Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date:4-27-7,002.
CAG
Awarded To:--�ear6tud 6106.
City of Renton Bidding Requirements,
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
City of Renton
MAPLEWOOD CREEK SEDIMENTATION BASIN
2002 MAINTENANCE PROJECT
'k
PROJECT NO. SWP-27-2057
City of Renton
1055 S Grady Way
Renton, WA 98055
Project Manager: Gary Schimek (425)430-7247
Aw
}; ® Printed on Recycled Paper
rr
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
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:
Frank T. Scarsella, President
Signed this 14th day of October, 1999.
Q
A. Dohatd Scarse ecretary,
Scarsella Bros. Inc.
QW
am
r
w.
SECRETARY'S CERTIFICATE
cag\c:korp\scarscert.doc -
No
trr
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
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.
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
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
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
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. Page - 9
MW
.r
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.
�.. 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
rights, 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.
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
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
Heavy-Highway • • •
Construction An Equal
v�
' SCARSELL 1
4 Opportunity
ill � z
Employer
•
August 12, 2002
r
City of Renton
1055 S. Grady Way
Renton, Washington 98055
Attention: Gary Schimek, Project Manager
err
Re: Maplewood Creek Sedimentation Basin
2002 Maintenance Project
■r
Gentlemen:
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 (206) 817-0976 (cell)
(206) 870-2618 (home)
Rick Krier, Superintendent (206) 817-0994 (cell)
(425) 413-8903 (home)
Jay Krier, Foreman (206) 650-3322 (cell &home)
Brown & Brown, bonding agent (206) 956-1600 (office)
Yours truly,
r / (
Nancy Maio
Contract Administrator
P.O.Box 68388 • Seattle,Washington 98168-0388 • Tel:(253)872-7173 • Fax: (253)395-1209
No WA Lic.#SCARS13I183138 • ID Lic.#10394-AAA-1-2 • OR Lic.#96884 • MT Lic.#34542 • CA Lic.#779354
IDEPARTIIIENT OF LABOR AND M)USTRIES
,3
REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL
f REGIST. # EXP. DATE
CCOl SCARSBI183B8 05/07/2003
EFFECTIVE DATE 01/28/1982
SCARSELLA BROS INC
P 0 BOX 68388
i
SEATTLE WA 98168-0388
I
* i
F625-052-000(3/97)
f
r'
!3
;3
1
3 '
t
% -
CITY OF RENTON BUSINESS LICENSE 2002
Licensee has made application for a City of
20242 3!26/2002 19460 84TH AV S Renton business license in accordance with the
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
SCARSELLA BROTHERS INC this License at place of business.
P O BOX 68388
SEATTLE WA 98168-0388 City of Renton
Licensing Division
1055 South Grady Way
Renton, WA 98055
(425)430-6851
DP 3133 12!94
i�
tow
CONTRACT DOCUMENTS
ow FOR THE CONSTRUCTION OF
MAPLEWOOD CREEK
SEDIMENTATION BASIN
am
2002 MAINTENANCE PROJECT
p,1,® J. �T
of WASy`�
CIO
9 7 Q
/STE���
�SS�ONALti�� -Z�-o"L
Aw EXPIRES 10/16/03j
City of Renton
low Planning/Building/Public Works Department
Supervised By: Ronald J. Straka,P.E. Engineering Supervisor
Prepared By: Gary Schimek, P.E. Project Manager
aw
July,2002
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002 Pond
�w Cleaning\Contract-Standard Forms.DOC
on
i
CITY OF RENTON
MAPLEWOOD CREEK SEDIMENTATION BASIN
2002 MAINTENANCE PROJECT
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Y
Summary of Americans with Disabilities Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
*Proposal
*Combined Affidavit&Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
*Bid Bond Form
*Schedule of Prices
+Bond to the City of Renton
+Fair Practices Policy Affidavit of Compliance
+Contract Agreement(Contracts other than Federal-Aid FHWA)
4 +City of Renton Insurance Information Form
+City of Renton Standard Endorsement Form
g 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 Regulation Listing
City of Renton Supplemental Specifications
Special Provisions
Permits
As-Built Plans
.. Operation and Maintenance Manual (attached separately)
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(yellow pages)
♦Submit with Notice of Award (green pages)
CITY OF RENTON
' Planning/Building/Public Works Department
1055 South Grady Way
Renton,WA 98055
' H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002 Pond
Cleaning\Contract-Standard Forms.DOC
aw
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
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
4W 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 yment related
activities included recruitment, selection, promotion, demotion, training, retention and
49 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
,,w 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
+r 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 CTTY COUNCIL:
ayor Council President
Aaest:
City Clerl
e:South_Renton/BIDSPEC/MAB
rrr
CITY OF RENTON
SUMMARY OFAMF_RLCANS WITH DISABILITIES ACT POLICY
ADOPTED BY RESOL UTION NO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with- disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS 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 IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
CITY OF RENTON
RENTON CITY COUNCIL:
Mayor
Yu Council President
Attest: j
City Clerk
6
MAPLEWOOD CREEK SEDIMENTATION BASIN
2002 MAINTENANCE PROJECT
SCOPE OF WORK
The work involved under the terms of this contract document shall be
The work for the Maplewood Creek Sedimentation Basin- 2002 Maintenance Project as described in the
construction specifications and shown on the as-built plans,to include but not be limited to:
• Construct two temporary water bypass structures to divert creek;
• Drain sedimentation basin and rescue stranded fish;
• Remove approximately 750 cubic yards of material from sedimentation basin, creek, and flow splitter
structure;
• