein specific reference to guarantees of
all items of materials, equipment, and workmanship, they nevertheless shall be so
guaranteed against mechanical, structural, or other defects for which the Contractor is
responsible that may develop or become evident within a period of one year from and after
acceptance of the work by the Owner. Such guarantees shall include care of backfilling of
ditches or at structures should they fill settle to such extent as to require refilling or
resurfacing roadway surfaces to restore the original or intended condition or grade.
This guarantee shall be understood to imply prompt attention to any remedy of such defects
as those mentioned above if and as they occur after the Contractor shall have written notice
of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand
immediate repair, the Owner shall have the right to correct and cost thereof shall be borne
by the Contractor.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 6
1 -07.16 Protection and Restoration of Property
1- 07.16(1) Private /Public Property (Supplemental Section)
Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways,
and rockeries within the work area shall be removed and restored to the satisfaction of the
property owner. It shall be the Contractor's responsibility to notify each property owner
when it is necessary to remove such improvements to facilitate the Contractor's progress,
and to remove those improvements to locations requested by the property owner or to
restore them in their original location in as near original condition as possible. All lawn
within the area to be disturbed by the Contractor's operations shall be cut with asod cutting
machine, removed and disposed. The disturbed lawn area shall be restored, after trench is
back - filled and compacted. Restoration shall consist of placing 4" compacted topsoil, hydro
seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed,
fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks.
The water shall be of such duration as to soak the seeded areas thoroughly and promote
good root growth.
Such removal and restoration shall be considered incidental to the bid item "Restoration ",
per lump sum and no further compensation will be made.
1- 07.16(3)A Protection and Restoration of Existing Markers and Monuments
All existing survey monuments and property corner markers shall be protected from
movement or damage by the Contractor. All existing markers and /or monuments that are
damaged or removed for construction purposes shall be referenced by survey ties and then
replaced by the Contractor. The Contractor shall coordinate work with the City Engineer
and City staff to reference the markers and /or monuments and replace them, as required by
state law. All existing property corner markers disturbed or removed by the Contractor's
operations shall be replaced at the Contractor's own expense.
1- 07.16(5) Utility Service (New Section)
The Contractor shall maintain the operational service of water distribution mains, and storm
drainage mains at all times. Upon approval by the Engineer, individual water service pipes
may be off line for 4 hours and catch basins for 8 hours. No sewer servicewill be allowed
to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be
maintained operational in as continuous a manner as possible. Where services are to be
shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in
advance of the time and period of shut -down. The Contractor shall make every effort to
keep shut down schedules to periods of anticipated minimum usage and for the least period
of time.
1- 07.16(6) Restoration of Property (New Section)
The Contractor shall protect property in the vicinity of the work site and in instances of
destruction or damage, restore the item to pre- construction condition at the Contractor's
expense.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 7
1 -07.17 Utilities and Similar Facilities
Section 1 -07.17 of the APWA Division I General Requirements is supplemented by the
following:
The locations and dimensions shown in the plans for existing buried facilities are in
accordance with available information obtained without uncovering, measuring, or other
verification. It shall be the Contractor's responsibility to verify and /or determine the correct
location of all utilities, public and private, that may be affected by his work under this
contract. The Owner assumes no responsibility for improper locations or failure to show
utility locations on the construction plans. The Contractor shall pothole all existing utilities in
advance of pipe installation to verify that the required vertical and horizontal clearances
exist. Any adjustment to pipe location and elevation must be approved by the Engineer
prior to installation.
The Contractor shall check with the utility companies concerning any possible conflict prior
to commencing excavation in any area, as not all utilities may be shown or correctly located
on the Plans. The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or permanent,
of their facilities within the project limits. No additional compensation will be made to the
Contractor for reason of delay caused by the actions of any utility company, and the
Contractor shall consider such costs to be incidental to the other items of the contract.
The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to
underground utilities. Any cost to the Contractor incurred as a result of this law shall be at
the Contractor's expense. The contents of Chapter 19.122 RCW are provided below:
RCW 19.122 UNDERGROUND UTILITIES
19.122.010 Intent
It is the intent of the legislature in enacting this chapter to assign responsibilities for locating
and keeping accurate records of utility locations, protecting and repairing damage to
existing underground facilities, and protecting the public health and safety from interruption
in utility services caused by damage to existing underground utility facilities (1984 c 144 1.)
19.122.020 Definitions
Unless the context clearly requires otherwise, the definitions in this section apply through
out this chapter.
A. "Business day" means any day other than Saturday, Sunday, or a legal local, state,
or federal holiday.
B. "Damage" includes the substantial weakening of structural or lateral support of an
underground facility, penetration, impairment, or destruction of any underground
protective coating, housing, or other protective device, or the severance, partial or
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 8
complete, of any underground facility to the extent that the project owner or the
affected utility owner determines that repairs are required.
C. "Emergency" means any condition constituting a clear and present danger to life or
property, or a customer service outage.
D. "Excavation" means any operation in which earth, rock, or other material on or
below the ground is moved or otherwise displaced by any means, except the tilling
of soil less than twelve inches in depth for agricultural purposes, or road and ditch
maintenance that does not change the original road grade or ditch flow line.
E. "Excavator" means any person who engages directly in excavation.
F. "Identified facility" means any underground facility which is indicated in the project
Plans as being located within the area of proposed excavation.
G. "Identified but un- locatable underground facility" means an underground facility
which has been identified but cannot be located with reasonable accuracy.
H. "Locatable underground facility" means an underground facility which can be field -
marked with reasonable accuracy.
"Marking" means the use of stakes, paint, or other clearly identifiable materials to
show the field location of underground facilities, in accordance with the current color
code standard of the American Public Works Association. Markings shall include
identification letters indicating the specific type of the underground facility.
J. "Person" means an individual, partnership, franchise holder, association,
corporation, a state, a city, a county, or any subdivision or instrumentality of a state,
and its employees, agents, or legal representatives.
K. "Reasonable accuracy" means location within twenty -four inches of the outside
dimensions of both sides of an underground facility.
L. "Underground facility" means any item buried or placed below for use in connection
with the storage or conveyance of water, sewage, electronic, telephonic or
telegraphic communications, cablevision, electronic energy, petroleum products,
gas, gaseous vapors, hazardous liquid, or other substances and including but not
limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes,
attachments, and those parts of poles or anchors below ground.
M. "One- number locator service" means a service through which a person can notify
utilities and request field- marking of underground facilities. (1984 c 144 2.)
19.122.030 Notice of excavation to owners of underground facilities - One - number
locator service - Time for notice - Marking of underground facilities - Costs
Before commencing any excavation, the excavator shall provide notice of the scheduled
commencement of excavation to all owners of underground facilities through a one - number
locator service. All owners of underground facilities within a one - number locator service
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 9
area shall subscribe to the service. One number locator service rates for cable television
companies will be based on the amount of their underground facilities. If no one - number
locator service is available, notice shall be provided individually to those owners of
underground facilities known to or suspected of having underground facilities within the
area of proposed excavation. The notice shall be communicated to the owners of
underground facilities not less than two business days or more than ten business days
before the scheduled date for commencement of excavation, unless otherwise agreed by
the parties.
Upon receipt of the notice provided for in this section, the owner of the underground facility
shall provide the excavator with reasonably accurate information as to its locatable
underground facilities by surface - marking the location of the facilities. If there are identified
but un- locatable underground facilities, the owner of such facilities shall provide the
excavator with the best available information as to their locations. The owner of the
underground facility providing the information shall respond no later than two business days
after the receipt of the notice or bE�fore the excavation time, at the option of the owner,
unless otherwise agreed by the parties. Excavators shall not excavate until all know
facilities have been marked. Once marked by the owner of the underground facility, the
excavator is responsible for maintaining the markings. Excavators shall have the right to
receive compensation from the owner of the underground facility for costs incurred if the
owner of the underground facility does not locate its facilities in accordance with this
section.
The Owner of the underground facility shall have the right to receive compensation for costs
incurred in responding to excavation notices given less than two business days prior to the
excavation from the excavator.
An owner of underground facilities is not required to indicate the presence of existing
service laterals or appurtenances if the presence of existing service laterals or
appurtenances on the site of the construction project can be determined from the presence
of other visible facilities, such as buildings, manholes, or meter and junction boxes on or
adjacent to the construction site.
Emergency excavations are exempt from the time requirements for notification provided in
this section.
If the excavator, while performing the contract, discovers underground facilities which are
not identified, the excavator shall cease excavating in the vicinity of the facility and
immediately notify the owner or operator of such facilities, or the one - number locator
service. (1988 c99 1; 1984 c 144 3.)
19.122.040 Underground facilities identified in bid or contract - Excavator's duty of
reasonable care - Liability for damages - Attorney's Fees.
A. Project owners shall indicate in bid or contract documents the existence of
underground facilities known by the project owner to be located within the proposed
area of excavation. The following shall be deemed changed or differing site
conditions:
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 10
1. An underground facility not identified as required by this chapter or other
provision of law; and
2. An underground facility not located, as required by this chapter or other
provision of law, by the project owner or excavator if the project owner or
excavator is also a utility.
B. An excavator shall use reasonable care to avoid damaging underground facilities.
An excavator shall:
1. Determine the precise location of underground facilities which have been
marked;
2. Plan the excavation to avoid damage to or minimize interference with
underground facilities in and near the excavation area; and
3. Provide such support for underground facilities in and near the construction
area, including during backfill operations, as may be reasonably necessary
for the protection of such facilities.
C. If an underground facility is damaged and such damage is the consequence of the
failure to fulfill an obligation under this chapter, the party failing to perform that
obligation shall be liable for any damages. Any clause in an excavation contract
which attempts to allocate liability, or requires indemnification to shift the economic
consequences of liability, different from the provisions of the chapter is against
public policy and unenforceable. Nothing in this chapter prevents the parties to an
excavation contract from contracting with respect to the allocation of risk for
changed or differing site conditions.
D. In any action brought under this section, the prevailing party is entitled to reasonable
attorney's fees. (1984 c 144 4.)
19.122.05 Damage to underground facility - No notification by excavator - Repairs or
relocation of facility
A. An excavator who, in the course of excavation, contacts or damages an
underground facility shall notify the utility owning or operating such facility and the
one - number locator service. If the damage causes an emergency condition, the
excavator causing the damage shall also alert the appropriate local public safety
agencies and take all appropriate steps to ensure the public safety. No damaged
underground facility may be buried until it is repaired or relocated.
B. The owner of the underground facilities damaged shall arrange for repairs or
relocation as soon as is practical or may permit the excavator to do necessary
repairs or relocation at a mutually acceptable price. (198 c 144 5).
19.122.060 Exemption from notice and marking requirements for property owners
An excavation of less than twelve inches in vertical depth on private non - commercial
property shall be exempt from the requirements of RCW 19.122.030, if the excavation is
NE 2ND ST STORM LINE EXTE�vOION PROJECT
Page 11
being performed by the person or an employee of the person who owns or occupies the
property on which the excavation is being performed. (1984 c 144 6.)
19.122.070 Civil penalties - Treble damages - Existing remedies not affected
A. Any person who violates any provision of this chapter, and which violation results in
damage to underground facilities, is subject to a civil penalty of not more than one
thousand dollars for each violation. All penalties recovered in such actions shall be
deposited in the general fund.
B. Any excavator who willfully or maliciously damages a field- marked underground
facility shall be liable for treble the costs incurred in repairing or relocating the
facility. In those cases in which an excavator fails to notify known underground
facility owners or the one - number locator service, any damage to the underground
facility shall be deemed willful and malicious and shall be subject to treble damages
for costs incurred in repairing or relocating the facility.
C. The chapter does not affect any civil remedies for personal injury or for property
damage, including that to underground facilities, nor does this chapter crest any new
civil remedies for such damage. (1984 c 144 7.)
19.122.080 Waiver of notification and marking requirements
The notification and marking provisions of this chapter may be waived for one or more
designated persons by an underground facility owner with respect to all or part of that
underground facility owner's own underground facilities (1984 c 144 9.)
19.122.900 Severability - 1984 c 144
If any provisions of this act or its application to any person or circumstance is held invalid,
the remainder of the act or the application of the provision to other persons or
circumstances is not affected. (1984 c 144 9.)
1- 07.18(1) General (Revised)
The Owner shall be given 45 days prior written notice by certified mail of any cancellation,
reduction or modification of the insurance.
1- 07.18(3) Limits (Addition)
The limits of liability for the insurance required shall provide coverage for not less than the
following amounts or greater where required by Laws and Regulations:
A. Worker's compensation: (under limits of liability stated on the City of Renton
Insurance Information for enclosed within Attachment A).
B. Comprehensive General Liability: (under limits of liability stated on the City of
Renton Insurance Information form enclosed within Attachment A).
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 12
1
1
1
1
Policies shall include premises /operations, products, completed operations,
independent Contractors, Owners and Contractors protective, Explosion, Collapse,
Underground Hazard, Broad for Contractual, Person Injury with employment
exclusion deleted, and Broad Form Property Damage.
C. Comprehensive Automobile Liability: (under limits of liability stated on the City of
Renton Insurance Information form enclosed within Attachment A) including Owned,
Hired, and Non owned Vehicles:
D. The Contractor will be required as part of the insurance provided to complete and
submit the attached City of Renton Insurance Information form, and Policy
Declaration pages, Endorsement and Coverage Questionnaire forms included in
Attachment A of these Contract Documents, prior to Notice to Proceed.
Policies shall also specify insurance provided by Contractor will be considered
primary and not contributory to any other insurance available to the Owner or the
Engineer.
All policies shall provide for 45 days written notice prior to any cancellation or non-
renewable of insurance policies required under Contract. "Will endeavor" and "but
failure to mail such notice shall impose no obligation or liability of any kind upon the
Company, its agents or representatives" wording will be deleted from certificates.
Policies shall be provided only by companies with an "Alfred M. Best Rating" of not
less than Al2.
1- 07.18(4) Endorsement (Addition)
The Contractor shall also name the Owner and Engineer, and their officers, directors,
agents, and employees as "additional insureds" under the insurance policies.
Subsequent to award of the contract the Contractor shall submit to the Owner the following:
A. City of Renton Insurance Information in the form Attachment A herein without
modification and policy declaration pages obtained from the insurance carrier.
B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out
and appropriately executed:
C. Insurance Endorsement (enclosed within Attachment A herein) executed by an
appropriate representative of the insurance company(ies).
NE 2ND ST STORM LINE EXTENSION PROJECT
I
Page 13
1 -08 PROSECUTION AND PROGRESS
1- 08.1(3) Hours of Work ( Addition)
Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 5 :00 p.m.
unless otherwise approved in advance by the City. The Contractor may request in writing
permission to start before 7:00 a.m. Approval for work before 7:00 a.m. may be revoked at
any time by the Engineer if noise cornplaints are received by the City.
Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets.
The Contractor shall give a minimum 48 hours notice to the City prior to work on any
roadway and shall do no work on the roadway without a traffic control plan approved by the
City Traffic Engineer.
Work on weekends will not be allowed, except as approved in writing by the Engineer
1 -08.5 Time for Completion (Additional Section)
The Contractor shall complete all work within the working days specified in this section and
within the Contract Document. Failure to complete the work prior to this date shall be
grounds for implementation of liquidated damages in accordance with section 1 -08.9 and
may require termination of contract in accordance with section 1- 08.10.
1 -08.13 Compensation for Overtime Work (New Section)
Add the following section:
The Owner reserves the right to charge the Contractor and may deduct from periodical and
final payment, labor expenses attributed to administrative, engineering and inspection work
incurred by the Owner for overtime work associated with the project construction. The
Contractor shall pay to the Owner the costs of certain engineering and inspection expenses
in the event that the Owner should grant an extension(s) of time because of avoidable
delay.
The amount of said expenses shall be computed and determined on the basis of an
itemized schedule of engineering and inspection labor charges determined for the actual
hours of labor performed beyond a forty -hour work week, or beyond the scheduled date of
completion.
1 -09 MEASUREMENT AND PAYMENT
1 -09.8 Payment for Material on Hand (Addition)
Section 1 -09.8 of the Standard Specifications is supplemented with the following:
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 14
The Contractor is cautioned against placing orders for full quantities of materials until the
work has advanced to a state permitting the determination of the exact quantities required.
Estimates of quantities of materials furnished by the Engineer are understood to be
approximate only and, unless otherwise specified, the City will in no way be responsible for
any increased costs or extra expense that the Contractor may have to bear on account of
materials or work not being ordered at some earlier date.
Payment for "Material on Hand" will be made only when considered desirable and
appropriate by the City. The City reserves the right to make the final determination as to
whether payment will be made for "Material on Hand."
1 -09.9 Payments
Supplement this section with the following:
dy "Basis of Payment." In consideration of the faithful performance of all the covenants,
stipulations, and agreements of this Contract to be kept and performed by the Contractor,
the City covenants and agrees to pay the Contractor the amount bid as adjusted when so
stipulated in the Contractor's proposal for the work actually performed as determined by the
final estimate of the Engineer, less any deductions for failure to complete the work within the
time specified; and less any deductions for claims and damages paid by the City due to acts
or omissions of the Contractor and for which he is liable under this Contract.
Items or work clearly indicated in the Plans or in the Specifications as work under this
Contract but for which an item has not been set forth in the proposal shall be included in
other items of work. Failure to do so will not relieve the Contractor of his responsibility to
perform the work indicated and no other compensation will be allowed.
1- 09.9(2) Retainage
Section 1- 09.9(2) of the APWA Division I General Conditions is supplemented with the
following:
"r Upon completion of the project the retainage shall be returned to the Contractor when all of
the following are satisfied:
1. The Contractor and each Subcontractor shall submit to the City of Renton, and to
the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing
A Wages."
2. Following the acceptance of the project, the Contractor and each Subcontractor
shall submit to the City of Renton, and to the Department of Labor and Industries, an
"Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements
have been met.
3. The Contractor shall submit a "Request to Release" to the Department of Labor and
Industries. That agency provides the form.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 15
4. At least 30 days have elapsE�d since final acceptance of the project by the City of
Renton at one of its regularly scheduled meetings.
5. The City Clerk must have received a "Release" for the project form the Department
of Labor and Industries and a "Release" from the Department of Revenue.
6. The City Clerk must have received a letter from the Contractor, on the Contractor's
letterhead, stating that all bills and wages have been paid on this project.
1 -09.14 Payment Schedule (New Section)
GENERAL - Scope
A. Payment for the various items of the Bid Sheets, as further specified herein, shall
include all compensation to be received by the CONTRACTOR for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to thE) items of work being described, as necessary to
complete the various items of the WORK all in accordance with the requirements of
the Contract Documents, including all appurtenances thereto, and including all costs
of compliance with the regulations of public regulations of public agencies having
jurisdiction, including Safety and Health Administration of the US Department of Labor
(OSHA).
B. The Owner shall not pay for material quantities which exceed the actual measured
amount used and approved by the ENGINEER.
C. It is the intention of these specifications that the performance of all work under the bid
for each item shall result in the complete construction, in an accepted operating
condition, of each item.
Work and material not specifically listed in the proposal but required in the plans,
specifications, and general construction practice, shall be included in the bid price. No
separate payment will be made for these incidental items.
1- 09.14(1) Basic Bid (New Section)
This section is an outline of the basic bid items which determine the low bidder for this
project.
Bid Item 1: Mobilization (LS)
Mobilization includes the complete cost of furnishing and installing, complete and in -place
all work and materials necessary to move equipment and personnel to the job site, provide
and maintain all necessary support facilities and utilities, obtain all necessary permits and
licenses, prepare the site for construction operations, and maintain the site and surrounding
areas during construction.
NE 2N° ST STORM LINE EXTENSION PROJECT
Page 16
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage
of all equipment and material proposed to be located at the site. Storage shall not interfere
with use of the City ROW and residential access.
Contractor will need to coordinate all construction mobilization activities with the King
County Regional Communication and Emergency Coordination Center (KCRCECC) project
construction such as site access, location of staging area and any related construction
activities.
The Contractor shall prepare a Work Plan which shall include the following:
A. Proposed construction sequence and schedule for all major items of work.
B. Mobilization Plan showing the proposed location for storage of all equipment and
materials.
C. Erosion Control Plan for all stages of the project.
D. A plan to provide for cleaning and sweeping of any impacted roadways.
The Work Plan shall be submitted to the City for review, revision, and approval within 10
days of the contract award.
Final cleanup, dressing, and trimming the project area after construction, and removing all
personnel and equipment off the site is included in the Restoration bid item.
Payment for Mobilization will be made at the lump sum amount bid, which payment will be
considered complete compensation for all materials, equipment, and labor required to
complete this item of work in accordance with the Contract Documents. No more than 90%
of this item will be paid prior to the final payment.
Bid Item 2: Construction Surveying, Staking and As- Builts (LS)
Construction surveying, staking, and as -built notes and information shall be supplied by the
Contractor as provided in Supplemental Specifications 1- 05.5(4) and 1- 05.5(5). All survey
work shall be done under the direct supervision of a surveyor licensed by the State of
Washington, and in accordance with the City of Renton Surveying Standards.
The Contractor's surveyor shall provide the City with field books, as -built notes, prints with
the existing utilities encountered and as -built locations, and surveyor's seal and signature
per Supplemental Specification 1- 05.5(5). The surveyor shall provide the as -built stamp
and signature on the City mylar plan sheets, after the City adds the as -built information.
The City will provide base grade plan sheets for the surveyor's use.
Payment for Construction Surveying, Staking and As- Builts will be made at the lump sum
amount bid, which payment will be considered complete compensation for all materials,
equipment, labor, as -built information, and licensed surveyors seal and signature required
to complete this item of work in accordance with the Contract Documents.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 17
Bid Item 3: Traffic Control (LS)
The contractor shall prepare a Traffic Control Plan for review and approval by the City. The
plan shall address the proposed working areas, signage, flaggers, contractor access to the
working area, truck and equipment haul routes and emergency access during construction.
During construction, the contractor will be required to maintain a minimum 20 -foot
emergency access at all times along the King County Access Road as identified on the
construction plans. Emergency access shall also be maintained in the entrance to the
parking area serving the County trailers located just south of the proposed storm pipe,
approximately 380 feet south of the intersection of NE 2nd St. and the King County Access
Road.
Payment for Traffic Control will be made at a lump sum amount bid, which payment will be '
considered complete compensation for all labor, equipment. And material required for traffic
control as detailed in Supplemental Specifications as Section 1 -07.23 and Standard
Specifications Section 1- 07.23.
Bid Item 4: Erosion Control (L-15)
Work for this section includes planning, installing, maintaining, and removing temporary
erosion control for the project. Erosion control consists of all activities needed to prevent
soil erosion on the project site, creation of sediment laden water, and migration of sediment
laden water into the City drainage system, other water courses, or private property.
Erosion control includes catch basin protection, filter fabric fences, hay bales, placement of
plastic sheets over exposed soil and stockpiles, seeding, mulching, netting, cleaning catch
basins, temporary sediment ponds, etc., and any other activities needed to control erosion
from the project. The surface water control requirements of King County shall apply and the
King County, Washington, Surface Water Design Manual shall be used for sizing of all
facilities.
The Contractor shall develop a "red lined" erosion control plan and submit it to the City for
review and approval. The plan shall be based on the King County Surface Water Design
Manual, as adopted by the City of Renton, and proper construction practices. After the
erosion control system is installed the Contractor shall make any field adjustments
necessary to reduce or eliminate any erosion and discharge of sediment -laden water.
Payment for Erosion Control will be invade at the lump sum amount bid, which payment will
be considered complete compensation for all design, labor, equipment and materials
required to complete this item of worts in accordance with the Contract Documents.
Bid Item 5: Trench Shoring and (Excavation Safety Systems (LS)
The Contractor is responsible for providing adequate shoring and support for all
excavations to provide safe access for workers, prevent soil sluffing, soil loss, damage to
pavement, structures, utilities, and ground adjacent to the excavation. Trench Shoring and
Excavation Safety System shall comply with WAC 296 -155 Part N, Standard Specifications
Section 2- 09.3(3), and all other applicable State and Federal regulations.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 18
The Contractor shall submit a Shoring Plan to the City showing how shoring will be
accomplished and detailing the techniques and equipment that will be used. Shoring shall
be capable of supporting all earthloads and traffic loads. This bid item shall apply to all
excavations needed for the project.
Payment for Trench Shoring and Excavation Safety Systems will be made at the lump sum
bid price, which payment will be considered complete compensation for all materials,
equipment, and labor required to complete this item of work in accordance with the Contract
Documents.
Bid Item 6: 48 -inch CPEP Stormwater Pipe (LF)
This item includes the complete cost to furnish and install the 48 -inch CPEP stormwater
pipe. CPEP stormwater pipe shall meet the specifications detailed in Special Provisions
Section 9 -05.19 and Standard Specification 9- 05.20. Watertight joints shall be used.
Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications
9- 03.16. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12
inches above the top of the pipe, and compacted to 95 percent maximum density. The
contractor shall ensure proper placement and compaction of pipe bedding under the pipe
haunches. Payment for bedding material shall be included in the unit price.
This bid item shall include potholing of existing water and sewer lines as shown on the
plans.
Excavated soil shall be used as backfill for the project if it is a clean granular material
meeting the general requirements for select borrow material, the maximum particle size
shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent
compaction when placed. Payment for excavated soil backfill shall be included in the unit
price.
Excess excavated material will be disposed of offsite. This includes all soil, asphalt,
concrete, and other excavated material. Payment to haul and dispose of excess excavated
material shall be included in the unit bid price.
Imported backfill will be used only if native material is unsuitable for use as backfill, and
after approval by the City. Payment for imported backfill will be under a separate bid item.
Measurement of Corrugated Polyethylene Pipe (CPEP) will be based on lineal footage
measurements horizontally over the centerline of the installed pipe, including the length
through all fittings and from center to center of catch basins.
Payment for Furnish and Install 48 -inch CPEP Storm Pipe ofthe type and class shown will
be made at the linear foot bid price, which payment will be complete compensation for all
labor, materials, equipment, potholing of existing utilities, clearing and grubbing, excavation,
new pipe, installation, bedding, all appurtenances (such as special fittings, bends,
connections, manhole connectors, etc.), placement of trench back -fill, compaction,
compaction testing, dewatering, water, disposal of excess materials, grading, cleaning, and
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 19
testing, and temporary bypass of all storm system flows during construction etc. required for
complete installation, and to complete the work in accordance with the Contract Documents.
Imported backfill will be used only if native material is unsuitable for use as backfill, and
Excavated soil shall be used as backfill for the project if it is a clean granular material over
the centerline of the installed pipe, including the length through all fittings and from center to
center of catch basins.
Bid Item 7: Furnish and Install Gravel Trench Backfill (Ton) ,
This item will be used only when material from trench and structural excavations is
unsuitable for use as backfill, and the use of imported backfill is approved by the Engineer.
If the existing material is suitable for trench backfill the quantity for this item may be zero or
a minor amount. Imported backfill shall meet Standard Specifications Section 9 -03.19 and '
Supplemental Specification Section 7 -10.5.
No payment shall be made for costs due to over - excavation and subsequent backfill, unless
the inspector determines that the over- excavation could not be avoided. Over - excavation is
defined as trenching outside the maximum trench or excavation width.
Measurement for gravel trench backfill will be based on actual tonnage weight as
determined by measurement from a certified scale. The quantity for this item is included to
provide a common proposal for bid purposes. The actual quantity used in construction may
vary from that amount. The unit price will not be adjusted if the actual quantity used varies
by more than 25 percent.
Payment for Gravel Trench Backfill will be made at the unit price bid per ton, which payment
will be complete compensation for all labor, materials, equipment, select imported back -fill
material, haul, placement, compaction, compaction testing, etc. required to complete this
item of work in accordance with the Contract Documents.
Bid Item 8: Catch Basin Type 2.- 72 -inch Dia. (EA)
This item shall cover the complete cost to install new Type 2 Catch Basins. The price
includes all labor, materials, equipment, concrete base, precast concrete catch basin
sections, catch basin frame, grate or lid, climbing and fall restraint system, steps and
ladders, appurtenances, adjustment, connections to existing systems, excavation, native
material replacement and compaction, hauling and proper disposal of excess and
unsuitable materials, bedding, and all other items and work necessary to complete this item
of work.
Catch Basin Type 2 shall be per City of Renton Details Sheet C 5.1
Climbing and fall restraint system shall meet the requirements of Section 7- 05.2(1) of the
Special Provisions.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 20
Payment for Furnish and Install CB Type 2 will be made at the per each unit bid price which
payment will be considered complete compensation for all labor, equipment and materials
required to complete this item of work in accordance with the Contract Documents.
Bid Item 9: Connect To Existing CB Type 2 —72 -inch (LS)
This item shall cover the complete cost to connect the existing CB Type 2 — 72 -inch to the
new 48 -inch storm pipe. The price includes excavation, protecting the CB, any temporary
bypass needed to accomplish the connection, core drilling, installation of watertight plug,
joints and gaskets, additional pipe sections to match the existing pipe, backfilling, and all
other items and work necessary for a complete connection.
Contractor shall submit to the City for review and approval a temporary bypass plan that
shows how storm and base flows will be bypassed when the connection between the new
pipe and existing CB is made and the water tight seal is installed. A map has been
provided in the Standard Details section of the bid document that shows the upstream
drainage system. The contractor should be aware that the existing overflow on Monroe
Ave. NE has limited capacity.
Connection shall be per Standard Specification Section 7- 05.3(3). Any damage to the
manhole or storm pipe resulting from the Contractor's operation shall be repaired at no
expense to the City.
Bid Item 10: Pavement Saw Cutting (LF)
This item shall cover the complete cost for final saw cutting of the existing pavement for the
ACP trench patch. Measurement shall be per linear foot of saw cut. No payment will be
made for saw cutting required due to overexcavation and /or undermining of the existing
pavement along an area previously saw cut, or for pavement that may be thicker than
estimated.
Payment for Pavement Saw Cutting will be made at the unit bid price which payment will be
considered complete compensation for all labor, equipment and materials required to
complete this item of work in accordance with the Contract Documents.
Bid Item 11: Install ACP Trench Patch Class "B" (Ton
This bid item shall be used for all preparation, placement and restoration costs associated
with asphalt concrete pavement (ACP) work for trench patching.
All areas will be restored as shown on the plans. The ACP layer above the crushed
surfacing shall be a minimum of 3- inches of class "B" asphalt.
ACP replacement and restoration shall meet the specification detailed in Special Provisions
Section 5 -04 and the Supplemental Specifications Section 5 -04. Utility adjustment is
included in this bid item. No additional payment will be made to correct ACP not installed in
accordance with the Specifications.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 21
Old asphalt, soil, and other excavated material will be disposed of offsite. Payment to
remove, haul, and dispose of old asphalt and other excavated material shall be included in
the unit bid price.
All patches and repairs will be joined to existing pavement with a clean, sawcut joint.
Feathering of edges is not acceptable. Any damaged pavement will be restored by
sawcutting and removing damaged asphalt, supplementing and compacting the base, and
placing new asphalt. The cost for sawcutting shall be under a separate bid item.
Measurement for furnishing and installing ACP pavement will be based on actual tonnage
weight as determined by measurement from a certified scale. The quantity for this item is
included to provide a common proposal for bid purposes. The actual quantity used in
construction may vary from that amount. The unit price will not be adjusted if the actual
quantity used varies by more than 25) percent.
No measurement or payment will be made for repairing damage to ACP surfaces due to the
Contractor's use or neglect; such will be at the Contractor's sole expense.
Payment to Install ACP Trench Patch will be made at the unit price bid per ton, which
payment will be considered complete compensation for all labor, equipment and materials
required to complete this item of work in accordance with the Contract Documents,
including haul, notifications, aggregate, sweeping, utility marking and adjustment, tack coat,
furnishing and preparing subgrade, sawcutting, removal of existing asphalt, pavement
grinding, feathering, joint sealing, cleanup, etc. required to complete this item of work.
Bid Item 12 Furnish and Install Crushed Gravel Surfacing (Ton
This bid item shall involve preparing areas, furnishing, placing and compacting crushed
gravel surfacing for ACP pavement, gravel shoulders and other areas as shown on the
Details Sheet C 5.1 and as directed by the City. This item includes Base Course per
Standard Specifications Section 9- 03.9(3).
Existing gravel shoulders shall be replaced with 1 to 2 inches of crushed surfacing base
course per Standard Spec. 9- 03.9(3). This includes placing gravel along the shoulder.
Measurement for furnishing and installing crushed gravel surfacing will be based on actual
tonnage weight as determined by measurement from a certified scale. The quantity for this
item is included to provide a common proposal for bid purposes. The actual quantity used
in construction may vary from that arnount. The unit price will not be adjusted if the actual
quantity used varies by more than 25 percent.
Payment to Furnish and Install Crushed Gravel Surfacing will be made at the unit price bid
per ton, which payment will be considered complete compensation for all labor, equipment
and materials required to complete this item of work in accordance with the Contract
Documents.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 22
Bid Item 13: Remove /Reinstall or Replace Existing Chain Link Fence (LS)
This item consists of all tasks necessary to remove, reinstall or replace existing section(s) of
chain link fence as necessary to install new storm pipe as shown on plans. The contractor
shall reinstall the existing section(s) fence or replace with new chain link fence.
Payment to Remove /Reinstall Existing Chain Link Fence will be made at the lump sum
amount bid, which payment will be considered complete compensation for all labor,
equipment and materials required to remove, reinstall or replace existing section(s) of chain
link fence as necessary to original condition or better.
Bid Item 14: Restore Complete Project (LS)
This item consists of all tasks necessary to completely clean and restore the project work
area, any areas outside of the work limits that are affected by the contractor, any damaged
areas, and demobilize from the project site. All streets shall be power swept and cleaned at
the end of the project.
Restoration shall include replacement of any existing survey markers and monuments that
are removed or damaged during construction at the contractor's expense, per Special
Provision Section 1- 07.16(3)A.
Payment to Restore Complete Project will be made at the lump sum amount bid, which
payment will be considered complete compensation for all labor, equipment and materials
including salvaging existing and /or providing new imported topsoil, finish grading, planting
or replanting where applicable to replace landscape shrubs and plants, hydroseeding,
mulch, fertilizer, excelsior matting, one -year guarantee, sweeping, dressing, trimming, site
cleanup, etc. required to complete this item of work in accordance with the Contract
Documents.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 23
DIVISION 2
EARTHWORK
2 -01 CLEARING, GRUBBING AND ROADSIDE CLEANUP
2 -01.1 Description
Delete the first paragraph of this section and replace with the following:
The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans
which are required for the execution of construction activities. Trees and shrubs may be
removed only after approval by the City.
2 -01.2 Disposal of Usable Material and Debris
Delete the third paragraph of this section and replace with the following:
Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be
disposed of in such manner as to meet all requirements of state, country and municipal
regulations regarding health, safety and public welfare.
2- 01.3(5) Shrub Removal (New Section)
If it is necessary to move shrubs during construction, the Contractor shall remove the
shrubs and replace them in -kind in the original locations after completion of the work. If a
shrub is damaged during construction, the City may require the Contractor to replace in like
size and kind.
2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2 -02.1 Description
Supplement this section with the following:
The work shall consist of necessary removal and disposal of existing improvements,
including pavements, concrete road structures, manholes, abandoned piping, and other
items necessary for the completion of the project.
All removal will be considered incidental to the work unless specifically identified as a bid
item.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 24
2 -02.3 Construction Details
2- 02.3(1) General Requirements
Supplement this section with the following:
The removal(s) shall be conducted in such a manner as not to damage existing utilities,
roadway, and other structures that are to remain in place. The Contractor shall repair,
replace, or otherwise restore damage resulting from his activities. The limits of removal for
concrete or rigid materials shall be either the edge of the structure, an existing construction
joint, or a new sawcut.
The depth of saw cuts shall be such as will accomplish the intended purpose, and will be
determined in the field to the satisfaction of the Engineer. Sawing shall be considered
incidental to the other bid items.
2- 02.3(1)A Salvage (New Section)
Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable
value shall be carefully salvaged and delivered to the City in good condition, and as directed
by the City. Materials and items deemed of no value by the City shall be removed by the
Contractor, and shall become the Contractor's property to be disposed of at no additional
cost to the City.
2- 02.3(7)D Contractor Provided Disposal Site (Addition)
Waste materials shall be hauled to a waste site secured by the Contractor and shall be �.
disposed of in such a manner as to meet all requirements of state, county and municipal
regulations regarding health, safety and public welfare.
2 -02.5 Payment
Delete entire section and replace with the following:
See bid items descriptions for units of measure and payment.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 25
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5 -04 ASPHALT CONCRETE PAVEMENT
5 -04.1 Description
Add the following:
Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in
accordance with the Contract Documents.
5 -04.2 Materials
Supplement this section with the following:
Tack Coat
Tack coat shall be emulsified asphalt grade CSS -1 as specified in Section 9- 02.1(6) of the
Standard Specifications.
5 -04.3 Construction Requirements
5- 04.3(2) Hauling Equipment
Add the following to the first paragraph:
If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its
representative, reserves the right to reject the load. Rejection of load due to non - protection
will not be basis for any compensation.
5- 04.3(5)C Crack Sealing
Delete the first sentence and replace with the following:
Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and
joints, they shall be cleaned with a stiff - bristled broom and compressed air.
w. 5- 04.3(9) Spreading and Finishing
Supplement this section with the following:
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 26
Asphalt Concrete Pavement (ACP) Class B
ACP Class B shall be placed to the compacted depths specified herein, equal to existing
ACP thickness for restored ACP, or as shown on the Contract as leveling and wearing
course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts.
Placement shall be in accordance with applicable provisions of Section 5 -04.
5- 04.3(17) Paving Under Traffic:
Add the following sentence to the second paragraph of this section:
No traffic shall be allowed on newly placed pavement without the approval of the Engineer.
5 -04.5 Payment
See bid items descriptions for units of measure and payment.
5- 04.6(4)A Preparation of Existing Surfaces
The Contractor shall provide their ov ✓n mechanical sweeping equipment. The sweeper will
be standing by prior to the start of paving, to insure the streets to be paved are clean before
the tack coat is applied. The sweeper will keep the streets clean ahead of the paving
machine and clean the streets behind the empty trucks that have dumped their loads into
the paving machine. The sweeper must sweep all streets made dirty by the Contractor's
equipment. If the paving machine is "walked" from one site to another, the sweeper must
sweep up behind paving machine. The sweeper shall not leave the overlay site until given
permission by the City's inspector.
Preparation of existing surface shall be done as outlined in this section and a tack coat shall
be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of
the surface and application of the tack coat shall be considered incidental to the paving and
no separate payment shall be made.
5- 04.6(5) Payments
See bid items descriptions for units of measure and payment.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 27
DIVISION 7
DRAINAGE
7 -04 STORM SEWER
7 -04.2 Materials
Add the following:
The storm sewer pipe shall be the size indicated on the Plans. Unless otherwise indicated
on the Plans, corrugated polyethylene storm sewer pipe (CPEP) shall be used for all storm
sewer pipes. Pipe shall be tested per Section 7- 4.3(1)E of the WSDOT Standard
Specifications as applicable.
7 -04.5 Payment
See bid items descriptions for units of measure and payment.
7 -05 MANHOLES, INLETS, AND CATCH BASINS
7 -05.1 Description
Section 7 -05.1 shall be supplemented with the following:
Delete the reference to "Standard Plans" and replace it with "City of Renton Standard
Details."
7 -05.2 Materials
7- 05.2(1) Climbing and Fall Restraint System (New Section)
Contractor shall install a climbing and fall restraint system manufactured by SURETRACK®
or approved equal.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 28
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS
7- 08.3(1)D Dewatering
It shall be the sole responsibility of the Contractor to determine what, if any, dewatering
measures and efforts may be needed. All costs for dewatering operations, including but not
limited to materials, equipment and labor, shall be considered incidental to other bid items
as no separate monies will be due to the Contractor for this work.
If dewatering measures are necessary, then it shall be the sole responsibility of the
Contractor to control the rate and effect of the dewatering in such a manner as to avoid all
objectionable settlement and subsidence. The Contractor shall comply with all codes,
regulations and ordinances of applicable governing authorities with regard to drilling,
dewatering, and erosion control. The significant removal of "fines" is not permitted.
The Contractor shall submit to the Owner for review and approval prior to dewatering
activities, a dewatering plan discussing proposed methods, equipment sizes, and
contingency plans should dewatering cause settlement of adjacent facilities. The
dewatering plan shall show specific locations, in plan and section where dewatering is
expected as well as a general discussion of methods should water be encountered in other
locations.
1
Before operations begin, the Contractor shall have available on site sufficient pumping
equipment and /or other machinery to assure that the operation of the dewatering system
can be maintained. The Contractor shall provide direct power drops or use a "Whisper"
generator for the dewatering process and is responsible for coordinating and furnishing all —,
power drops.
During excavation, installing of conduit and structures, and the placing of backfill,
excavations shall be kept free of water. The Contractor shall furnish all equipment
necessary to dewater the excavation and shall dispose of the water in such a manner as
not to cause a nuisance or menace to the public. The dewatering system shall be installed
and operated by the contractor so that the groundwater level outside the excavation is not
reduced to the extent that would damage or endanger adjacent structures or property. The
release of groundwater to its static level shall be performed in such a manner as to maintain
the undisturbed state of the natural foundation soil, prevent disturbance of backfill and
prevent movement of structures and pipelines.
Dewatering shall be done by such method as the Contractor may elect. Dewatering
sufficient to maintain the groundwater level at or below the surface of trench bottom, base of
the bedding course or other foundation shall be accomplished prior to pipe laying and
jointing or placement of reinforcing steel for concrete. The dewatering operation, however
accomplished, shall be carried out so that it does not destroy or weaken the strength of the
soil under or alongside the excavation. If well points or wells are used, they shall be
adequately spaced to provide the necessary dewatering and shall be sandpacked or
provided with other means to prevent pumping of fine sands or silts from the subsurface. A
continual check by the Contractor shall be maintained to insure that the subsurface soil is
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 29
not being removed by the dewatering operation. Where critical structures or facilities exist
immediately adjacent to areas of proposed dewatering, reference points shall be
established and observed at frequent intervals to detect any settlement which may develop.
Should settlement be observed, the Contractor shall cease dewatering operations and
implement contingency plans as outlined in the approved dewatering plan. The
responsibility for conducting the dewatering operation in a manner which will protect
adjacent structures and facilities rests solely with the Contractor. The cost of repairing any
damage to adjacent structures and restoration of facilities shall be the responsibility of the
Contractor. Permanent piping systems existing or new shall not be incorporated into the
Contractor's dewatering system.
All wells shall be abandoned in accordance with the Washington Administrative Code
Section 173 - 160.415. Contractor shall procure and pay for any approval(s) and /or permit(s)
required by the Department of Ecology in regards to the construction, use and
abandonment of dewatering wells. The Contractor shall also be required to comply with all
conditions and requirements mandated by the Department of Ecology and is encouraged to
familiarize himself /herself with current regulations in this regard. All costs of same shall be
included in the various lump sum and unit prices bid as listed in the Proposal as no
separate monies will be due the Contractor for this work.
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 30
DIVISION 8
MISCELLANEOUS CONSTRUCTION
6 8 -01 EROSION CONTROL
8 -01.1 Description
Supplement this section with the following:
Work shall include the placement of temporary and permanent erosion control facilities
during the duration of this project. The Contractor will be held responsible for maintenance
of all erosion control facilities necessary during the duration of this contract.
Work shall include but not be limited to the following:
• Storm Drain Inlet Protection
• Hay Bales and Mulch
• Covering Soil with Plastic Covering
Miscellaneous Erosion Control
8- 01.3(3) Miscellaneous Erosion Control (New Section)
Contractor shall take all necessary precautions to prevent sediment from construction
activities from entering into storm water systems or natural waterways and from being
transported away from the construction area by storm water.
8 -01.5 Payment
Delete entire section and replace with the following:
See bid items descriptions for units of measure and payment.
8 -22 PAVEMENT MARKING
n7-j
8 -22.1 Description
Supplement this section with the following:
All existing pavement markings and markers that are removed by the Contractor's activities
related to this project shall be replaced in the original location and shall be of similar type.
Markings and markers shall be in accordance with the City of Renton Standard Plans.
NE 2ND ST STORM LINE EXTENSION PROJECT
i
Page 31
8 -22.5 Payment
Supplement this section with the f0111Dwing:
Bid items with descriptions, units of measure and payment are outlined in Section 1- 09.3(1).
If a bid item for Pavement Marking is not listed, the cost of all such work shall be considered
incidental and included within the unit bid prices in the contract.
n
NE 2ND ST STORM LINE EXTENSION PROJECT
Page 32
DIVISION 9
MATERIALS
9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9 -05.19 Corrugated Polyethylene Culvert Pipe (CPEP) (Addition)
Corrugated Polyethylene Pipe (CPEP) shall be 48 -inch corrugated high- density
polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems
r• (ADS), or approved equivalent.
' CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294,
Type S.
Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate
gasket and fitting socket with manufacturer - approved lubricant prior to pushing pipe into
fitting.
9 -16.6 Cleaning
Perform cleaning during installation of the work and upon completion of the work. Remove
from the site all excess materials, debris and equipment. Repair damage to any project
features.
9 -16.8 Payment
See bid items descriptions for units of measure and payment.
r�
NE 2ND ST STORM LINE EXTENSION PROJECT
r..,
Page 33
6.
IN
ir.
IN
CITY SURVEY CONTROL
INFORMATION
0000
n<o
♦
�N
CITY OF RENTON
SURVEY CONTROL NETWORK
Vertical Control
3rd Order, 1st Class
North American Vertical Datum 1988 Meters
Horizontal Control
2nd Order, 1st Class
North American Datum 1983/1991 Meters
V Printing January 1995
2 "d Printing January 1997
Revised & Reprinted May 2000
TS SERVER / /SYS2V%4APS \83m \control\scn.doc Title 2 May, 2000
I
TABLE OF CONTENTS
SECTION I
SURVEY CONTROL NETWORK DESCRIPTION ... ............................... i
' SURVEYING STANDARDS ................................... .........................1 -11 -1
MONUMENT CASE & COVER STANDARD PLAN .......................H031
SECTION II
MAPS, DESCRIPTIONS & VALUES
Section Index Map
................................................ ............................... Index
Section Township
Range
Page
13
T23N
R4E WM
................................... ............................... F2
14
T23N
R4E WM
................................... ............................... F1
24
T23N
R4E WM
..................................... .............................G2
25
723N
R4E WM
..................................... .............................H2
36
T23N
R4E WM
.................................... ............................... I2
5
T22N
R5E WM
.................................... ............................... J4
6
T22N
R5E WM
.................................... ............................... J5
3
T24N
R5E WM
..................................... .............................D6
4
T23N
R5E WM
..................................... .............................D5
5
T23N
R5E WM
..................................... .............................D4
7
T23N
R5E WM
................................... ............................... E3
8
T23N
R5E WM
................................... ............................... E4
9
T23N
R5E WM
................................... ............................... E5
10
T23N
R5E WM
................................... ............................... E6
11
T23N
R5E WM
................................... ............................... E7
14
T23N
R5E WM
................................... ............................... F7
15
T23N
R5E WM
................................... ............................... F6
16
T23N
R5E WM
................................... ............................... F5
17
T23N
R5E WM
................................... ............................... F4
18
T23N
R5E WM
................................... ............................... F3
19
T23N
R5E WM
..................................... .............................G3
20
T23N
R5E WM
..................................... .............................G4
21
T23N
R5E WM
..................................... .............................G5
22
723N
R5E WM
..................................... .............................G6
29
T23N
R5E WM
..................................... .............................H4
30
T23N
R5E WM
..................................... .............................H3
31
T23N
R5E WM
.................................... ............................... I3
32
T23N
R5E WM
.................................... ............................... I4
29
T24N
R5E WM
..................................... .............................B4
31
T24N
R5E WM
................................... ............................... C3
32
T24N
R5E WM
................................... ............................... C4
TS_ SERVER/ /SYS2WMS183m \controi\scn.doc Table of Contents 2 May 2000
CITY OF RENTON
SURVEY CONTROL NETWORK
The City of Renton Survey Control Network is the result of a three year project by the
Technical Services Section of the Planning & Technical Services Division of the
Planning/Building/Public Works Department and several private surveying firms working
for the city. The purpose of this network is to provide an accessible common datum for
all public and private projects within the city. Thus facilitating city wide infrastructure
management and analysis and assuring compatibility between the various utility systems
and system projects.
This project started in 1992 with the formation of a Horizontal and Vertical Control
Network Committee to prepare a plan for the development and maintenance of a Survey
Control Network for the City. The committee members were:
Robert Anderson PLS; Bush, Roed & Hitchings, Inc.,
Carrie Davis; Technical Services Section (Recorder),
Abdoul Gafour; Utility Systems Division,
Ameta Henninger; Plan Review Section, Development Services Division,
Jae Lee; Transportation Systems Division,
Robert Mac Onie; Technical Services Section (Chairman),
Jon Warren PLS; Dodds Engineers, Inc.,
Dennis Wegenast; National Geodetic Survey.
The committee developed the standards, specifications and phasing for all ensuing work.
All survey work meets the requirements specified by the Federal Geodetic Control
Committee in Standards and Specifications for Geodetic Control Networks dated September
1984. The project was split into three phases: 1) monument recovery, 2) horizontal
control and 3) vertical control. The monument recovery project was performed by Dodds
Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This
project identified existing Public Land Survey System corner monuments and other
monuments (NGS, C &GS, King County, City of Bellevue, major intersections and those
located near current and proposed capital improvement projects) important to the
development of a survey control network. In most cases, street centerline monuments
were selected for both horizontal and vertical control due to stability and maintenance
considerations.
The second and third phases ran concurrently during 1993 & 1994. The horizontal
control phase was executed by Bush, Roed & Hitchings, under the direction of Robert
Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal
Geodetic Control Subcommittee Standards for GPS control surveys as defined in
Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington
State Plane, 2nd Order, 1st Class, northing and easting values for 122 monuments in and
TS_ SERVER / /SYS2\MAPS \83m \control\scn.doc i 2 May 2000
around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision
geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN)
controlled the GPS survey. All coordinates show are "Washington Coordinate System of
1983/1991, North Zone."
The vertical control phase was performed by Triad Associates, under the direction of
Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star *Lev
adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class,
elevations on 190 monuments in and around the City with 70 of these being horizontal
control monuments as well. The leveling project was divided into seven primary
interdependent loops connected at a minimum of two points with common benchmarks.
Additional legs were run across the primary loops tying into two benchmarks at both
ends. A total of 15 NGS benchmarks were part of the network, four of which were held
in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617)
and provided substantial agreement (less than or equal to 5mm) with 5 others.
The City, in 1995, will have reference points set for all Survey Control Network street
centerline monuments not currently referenced. Over the next several years monuments
in need of upgrade will be reset as part of an ongoing maintenance program or where
capital improvement projects would likely disturb them.
As an adjunct to the Survey Control Network the city has developed the enclosed
Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of
these standards which were modified to require the use of the Survey Control Network
for all public and private development projects within the city and define the
responsibilities of the surveyor in the establishment of new monuments and their
associated records. The standards have been reviewed by at least ten licensed surveyors
for completeness and suitability.
The City of Renton and its urban growth area lie between latitudes 47° 25' North to the
south and 47° 32' 30" North to the north. In most cases the combined scale factor
(elevation and grid scale) throughout this area can be treated as equal to 1.0000000.
Table 1. shows the grid scale factors for each minute of latitude in the Renton area
identified above.
Please note that the relative accuracy for the grid scale factors is approximately 1 in
' 60,000 at 470 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for
most survey work will have no impact on surveys covering less than 1.5 miles.
� I
ITS_ SERVER //SYS21MAPS\83m \control\scn.doc it 2 May 2000
TABLE 1.
LAMBERT CONFORMAL CONIC PROJECTION TABLE
Washington Coordinate System of 1983/1991, North Zone for Renton
The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2
shows the scale factor due to elevation.
TABLE 2.
SEA LEVEL REDUCTION TABLE
Renton
Elevation
Tabular.
Grid
Latitude
Radius
Difference
Scale
0.9999761
1000
0.9999522
for 1 " of Lat.
Factor
470
25'
5807452.516
30.88355
1.00001659
470
26'
5805599.504
30.88353
1.00001310
470
27'
5803746.492
30.88352
1.00000970
470
28'
5801893.480
30.88351
1.00000638
470
29'
5800040.470
30.88350
1.00000315
470
30'
5798187.460
30.88349
1.00000000
470
31'
5796334.450
30.88349
0.99999693
470
32'
5794481.441
30.88349
0.99999395
470
33'
5792628.431
30.88349
0.99999105
The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2
shows the scale factor due to elevation.
TABLE 2.
SEA LEVEL REDUCTION TABLE
Renton
Elevation
Sea Level
Feet
Factor
Sea Level
1.0000000
500
0.9999761
1000
0.9999522
The worst case relative accuracy for an elevation of 650 feet with an interpolated scale
factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case
grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative
accuracy of approximately 1 in 25,000.
It should be noted that Washington state uses the US survey foot and the conversion
between feet and meters is 3937/1200 or 3.28083333 feet per meter.
An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and
around Renton yields a conversion factor of +1.092 meters going from NGVD 1929 to
NAVD 1988.
The information in this document has been extensively reviewed but there is always the
possibility that some particulars of the monument locations, descriptions or values are
either misleading or incorrect. If any such errors are found please contact the City of
Renton's Mapping Supervisor at-7S69. This document will be updated on an
ongoing basis as monuments are upgraded, added or as corrections are made.
TS_ SERVER / /SYS2\MAPS \83m \control\scn.doc iii 2 May 2000
i
r-
1
City of Renton
Surveying Standards
� I
� I
I I
' City of Renton Standard Plans & Supplemental Specifications
Section 1 -11
Adopted December 16, 1996
Effective January, 21, 1997
TS SERVER/ /SYS2 \MAPS \83m \control\scn_doc 1 -11 -1 2 May 2000
1 -11 Renton Surveying Standards
1- 11.1(1) Responsibility for surveys (RC)
All surveys and survey reports shall be prepared
under the direct supervision of a person
registered to practice land surveying under the
provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared
in accordance with the requirements established
by the Board of Registration for Professional
Engineers and Land Surveyors under the
provisions of Chapter 18.43 RCW.
1- 11.1(2) Survey Datum and Precision
(RC)
The horizontal component of all surveys shall
have as its coordinate base: The North
American Datum of 1983/91.
All horizontal control for projects must be
referenced to or in conjunction with a minimum
of two of the City of Renton's Survey Control
Network monuments. The source, of the
coordinate values used will be shown on the
survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall
meet or exceed the closure requirements of
WAC 332 - 130 -060. The control base! lines for
all surveys shall meet or exceed the requirements
for a Class A survey revealed in Table 2 of the
Minimum Standard Detail Requirements for
ALTA/ACSM Land Title Surveys jointly
established and adopted by ALTA and ACSM in
1992 or comparable classification in future
editions of said document. The an and
linear closure and precision ratio of traverses
used for survey control shall be revealed on the
face of the survey drawing, as shall the method
of adjustment.
The horizontal component of the control system
for surveys using global positioning system
methodology shall exhibit at least I part in
50,000 precision in line length dependent error
analysis at a 95 percent confidence level and
performed pursuant to Federal Geodetic Control
Subcommittee Standards for GPS control
surveys as defined in Geometric Geodetic
Accuracy Standards & Specifications for Using
GPS Relative Positioning Techniques dated
August 1, 1989 or comparable classification in
future editions of said document..
The vertical component of all surveys shall be
based on NAVD 1988, the North .American
Vertical Datum of 1988, and tied to at least one
of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks
within 3000 feet of the project site a tie to both
shall be made. The benchmark(s) used will be
shown on the drawing. If a City of Renton
benchmark does not exist within 3000 feet of a
project, one must be set on or near the project in
a permanent manner that will remain intact
throughout the duration of the project. Source of
elevations (benchmark) will be shown on the
drawing, as well as a description of any bench
marks established.
1- 11.1(3) Subdivision Information (RC)
Those surveys dependent on section subdivision
shall reveal the controlling monuments used and
the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a
plat or short plat shall reveal the controlling
monuments, measurements, and methodology
used in that retracement.
1- 11.1(4) Field Notes (RC)
Field notes shall be kept in conventional format
in a standard bound field book with waterproof
pages. In cases where an electronic data
collector is used field notes must also be kept
with a sketch and a record of control and base
line traverses describing station occupations and
what measurements were made at each point.
Every point located or set shall be identified by a
number and a description. Point numbers shall
be unique within a complete job. The preferred
method of point numbering is field notebook,
page and point set on that page. Example: The
first point set or found on page 16 of field book
348 would be identified as Point No. 348.16.01,
the second point would be 348.16.02, etc.
Upon completion of a City of Renton project,
either the field notebook(s) provided by the City
or the original field notebook(s) used by the
surveyor will be given to the City. For all other
work, surveyors will provide a copy of the notes
to the City upon request. In those cases where
an electronic data collector is used, a hard copy
print out in ASCII text format will accompany
the field notes.
1- 11.1(5) Corners and Monuments (RC)
Corner A point on a land boundary, at the
juncture of two or more boundary lines. A
monument is usually set at such points to
TS_SERVER//SYS2 \MAPS \83m \control\scn.doc 1 -11 -5 2 May 2000
J
1
e
physically reference a corner's location on the
ground.
Monument Any physical object or structure of
record which marks or accurately references:
• A corner or other survey point established
by or under the supervision of an individual
per section 1- 11.1(1) and any corner or
monument established by the General Land
Office and its successor the Bureau of Land
Management including section subdivision
comers down to and including one - sixteenth
corners; and
• Any permanently monumented boundary,
right of way alignment, or horizontal and
vertical control points established by any
governmental agency or private surveyor
including street intersections but excluding
dependent interior lot corners.
1- 11.1(6) Control or Base Line Survey
(RC)
Control or Base Line Surveys shall be
established for all construction projects that will
create permanent structures such as roads,
sidewalks, bridges, utility lines or appurtenances,
signal or light poles, or any non - single family
building. Control or Base Line Surveys shall
consist of such number of permanent monuments
as are required such that every structure may be
observed for staking or "as- builting" while
occupying one such monument and sighting
another such monument. A minimum of two of
these permanent monuments shall be existing
monuments, recognized and on record with the
City of Renton. The Control or Base Line
Survey shall occupy each monument in turn, and
shall satisfy all applicable requirements of
Section 1 -11.1 herein.
The drawing depicting the survey shall be neat,
legible, and drawn to an appropriate scale.
North orientation should be clearly presented
and the scale shown graphically as well as noted.
The drawing must be of such quality that a
reduction thereof to one -half original scale
remains legible.
If recording of the survey with the King County
Recorder is required, it will be prepared on 18
inch by 24 inch mylar and will comply with all
provisions of Chapter 58.09 RCW_ A
photographic mylar of the drawing will be
submitted to the City of Renton and, upon their
review and acceptance per the specific
TS_ SERVER / /SYS2kMAPS \83 m \control\scn_doc
requirements of the project, the original will be
recorded with the King County Recorder.
If recording is not required, the survey drawing
shall be prepared on 22 inch by 34 inch mylar,
and the original or a photographic mylar thereof
will be submitted to the City of Renton.
The survey drawings shall meet or exceed the
requirements of WAC 332 - 130 -050 and shall
conform to the City of Renton's Drafting
Standards. American Public Works Association
symbols shall be used whenever possible, and a
legend shall identify all symbols used if each
point marked by a symbol is not described at
each use.
An electronic listing of all principal points
shown on the drawing shall be submitted with
each drawing. The listing should include the
point number designation (corresponding with
that in the field notes), a brief description of the
point, and northing, easting, and elevation (if
applicable) values, all in ASCII format, on IBM
PC compatible media.
1- 11.1(7) Precision Levels (RC)
Vertical Surveys for the establishment of bench
marks shall satisfy all applicable requirements of
section 1 -05 and I -11.1.
Vertical surveys for the establishment of bench
marks shall meet or exceed the standards,
specifications and procedures of third order
elevation accuracy established by the Federal
Geodetic Control Committee.
Bench marks must possess both permanence and
vertical stability. Descriptions of bench marks
must be complete to insure both recoverablilty
and positive identification on recovery.
1- 11.1(8) Radial and Station — Offset
Topography (RC)
Topographic surveys shall satisfy all applicable
requirements of section 1 -11.1 herein.
All points occupied or back sighted in
developing radial topography or establishing
baselines for station -- offset topography shall
meet the requirements of section I -11.1 herein.
The drawing and electronic listing requirements
set forth in section 1 -11.1 herein shall be
observed for all topographic surveys.
1- 11.1(9) Radial Topography (RC)
Elevations for the points occupied or back
sighted in a radial topographic survey shall be
determined either by 1) spirit leveling with
misclosure not to exceed 0.1 feet or Federal
1 -11 -5 2 May 2000
Geodetic Control Committee third order
elevation accuracy specifications, OR 2)
trigonometric leveling with elevation differences
determined in at least two directions for each
point and with misclosure of the circuit not to
exceed 0.1 feet.
1- 11.1(10) Station — Offset Topography
(RC)
Elevations of the baseline and topographic points
shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee
specifications as to the turn points and shall not
exceed 0.1 foot's error as to side shots.
1- 11.1(11) As -Built Survey (RC)
All improvements required to be "as- built" (post
construction survey) per City of Renton Codes,
TITLE 4 Building Regulations and TITLE 9
Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or
by a Station offset survey. The "as- built" survey
must be based on the same base line or control
survey used for the construction staking survey
for the improvements being "as- built ". The "as-
built" survey for all subsurface improvements
should occur prior to backfilling. Close
cooperation between the installing contractor and
the "as- builting" surveyor is therefore required.
All "as- built" surveys shall satisfy the
requirements of section 1- 11.1(1) herein and
shall be based upon control or base line surveys
made in conformance with all of section 1 -11.1
and 1- 11.3(1) herein.
The field notes for "as- built" shall meet the
requirements of section 1- 11.1(4) herein and
submitted with stamped and signed "as- built"
drawings which includes a statement certifying
the accuracy of the "as built ".
The drawing and electronic listing requirements
set forth in section 1- 11.1(6) herein shall be
observed for all "as- built" surveys.
1- 11.1(12) Monument Setting and
Referencing (RC)
All property or lot corners, as defined in 1-
11.1(5), established or reestablished on a plat or
other recorded survey shall be referenced by a
permanent marker at the comer point per 1-
11.2(1). In situations where such markers are
impractical or in danger of being destroyed, e.g.,
the front corners of lots, a witness marker shall
be set. In most cases, this will be the extension
of the lot line to a tack in lead in the curb. The
relationship between the witness monuments and
their respective corners shall be shown or
described on the face of the plat or survey of
record, e.g., "Tacks in lead on the extension of
the lot side lines have been set in the curbs on
the extension of said line with the curb." In all
other cases the corner shall meet the
requirements of section 1- 11.2(1) herein.
All non comer monuments, as defined in 1-
11.1(5), shall meet the requirements of section
1- 11.2(2) herein. If the monument falls with in a
paved portion of a right of way or other area, the
monument shall be set below the ground surface
and contained within a lidded case kept separate
from the monument and flush with the pavement
surface, per section 1- 11.2(3).
In the case of right of way centerline monuments
all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul de
sacs shall be set. If the point of intersection, PI,
for the tangents of a curve fall within the paved
portion of the right of way, a monument can be
set at the PI instead of the PC and PT of the
curve.
For all non corner monuments set while under
contract to the City of Renton or as part of a City
of Renton approved subdivision of property, a
City of Renton Monument Card (furnished by
the city) identifying the monument; point of
intersection (PI), point of tangency (PT), point of
curvature (PC), one - sixteenth corner, Plat
monument, street intersection, etc., complete
with a description of the monument, a minimum
of two reference points and NAD 83/91
coordinates and NAVD 88 elevation shall be
filled out and filed with the city.
1 -11.2 Materials
1- 11.2(1) Property/Lot Corners (RC)
Corners per 1- 11.1(5) shall be marked in a
permanent manner such as 1/2 inch diameter
rebar 24 inches in length, durable metal plugs or
caps, tack in lead, etc. and permanently marked
or tagged with the surveyor's identification
number. The specific nature of the marker used
can be determined by the surveyor at the time of
installation.
1- 11.2(2) Monuments (RC)
Monuments per 1- 11.1(5) shall meet the
requirements as set forth in City of Renton
Standard Plans page H031 and permanently
TS_ SERVER/ /SYS2\MAPS \83m \control�scn.doc 1 -11 -5 2 May 2000
marked or tagged with the surveyor's
identification number.
1- 11.2(3) Monument Case and Cover
(RC)
Materials shall meet the requirements of section
9 -22 and City of Renton Standard Plans page
H031.
TS_ SERVER / /SYS2\"S\83m\control \scn.doc 1 -11 -5 2 May 2000
m
O m O S
>NC m n-IT �•N
C)
C_ m C m O m m
v>
C )z C L12
N CI A ZE Cl O
m
m <mm--lm -i O
z S 7O
-4 O o 3 m Z 3
N �) >:J D O O
N z m z t/ f Z
�zmczo
O m S •-4 N
Z i m- N S m
n-- 4 -zzm�> z
zpr --4m➢r -a
> z r I r
o n n n
mNZ >•--.NCJ >
C O N A S m N
v -1mc�➢ m
v CrG)
r o> 3 r A >
mm z -n D z
3 v Cn o
M < v
2 m
z m m n
-4
m .< < o
➢c1l 30 <
rNmmt)z m So
zznzzn f
m t A O m N >
2• m O-1 N
�) S
)-
A r O c) z
n r N Cl
D n A • •--1
-1 CD — > z
O
CD -.
0 0 -4 N
Z=
N = >
m nO >O --4
n O m< m m
n o m N
o
C3 m n)v C) c) m
M! m A m z a
177 D >
Z m
O n CD
L7 3
LM m
� N Z
-n O C)
�
m:lza O
-- Z > -"1 0 �)
n-
C) � mm n S
n
n N E
m N �
3 '<
m a s
O
a z n >;,
z
3o
A O0 C)
•b cr O �
v oo z O
D �
n
m
0
0
m
C�
R°
C')
0
rD
.1
1
8
�y
F
-�S
�
.�--� z z�
1
I
i1
I
I
I
I
I
I
it
I
I
I CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS & BENCHMARKS
INDEX
m
A.
A
BN
21 T24N R5E
•
7
r
-)On
Li I
25 T24N R5E
35 T24N
TI
IL
E81
®r
.:_.,
12 TMN R5E
Cam_..
J�
L
F81
Ft7 1�
14 T23N R5E
13 T23N R5E
I CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS & BENCHMARKS
INDEX
f
i
ES - 9 T23N RSE SW 1/4
216-, rk
- - -� +�9 i
-- +719
--
`141a
7 71 +
iil� L uL.
i+ 1302 + +1318
2634
J
4
+gam 938
/
- - -y + 317
+1316
+11315
i
-- - - - --
{
1884
1 16 T23N RSE SW v4 LEGEND
CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS & BENCHMARKS
TECHNICAL SERVICES
PLANNW"UILDING/PUBLIC WORKS
02/14/00
® 45® 9w
1 1:5400
J
C
C
V-=
15
gm
1111
® Horizontal & Vertical
2222
® Horizontal Daly
3333
® Vertical Only
4!'" Monument
___ Renton City Urnits F5
16 T23N R5E NW 1/4
3
y
a
a
I
SECTION 17 T23N R5E W.M. ,
28- Apr -00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1972
Location: Found a steel pin in lead plug on a stone monument with carved "Gen" down
0.9' in a monument case in the parking lot of Cedar River Park approximately
168' easterly and 60' southerly of the northeasterly building comer of the City
of Renton Community Center.
Monument LEAD PLUG & STEEL PIN ON STONE MON W /CARVED [CEN], IN CASE,
DN. 0.9'
NORTHING: EASTING: ELEVATION: 14.657
2123
Location: Found a standard National Geodetic Survey (NGS) bench mark brass disc,
NGS archive no. SY0624, stamped "Q 462 1973 ", set vertically in the
southerly face of the brick wall of the U.S. Post Office mail handling building,
approximately 1.5' easterly of the southwest comer of the building, located at
the northeasterly comer of Houser Way & Williams Avenue S, approximately
4.0' above the ground.
Monument: NGS DISC VERT 114 WALL OF POST OFFICE, STA Q462
NORTHING: EASTING: ELEVATION: 13.750
2184 m to Co r w% es 1-+ k z.�5 N *_ �
Location: Found a railroad spike with a punch mark in the old street surface down 0.3' in
a 4" diameter steel riser with no lid flush the existing paving lift in the
constructed centerline of Burnett Avenue N approximately 12' southerly of the
constructed intersection of N 4th Street and Burnett Avenue N
Monument RR SPIKE W /PUNCH
NORTHING: EASTING: ELEVATION: 9.286
F4-6
t
ES - 9 T23N RSE SE 1/4
+1586
{ 1305♦
a� ! C--.
NE 3rd K
1
477
3 t ' T` t rii
- -- 11210 f 7 Z
2188 1 5
V
1111112399++1
�f I
-- — - -- - 11177 +
i - - - - -- - -- -j X2398+
! ";
- - 176
ji - - --
16 n3N RSE SE v4 LEGEND
CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS & BENCHMARKS
TECHNICAL SERVICES
PI.ANINMG/BUILDING/PUBLIC WORKS
02/14/00
::.::.:.
1111
® Horizontal & Vertical
2222
® Horizontal Only
3333
® Vertical Only
Monmwmt
Renton Oty Unft F 5
16 T23N R5E NE 1/4
I
16 TZ3N R5E NW V4
15th! S�
2337= +109 +
06
+
" +
!27 7
G5 • 21 MN RUE NW 1/4 LEGEND
CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS & BENCHMARKS
TECHNICAL SERVICES
Pl-kNNMGaUlLDING/PMLlC WORKS i 02A4/00
lill
0
Horizontcd & Vertical
2222
19
Horizontcd Orly
3 333
(D
vertical Only
z
M
it
mommmw
— — — Renton City Uwnits F 5
16 T23N R5E SW 1/4
1
SECTION 16 T23N R5E W.M.
28- Apr -00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
478
III , Location: Found a 1/4" bronze pin on a chipped concrete post monument down 0.65' in
a monument case at the constructed intersection of SE 2nd Place and Union
Avenue S.
Monument: 1/4 IN BRONZE PIN ON CHIPPED CONC MON, IN CASE, DN. 0.65'
NORTHING: 54382.026 EASTING: 399701.012 ELEVATION: 119.182
612 NW Corner 16 T23N R5E
Location: Found a 3/8" copper plug and a punch on a 4 "x4" concrete post monument
down 0.45' in a monument case at the constructed centerline of Edmonds
Avenue NE approximately 160' south of Ferndale Avenue NE. See City of
Renton monument reference card number 612.
Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45'
NORTHING: 55213.302 EASTING: 398098.887 ELEVATION: 79.269
1502 N 1/4 Corner 16 T23N R5E
Location: Found a 2" flat brass disc with a punch mark in a 4" diameter pipe filled with
concrete down 0.6' in a monument case at the constructed centerline of NE
4th Street & Monroe Avenue NE. See City of Renton monument reference
card number 98 and 1502.
Monument 2 IN BRASS DISC W/ PUNCH ON 4 IN CONC FILLED PIPE, IN CASE, DN.
0.6'
NORTHING: 55202.256 EASTING: 398907.471 ELEVATION: 104.057
F5-1
i
a
z
H
�o
16 T23N RUE NE 1/4 2
GS - 21 MN RUE NE 1/4 LEGEND
CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS & BENCHMARKS
TECHNICAL SERVICES
PLANNINGBUU.DING/PUBLIC WORKS
0214/00
1111
® Horizontal & Vertical
2222
® Horizontal Only
3333
® Vertical Only
Monument
Renton City Umits F5
16 T23N R5E SE 1/4
SECTION 16 T23N R5E W.M.
28- Apr -00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1885
Location: Set PK nail on as -built centerline of Union Avenue Northeast. 175 feet south
of intersection of Northeast 2nd.
Monument. PK NAIL
NORTHING: 54738.893 EASTING: 399706.928 ELEVATION:
NORTHING: EASTING: ELEVATION: 99.483
P
F5-3
1888
Location:
Photo control panel at PC monument on Maple Valley Highway 1,000 feet
east of intersection Southeast 5th. Set brass disk set in concrete inside a 2"
iron pipe in monument case with photo panel marks
Monument:
BRASS DISC IN CONC. INSIDE 2 IN. IRON PIPE IN MON. CASE
NORTHING:
53846.657 EASTING: 398649.065 ELEVATION: 19.978
1897
Location:
Found a 1/8" pin down 0.8' in concrete monument in 8" monument case
approximately 150' from intersection of SE 5th St. and Newport Ave SE on
centerline of SE5th St.; 29' off NW corner of a park's fence
Monument:
1/8 IN PIN IN CONC. DN 0.8' IN MON. CASE
NORTHING:
53842.786 EASTING: 399091.042 ELEVATION:
1936
Location:
Top of copper tack set in concrete monument at intersection of N.E. 4th Street
and Jefferson Avenue N.E.
Monument:
COPPER TACK SET IN CONC MON
NORTHING: EASTING: ELEVATION: 99.483
P
F5-3
SECTION 16 T23N R5E W.M.
28- Apr -00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1503
NW Corner 15 T23N R5E
Location: Found a 1/8" copper pin in a concrete post monument down O.T in a
monument case at the constructed intersection of NE 4th Street & Union
Avenue NE.
Monument: 1/8 IN CU PIN ON CONC MON, IN CASE, DN. 0.7'
NORTHING: 55189.601 EASTING: 399714.506 ELEVATION: 122.231
1520
Location: Found a hub and tack in a monument case approximately 100 feet NE of
intersection of SE 5th St. and Maple Valley Hwy.
Monument: HUB & TACK IN CASE
NORTHING:
..,
EASTING:
ELEVATION: 19.069
Location: SUPERNET STATION HAFF - Found a standard National Geodetic Survey
(NGS) horizontal control brass disc stamped "HAFF- 1990 ", in the top of a
round concrete monument that is flush with the ground surface in the median
strip at the northeast comer of a parking lot at the King County Public Works
facility at 155 Monrce Avenue NE, approximately 116' westerly of the
projected westerly side of building A, approximately 53' southerly of an east -
west chain link fence, approximately 12' southerly of the northerly end of the
median strip, approximately 9' southerly of a fire hydrant and approximately 5'
northerly of a witness post_ This monument has a Bush, Roed & Hitchings
(BRH) GPS station designation No. HAFF.
Monument: 3 -1/2 IN BRASS DOME W /PUNCH ON CONC MON, FLUSH
NORTHING: 54784.236 EASTING: 398798.362 ELEVATION: 103.916
F5-2
4
0,
GEOTECHNICAL
ENGINEERING REPORT
F
bw
�V
LU
CL
am
LLJ
. mcnw*
RUM
� wr
I y
1
1
•
w
��� ���a♦�'�' ~tea
DRtWNG COWANY: Gregory Drilling Inc.
DRILLING METHOD: CARE 850
SAMPLING METHOD: 3- Split Spoon w/ 3000 Hammer
SURFACE ELEVATION: 343 = feel
<n
i�
J (D
_ (n
a (3
p j DESCRIPTION
0
5-
10-
15-
20-
25-
30-
35-
40-
45-
50
55
Total depth = 50.8 feet.
Groundwater encountered at 30 feet.
LOCATION: See Site Plan, Figure 2
DATE STARTED: 312212001
DATE COMPLETED: 3/2212001
LOGGED BY: BKH
M
W
m
w
ZU
Medium dense, brown, sandy, fine to coarse GRAVEL,
• I�
Nonstandard Penetration Resistance
moist. Cobbles present. Fine to coarse sand. Gravels and
qGW
<
t
cobbles are rounded.
F
<
(300 lb. weight, 3(- drop)
[RECESSIONAL OUTWASH[
.'
u) c
organics/roots noted to approximately 4 feet.
•
A Blows per too
v
III W
a
U.1
Z
0.
ii
Z
=
O
a
rn in
_
a 8
O
tWu
O
I
10 20 30 40
Sample S -5 slightly silty.
�'
Noe: Fractured cobbles in sample S -5 produce artificially
high blow count.
S -2
8-6-9
S -3
5-
412
: »
...... __
Becomes wet.
GW
Medium dense, brown, slightly silly to silty, sandy, fine to
•
GM
coarse GRAVEL, wet Fine to medium sand.
SP
... ......._.......... ..._..___.«_._ ........................... ..................i............
Medium desen, blown, slightly silty to silty, fine to medum
18-33-34
SM
SAND, wet
Note: Heaving sands encountered.
Very stiff, tan, slightly fine sandy SILT, moist. Siff is
SM
';laminated.
2
GLACIAL DRIFTmLL
- [GLACIAL .. - - - - -- I ........ ........ • - - -• .
...
Very dense, brown, silty fine SAND, moist.
ML
-..- -- ----- ------- _ .... - --- --• -- -- - ----- ------ -------------------
Hard, olive brown, gravelly, fine to coarse sandy SILT,
4-5-6
moist. Fine to coarse gravel.
-_
j►-
GW
Very dense, yellow brown, slightly silty, sandy, fine to
• '
8 -10-13
coarse GRAVEL, wet. Fine to coarse sand.
- «• -~ _�f _ r►.._. ...... _ - ..._._-
rADVANCF OLITWASFn
Total depth = 50.8 feet.
Groundwater encountered at 30 feet.
LOCATION: See Site Plan, Figure 2
DATE STARTED: 312212001
DATE COMPLETED: 3/2212001
LOGGED BY: BKH
M
W
m
w
ZU
tY
Nonstandard Penetration Resistance
W
o-
<
t
rn
y
F
<
(300 lb. weight, 3(- drop)
I- Z
u) c
A Blows per too
v
III W
a
U.1
Z
0.
ii
Z
=
O
a
rn in
_
a 8
O
tWu
O
0
10 20 30 40
50
0
i
S -2
8-6-9
S -3
5-
412
: »
...... __
S4
4 -14-19
♦ S - -- _,..� - - - -
15
S -5
18-33-34
_
2
...
------ -~----- ...... - _�_
30
3 -7
4-5-6
-_
j►-
®S-8A
8 -10-13
%F
- «• -~ _�f _ r►.._. ...... _ - ..._._-
35
S-86
S -9A
9S_9B
9 -15-40
5 -10
18-33-23
.._...�.._
......... :.___. j ..._.. ....._`._...i...«. �..._.
4S
EIS-11
26-50/3-
.
0 20 40 60 80 100
Water Content ( %)
Plastic Limit ! —0 Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified loca,:ion and on the date indicated
and therefore may not necessarily be indicative of other times andlor locations.
KING COUNTY BORING-
901 REGIONAL COMMUNICATIONS AND BH- 2
MAGEOSCIENM INC EMERGENCY COORDINATION CENTER PAGE: 1 of 1
RENTON, WASHINGTON
PROJECT NO.: 99075 FIGURE: A -3
BORING 99075A.GPJ 6/18/01
DRILLING COWANY: Gregory Drilling Inc.
DRILLING METHOD: CME 850
SAMPLING METHOD: 3" Spin Spoon vd 3009 Hammer
SURFACE ELEVATION: 338 t feet
a
a
a. T
. u}i DESCRIPTION
Total depth = 45.3 feet.
Groundwater encountered at 38.5 feet.
50
55
LOCATION: See She Plan, Figure 2
DATE STARTED: 3!232001
DATE COMPLETED: 3232001
LOGGED BY: BKH
X
W
ZU
GM
Loose, dart( brown, silty, sandy, fine to coarse GRAVEL,
°
W
d
Z
moist. Cobbles present. Fine to coarse sand. Abundant
to
M--
<
(3001b. weight, 3(' drop)
organics/rools.
ILL
SW
tW-
10
Medium dense, brown, gravelly, fine to coarse SAND,
i
a
moist. Fine to coarse gravel.
w
Z
ECESSIONAL OUTWAS
-L- --- --- ------- ------- - ---- - -- - -q---- ...................
Loose, tan, silty, sandy, fine to coarse GRAVEL, moist. Fine
0
GM
to coarse sand.
....... ..................................... — .............. _ ................. .._...._.______-- ..._._
_ Soft to medium stiff, tan, fine sandy SILT, moist.
`,Organics/rootsprese!!t. --
ML
o
GW
10 20 30 40
GM
Medium dense, light olive brown, slightly silty, sandy, fine to
•
coarse GRAVEL, moist. Frye to coarse sand. Oxidation
•
35
stains noted in sample SS.
•
SM
......_—..._._..___-_________________----.-.---_----.--_--..--------- _--------- •-- •- -•..__...
Medium dense, dive brown. gravelly, silty, fine to coarse
:SANG, rrwist, Fne to coarse gravel:
SM
.......... .. . . .. .. ..
brown, Medium dense, olive gravelly, silty, fine to medium
SAND, moist. Fine to coarse gravel. A 1-inch clean, coarse
........«_ j
—45
sand lens in sample S -S.
SM
Very dense, olive gray, gravelly, sitty, fine to medium SAND,
moist. Fine to coarse gravel.
cc
[GLACIAL DRIFTMLL)
SM
__._ .................. .....................................__._- ..- _____- ..._._._.._...._.._..
Very dense, olive gray, silty, fine to medium SAND, wet.
ML
Hard, blue gray, slighty gravely, fine sandy SILT, moist.
Total depth = 45.3 feet.
Groundwater encountered at 38.5 feet.
50
55
LOCATION: See She Plan, Figure 2
DATE STARTED: 3!232001
DATE COMPLETED: 3232001
LOGGED BY: BKH
X
W
ZU
to
W
Nonstandard Penetration Reaiatance
W
d
Z
<
S
to
M--
<
(3001b. weight, 3(' drop)
rn
0
tW-
10
♦ Blows per foot
i
a
w
Z
a�
o
0
0
10 20 30 40
w
5r1
0 S-1 5-7 -10
®S2A 2 -3-2
S -2B
zS-3 2 -5-5
®S-4A 241-11
S-4B %F
S-5 6-&12
Z S-6 18-506- %F
la S -7 50/5"
Sz
S-8 15-32-39
m S -9 50/4
0 20 40 60 80 100
Water Content ( %)
Plastic Limit 1 - -tl Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
KING COUNTY BORING-
REGIONAL COMMUNICATIONS AND BH- 4
HWAGEOSCIENM INC. EMERGENCY COORDINATION CENTER PAGE: 1 of 1
RENTON, WASHINGTON
PROJECT NO.: 99075 FIGURE: A-5
BORING 99075A GPJ &18101
i - - - -
10
35
40
........«_ j
—45
cc
0 20 40 60 80 100
Water Content ( %)
Plastic Limit 1 - -tl Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
KING COUNTY BORING-
REGIONAL COMMUNICATIONS AND BH- 4
HWAGEOSCIENM INC. EMERGENCY COORDINATION CENTER PAGE: 1 of 1
RENTON, WASHINGTON
PROJECT NO.: 99075 FIGURE: A-5
BORING 99075A GPJ &18101
N
O
W
n
o
h W Sn
ILJ
N J
a r
Z
O 'w m
W
Q a
J � J
i
W
W
c
Z5
m Y
U
U m
m a
L N it
m W N
2
A
U
z
} Z
W
Z
a a O
C Q
U w >
Z 0
uj
O Z W
> > Q
Q Q IL
U U cr
Kwvi
4061) HLd3a o ch co w
N
d
LL
W
2
F- of
D o
O
LL
O
= O
U =
F-
W
V
CO
en
o '
a31VMaNn080
S1S3183H1O
W IN31NOO
3anlSiOw
N M
838WnN 3ldWVS di y
3dkL 3ldVWS OO O O
Z
O
H
a
K
U
W
O
,ssrno ins sosn
-losms
(W)) H1d3O °
r� m
>
o
0
a
m
L rt
w
M
c
E
v m
c
a
,
c
°a
C
c J
4
O C
� E
E
cD
i
n'
a L
�
m
Z. cc
C
Z
A j
a
L
0
m
b
c
CL
C
h
m
L _ °
o
it
C ti
c
a i,n
�'a
o61
U C
c a
o W a
; >, �
a o
o m
g° 0
CL
0 0
a �
L C
A
f-
D m
d
a
U— U Q:
N
=o
i
it m
s
0
m a
a
i o
dN ° c h
x
:.8 m
o
E
m
m
E ; J
An
J
W.—
b O �
J
a
N
o
'
> E
S�
a
po
AD
r� m
Q
w ,
I— LL
a
W r O
1
LL a O
CL LO
CD O
O °'
J CY)
g
U
W
O
a'
a
w
0 W
Z F-
Z
W
(4 U Z
ZO Z O
O
Q z
Z U Z =
O w Q
2 0
O
Z O U L
Y Q Z Z
O 0
W W
2
W
u
z
In
tj
U
0
a
m
L rt
w
C C
0.2
v m
c
a
,
c
°a
C
c J
4
O C
� E
m
i
n'
a L
�
m
O O
� O
Z
A j
a
L
0
C U
c
9
c
CL
C
h
m
m
—
�
O_
C ti
O C
°
O
U C
=o,
rg Z
'E
a
.0 m
a o
o m
g° 0
a �
L C
A
f-
W
F-
to O
•- Z
rn N
'-
Q
w ,
I— LL
a
W r O
1
LL a O
CL LO
CD O
O °'
J CY)
g
U
W
O
a'
a
w
0 W
Z F-
Z
W
(4 U Z
ZO Z O
O
Q z
Z U Z =
O w Q
2 0
O
Z O U L
Y Q Z Z
O 0
W W
2
W
u
z
In
tj
-z
w
u
,
c J
4
O
i
5r
0
Y
a
f
N
O
7
1�
aC
o
r
C
N W 0
8 w �
0o_m
O � w
< ui U
xo8
O
W
U
X
W
m
C C
o
U
2
Y
C U
o m
m W
t N 41
co
�e m f7
� U
} Z
w Z
0 a O
p � Q
U w w
O Z w
W
U U
u� w 0
09") H1d30 0 m (A 2
N
r
CL
LL
O 8
W
UC.
I—
(n N
W
U- Z
O 0 m
O
U =
F-
W
Y
()
moor.]
0
N31VMONn02 O
S1S31 1:13HIO
( %)1N31NOO
MIMS10W
H3aWnN 3ldWVS N V)
3ciAl3ldW`dS oc
Z
O
H
a
U
VI
w
O
•ssvlo ins sosn
-X)SMS
(38-1) Hld3a o
M t0 01
0
m
`m
v
m
w
C =
p o
>
>
a
00
o0
'<
s=
O
8
M
E
m :m
�
L
m O
om
a
O
m
Cc
m
`a
: m
m m
� C
p i8
p
aG
00
:e
m :0i
w
a —
m
c is
p
U
'gyp 01
C 1
C
O =
U C
E °
'r- co
i m
m E
O O
co Z
m
m o
o m
O$ U
C
m
b 7
W
H
y v
c
G J
m
m
L° J
<
;
Oe
m
im
m
CD R
: N
:O m
a
m=�
of
w :`m
m
i`E
m
_
m
maLL
O
O O
O m q
U
U
o
: O U
.20
U
m CL V)
OO
E p
>=
2 N
C am W
E
Y`m
°'
m`a
= a W
O
U
N
C
m n
m
m m
c m
v c
m
ae
°c E
O
>°
EEV
o;v
iE'oiEU
E
Z, m
Ew
> >
E ::
a.
—
m
•v —
c : m ..:
E� E:� o
m
E
i E
i _J � E
=41
,
a
4p 4d
40
•
�•,
M t0 01
v
r--
Q
f LL
a
r
w 0 O
LL w
O
CL �
(� O
O a'
J tT
O
Z
U
W
O
d'
a
w
0 W
Z F-
Q Z
W
cl10Z
ZO Z O
Q O z
Z U Z =
DZ —V1
O Q
z_ O 00
U Z
O
Y Q Z W
O W a'
w w
w 2
W
A
z
0-4
Lon
W
qpp 2
W4
O
arc
0
`m
v
m
w
C =
p o
_
C
00
o0
s=
O
M
E
�
L
m O
O
C
m
W O
>
m
`a
= U
O
m
� C
d
aG
w
a —
m
c is
Q m
�
O =
U C
E °
'r- co
i m
m E
O O
co Z
m
m o
o m
m
�c
q C
L C
O
H
w
Z
v
r--
Q
f LL
a
r
w 0 O
LL w
O
CL �
(� O
O a'
J tT
O
Z
U
W
O
d'
a
w
0 W
Z F-
Q Z
W
cl10Z
ZO Z O
Q O z
Z U Z =
DZ —V1
O Q
z_ O 00
U Z
O
Y Q Z W
O W a'
w w
w 2
W
A
z
0-4
Lon
W
qpp 2
W4
O
arc
N
O
7
C ` Y
p N C
a � �
0
O U
W N
$ W
m
0 U w
8 <8
J 0 J
`o I
m I
m I
X
w
O
m
c
o �
U 2
2 Y
m °
c m
U F- m
2 m LL.
N �1
m W f0
U
H
} z
w
z
a a O
Wa
Z 0
O z W
F w
> > a
Q Q LL
U U D!
W w t=ip
4"o H1d30 O
� T
v
F-
a_
LL.
w
Q w (%
U
(n N_
W 0
LL Z
O 0 m
Z
U o
F-
w
Y
U)
cq
O
b31VMONnO8O
SIS31 H3F-UO
( %)1N31NOO
3NrUS10W
c� m rn
838wnN 3ldwVS N v
3dA13ldwVS O O
Z
2
H
a
U
N
uj
0
ssvlo lios sosn
loewAs
O-J) H1d30 0
CD
Z
m
N
O
m m
m n
m
to
m Q
�n m
m
`o c
E o
o m
z°
8
a
4
O
CO.
C
O _
C m
a
o S
m
_ O
�cXX E
pr
O O
O
m o
C m
O U
r �
.0 .S
a.s
CL
m2
m l�
O w1
C O
0 c
cc
t m
: E
a m
7
ma
om
_S
r �
Fm
W
H
O
z
Q
D
O
LL
F _
`w �• °
O a U-)
0 0
O 0)
J O)
O
Z
F
U
w
O
cr
IL
w
Q w
Z E-
Q Z
w
CO U Z
z Z O
Q O z
Z U Z =
�Z —(�
O Z) Q
U oO
Z_ O Z
Y Q Z Z
00
w w
cr 2
w
Z
con
W
�z
W
C/]
0
0
I
O
¢
:¢
m O
Ou
O
O
m
pp
IL
m J:m
Zc
m
° m O
U
`E m
r O;
O d
G W) O
O
U m
O d
O
W
a W.`
o
p a
•`
: > o
O
•m
72
m m
O p m
c
m m
m g
m E
v
v
v
v
> >
a7
Q
E
�
2� E
E
CD
Z
m
N
O
m m
m n
m
to
m Q
�n m
m
`o c
E o
o m
z°
8
a
4
O
CO.
C
O _
C m
a
o S
m
_ O
�cXX E
pr
O O
O
m o
C m
O U
r �
.0 .S
a.s
CL
m2
m l�
O w1
C O
0 c
cc
t m
: E
a m
7
ma
om
_S
r �
Fm
W
H
O
z
Q
D
O
LL
F _
`w �• °
O a U-)
0 0
O 0)
J O)
O
Z
F
U
w
O
cr
IL
w
Q w
Z E-
Q Z
w
CO U Z
z Z O
Q O z
Z U Z =
�Z —(�
O Z) Q
U oO
Z_ O Z
Y Q Z Z
00
w w
cr 2
w
Z
con
W
�z
W
C/]
0
0
I
be
F
be
STANDARD DETAILS
�J
to
r
r■
r� rr
M
l
4 L
c >
440
u'u
2
ES
O
OS L
O �
m ;
O �
4
U
Zl
4
0
Y
0
_o
C
cr
W
O
O
Q
J
W
h•-
Q
U
m
Q
W
cr
CL
T
D
J-
vo
CA <
CL
S l�
OWSa
E
W
t
ZOsY �' -0
E o
MIN N
O
%'
VLO =�
N
=a
v
W
Oa
V
a
L
C
o =
N
.
ax o
>
E
p
- D
;
S
I
2
Q
0
i
i
V
CL
1
C6
4�Li
u
W
.c.
- U D O
HIM
1-
0
`O - -a
N
D
v
o :)-
x
u
C
a 0
V o
z O
O
O .0
V E N
N
0
J
. .
a.
c
�
10
a
N
0
N 3
O
a
D
Nr
CL
O
L r D t
C
d
"o L'
O
Q+
- U
E
00
40x0
D
-
O
D y
r u N
O
L
a > t
0
n
d
d
o�
c
�oo
a
c
0
U
o
N«Cr
O
..
�
a�
tzl
0
O-
mOen-
•-
U]
WU
DOdO
0'
OIv
Q
CD
�r
cm
L -nr
O
00
-°-C
0
T
CL
o
0- Oa
o a E
v as
W
O
Z
N
n
v
r� rr
M
l
4 L
c >
440
u'u
2
ES
O
OS L
O �
m ;
O �
4
U
Zl
4
0
Y
0
_o
C
cr
W
O
O
Q
J
W
h•-
Q
U
m
Q
W
cr
CL
�^ a
D
J-
tA
CA <
CL
S l�
OWSa
E
W
t
ZOsY �' -0
E o
MIN N
VLO =�
N
=a
v
O
o =
Q
.
.+ N
>
0- m
O
Q tt!
u =1
S
I
2
Q
i
i
V
CL
�
cr
� `^
u
W
.c.
O W
HIM
1-
J i
/,9
z
L
V o
z O
2
N
0
C13
�•
V
C
V
Z
CL r
J
. .
a.
Q
�
10
W
N
TQ
C7
i
f' 1
Q
V
w
a
r
600
O
�tZ
ES
o
o.:
wo-
tzl
0
a
m ,
=
► �I m
J
Q
to
�
CL
o
_
�
O N
4
N
^• pr
Y
�^ a
J-
tA
CA <
o
S l�
OWSa
t
ZOsY �' -0
E o
VLO =�
N
=a
v
V -
.
E� t
!f
I
2
t
i
I s•
.c.
! t
Ii
z
L
0
Z
S S
N
0
C13
�•
V
C
V
Z
O
. .
a.
�
10
W
u
p
TQ
C7
i
f' 1
„
4
> m
V V O
Y v u Q
o
Yom: a
„o- o
8
m
o
— � O
Z
LC1
I C
Od
N V- m
4 �
V
4 co
c \
\ � N
h I
z
w
<
CL
0
Y
N
I
I a
00
Z
Z
m O
r'i J
<
x cr
U
w
x Z
tn —1
T ` —
J
a
co
CD
w
3
N
Em
T-
II
I�
Z
CC
Q W
W f"_
<
_ M C
\3 Y
W N
m I
^U Z
x� O
CL Z
U <
ZO C
Y I =
U co U O
too
z o v'
O wN
z
> m
I 7-
Q
<
LO
U)
a
}
r
}
r
Q
m
C14
of
m
Q
�
C
m
Cv
\
\
< I
>
0
N
O
0
WW
C
fl)
U
�- O
W Z
C
Z
Y
U
t! 1
D
O
O
tn —1
T ` —
J
a
co
CD
w
3
N
Em
T-
II
I�
Z
CC
Q W
W f"_
<
_ M C
\3 Y
W N
m I
^U Z
x� O
CL Z
U <
ZO C
Y I =
U co U O
too
z o v'
O wN
z
> m
I 7-
Q
<
LO
U)
a
}
r
3
O
}
r
<I
w
of
m
m
�
VI
Cv
< I
>
0
m
_
C-
0
WW
C
fl)
U
�- O
W Z
C
Z
Y
U
t! 1
D
O
O
W
w N
(n
^
Q.
v
..
<
O
Z a
}
v
Ell
=
a ^_
Ul
- w
N CC
m
�
w
O
v
W
�
Ll.o
00
0 cr
Gs.
O
z
U
rr< (rte
C
\
_
N
o
�
=
m
z
a
'
W
�
�
a
Z
W >
71
U
J W L)
L
zm
0
3
O
}
r
w
m
<
L'
o
to Z
0
m
_
.-.
WW
C
fl)
Z
�- O
W Z
Z
3
Z
Y
U
J
w
O
=
O
O
W
w N
(n
^
Q.
v
..
N
Qo
w
o
}
v
a
� Q
Ul
- w
N CC
m
�
w
O
v
W
Z
U
0 cr
U
C
\
_
N
I Y
J
ui
W >
J W L)
L
zm
U >
0 Q
z 0
o o: 3
--
0z
i a
co \ M
O W
N [L
}
Z 6W N
CL >
}ZUO
V
C d W
m
Z
Z) Z—<
<
0023
N
Uo O
C, z
0 0
a v CA
�n m_-;
om
Y
0
W 0 M W
D N > (n
0
C��U}
Z w
Q
U�ZW
O U Q N
Q'
-� Z W �.
Li
Y
z
2 Q W Z
OOU) <
w w O N
r- N r6
Z
I
12,1*4
j
NE 4TH STREET
GREENWOOD CEMETARY
NA3.15
A-
ISTING MA3-2 4
3 RFLOW
W. 1
0
L NE
ITING INFILTRATION PIPE
: p
,UWV4-3
1 � i_J,
PROPOSED STORM LINE
IG COUNTY
PROPERTY
PROPOSED KING CC
REGIONAL COMMU
EMERGENCY COOR
lu
im
ij
NORTH
32-2 111AI-1
18,0-4 111A"
18AM-6
12,G3--S
Cedar Cir
C
rid St 0 i 1
0 Pn6te Ri
jTy MAINTENANCE
SHOPS SITE Willow Berch na
Dr Ash Elder Ct -------
Ct
>
0 0 Elm
CtI.—J"
0 Alder Filbert
0 Ct Ct
Hickor qt
Rhody Dr 1944
9x
Larch Ct
Evergreen--D --------
to
POSSIBLE FUTURE 0
INFILTRATION FACILITY SITE 06 -26
(CITY OWNED)
4.1
CL
Redwood Dr
�
���
i
0
CL
NTY
Hemlock Dr
[CATION AND 0
[NATION CENTER Rosewood Dr
nac
>
C�A
.0 . 2 1-
C:
PROJECT VICINITY MAP
Madrona Dr
CONSTRUCTION PLANS
N H - L? -dMS
Ics" m a -rz- mew vs m -M" xadva :7m WU WaAt uw iau 'Anaa
ov
zo wa p
z Qr N
o o O
vi I..w
m >
p
.o aQNm=
Q
° Zz w
`..I
5 Fo
S I.JW OO
H N V N U Q
m OY
N w Z W W U .. 2 F
0
m ¢m
W
ZU
a 2 f°
Z
w ¢
3N xYa
w3 ZWNUti
-� F-
3 0 o wU I o:
U ON �r OJ�w ml`z oa
a
N
O
�- o curia
oo: �UNmN
zw zp
mocvN
w Nl�zm �= pp wa
m NW o axOmzw Paz r°
°w
o
z¢
z o= age z
o a a
o�z
o:p wla„xz
J �r ° ° a °� xNw
o�?Ww> JJ(( No N o. -x
a
n o o
O O> O >�>
SVQ
SO j =]JO ac OQ NO_o ��"
NO UJKHa
O
z
N W J m
OI n0
WE J2
JW JZx
Ogg Wo1N/1 a?
< xJUNQ W ZY >ZQ wp
'�
vi
O
2 OZ J
m¢ U
z_z 4m imz
Ow
n. �3wzw Joz5N Ban aw
aN 3 m w N
2
ti O� t,
x
wovai NtO�NW
zg o >,m3 =Ym 'a owp x5u
o `w" ¢° °�
,mz o >°z
°°w vW2iSZai w =cxi ci o: N�[n awa¢4Q
°w
ffi
, z Na Cix
N
�mo UZZa
wm Z�OSf- Nf'HNo FWZ NmW
nm
O OVI
OQFa- NJmwo
N FQ KO
da ��ZNN WQ UOWO WZV
Na-
S 3aow
N
p44 ui QN JZ_
V
wzw WNUV QIJ
I NdW °�MH
m15RZ 2zawm Q JO Nam
j
JO W m2
mQ2 � pS0
1- tiZ_QZ
VV
_ZN
I W JOO DUI O' VQ4. U
¢ OY OQIiO NWx ZOO
Na IOQ
J
¢
>
m p_ (~Ai
V N ZQ z
ZO
-
0�2 jN P:
OmcVZpp
Ow QQYU1 =N om woow Up
VZ NOZQ5 5;mo .N QxN>
z
Oa N
0: ZO N
NSW z�°wo�
0o�
no wYp o
'L3QOV Kw
O
txn z� w5 i Nz
mc~aimmwm
m�'�wY oF?
mo
oN o
N
aNz 555--4
m�o o?o
Jwxn az °Q wom
o
zw oolnrw oa =awe moNF how
ow
a° Nw a
ri° Fm Zm s �m
'C
2 N wQS
�d Oz U Noww,
mwF
NQ
ON m UU to FJ
C
�NZ
rnmz ZW JUF~
UU cxioz3
jJ WOZJUU paN' Cji QVQI- JO'W
oci Lom� QNO
ZO
Ow WW Wa pJ
UIaQ.
C
ca.>oa =v~io23o
w
QQ Mi: LQ.W UQ�W
�N
wN NO' NU
O
Z lV
M O to (O n
W
Oi ^O Q M
Q Q Q Q
O
�
O
0000
G
C d
-
mv�imn
U
•N
7W
N
J�
a,
w o!o
'U
•O
G N
0
d
o
z
w3
10o05
2
O
U -C
<p o
ow
z
m zzzz
ow 1=-
Ln w3m
��
oN
�o:
a ¢
U
io
w Npz
o:°
no
5F vi
vwim
a-
° z
o
d 5003
LO
(n 'p G
C
FmE
OI-` Wow
Kura
m�
°2
�O OaJ K VaUQVQUQ
G
.0
V
N
ao= �N°aq
oza
<m
`8 0'oo
O�I.1 IilWW
6
UG
C�9p ODU
w -m
We
a ,ow
WOzzzz
U 0F0:
d3 amo
r--
N3ci
mz
a-
'no w
''am lom����
N
O
L
U 0
N \ \ \\
--
Q
U O O
mo
um- Oo0
mtjU zaZZ
-N U
C
w¢
s ,. _•... _ -_ _—
.. '
ooc KK
y 5O0 0o J -a OKNNVOiw
w _
J
\
N Q
.0
�' T~ 1:j .`•
500 >� zoWNm�v
'.'r1'..' a C O O a0 w N N
Q
O.-
d
ow, )ooc
.O
p 'dA1
°
N N
W;....
O O
N
o
I
- „Zl iomiom
o0
° o
a¢a2,
LLJ
0-
U%
o
X° aaaa
:l.y.. oo°
z. .
~ a
Q
O
U O -
N
z
- o0o0
- o0o w4
omao
<N�On
W
Z_ H
°
�
N V
G
N N n e7 ?ON
QNtOn
`h 00 J
^r.• 000 m
N0000
Qww W
[]
Q
Z
Q
N O d-
O
z'.:..
K
-°•
z¢
W
mzzzz
m a
N
++ E
N
N
0005
z
(/)
O N O
z.t'..
°
6 m a
m
n m m m m
H
Z
3
O
'NIW ,.b
m
a
` �mF
aoN
w ----
N0000
a a0
U d
O
F-
O
[D
N C
>O G
O
awv
ovQvQvQvQ
2
Z
W
O
I'7
O
' oma
W W w W
c
v--
-0 *�
I G C
zzzz
_
G
wv
c
0
O
zzzz-
o
C -C U
o
wZ
oco.O o
w
FF-
U
O C Q
O
o<o
a0= oU0
oa oc
KOOOQ
`` i N
'
CL
oa
'XVW
''^':'� "�
o
O_
o
..8 .OZ = 1HJI3H
•.'�'.
(n U
a N
O
U
a�
O
v
L
O N
N
U
N
o
a
c
-
°�
(n 3 -
G
O t
L N N
a�
O
z
L
o
o0
N
G
c
w
v)
o
UW
V o
a a U
O
a
m°
N J
V)
U O
V)
Lj
v)
J
wD
C
U
>
�
G
O
U
3
-O O
LLj o
2
o U
m a a
w
� U
O
'pC w O
w
a w
z
w
w a
M
O
U cn
a as
a I- U
� ao F
ova
_O
o
E
a- m
(n G
�'' � o (n
a Fw- W m Q
W (n
H m W
Z
J 1
J J
Z o
L
r
+�
z
a U�
m 3 zo o
Z J
a
J
J
i
L ,�
c0 �
<
> N 5
o
Lu r
<3
wow
}oa
mza
tl
c�
O
O W o �
o
w� F- w
OMo
30
L
p °
O
M MN
a I S
Z (n dO> H
Z Q
a
Jo
a-<a
O
mO
a
Q
m
N
,`�-.
.
J z a z
� o- z
E z m
Y .N
l-tiw W
NO> . W
.O
'� U)
N O Q
N
a
4 c)O
LL,
U w
am-
O W
W
Z
N
.I., w
O
u)
N
m (Y) a
O
m J} Z
ZFW --fY
a s
Q
O
L
:2i
aY a =
�=
o a (n F
o,o
U
w
C
O a
c
—�
o z
a�I w
Zw} O
z¢
�o
a
2
U
} D
m0
C
v
o Z Q cL O D
�w z O
W
2 fY Z
m
Q)
U
m-0 a
-0
w Oz
owF n.
-jwz�
_
W
O O
_
G G
W =H
ZOa
D-z U
U
t
°
w oor zz
aFQ a
}z a
HWOW
Z
W
— N
co
_
I
o N J J <<
Ow V 0 W
Z mU =
O w N
_
Q J 0 c
(n
0
p
XG
O
Q
U
I
a
z a aaa m(n
aa= of
0
(n d'
.�
N
O't1�
c v
Z
w
m o� �W
�-
O
<
me
J
Q
�
�-
O
v
¢ a _z
i G o~ a~a~ :2
U
xz�
v o H
wwm=
U
O
c o
G� c
�
o o � U z W 3
w- �-
fYw(/) -
W
W
-O O
O
'-
O
J
m a Oxa 2-
�w2 O
~0w}
_
O
c
N C
z
a. z U
u1 c0
a.mm
h
G
N
-n o
a N LC)
0
W N
N
Q
.Q
L
0
N
E
O
U
C
I
O
°
O
V)
0
Q
O
N
O
Q
a
0
c
Q)
E
N
L
G'
N
0
N
N
E
G
t
N
m
O_
.Q
E
O
(n
N
c
O
_T
O'
a
N
G
L
O
U
0
a
O
(n
L
G
O U
U •-
C
O U �
In - U
O � N
� L �
U N
0-0 C
L
Z � �
U) C N
-0 a
O V U O
G a
� N
L C
U O O
U v
✓S
C 0
� o
7 N
V C
C •2
.-J O
c ° I
O � N
O U C
L N O
O O_
cn U
_ N
G. In
T•U N
O C C
3 o
o o
o v
af N ~
U
• O O
E cn
7
M > G
— c c
o _ G
N Cf)
L
- o
0
cn ac) L o
N
.L c
(if N
O C Q
O 2� N
TL -O
O
L
O U) C
Q.0 T G
N -G C� N
-0 C o 0
G V -
p - In
G
[n 'L 0 O _
O N
0 0 0
° N 'V
E a
C O
U - O
� �
(n o
Q)
E O O
I 0 -
o
O
N C O
L
O 0 o
n V X -;-,
O W O
M Q
O V
-C U w
N N
O C L a
U o I- N
ZZ6Z- LZ -dMS jo}ojjslwwptl '3'd uowJawwl 66aI0 •' '�*-� s ""�' LId& 31VO A8 NOISI/A32! 'ON
l S�� 3NIl Nina NNois „8b jaaO s�, °M oiland /6ulpling /s�lU old
631N33 N0I1dNlaN000 J.ON3083W3 NO,LNH2i � 0 °"
(INV SNOI1dOINf1WW0o �VN0103N ).!.NOON ONIN
to /sz /ll Ol NOISN31X3 3N1� W8O1S 1332i1S aNZ 3N do 'KZIo
7Z6
Z- -di"A
mw ww u I= M� off ioid `mow eda uo•3� -uo m mdr ow so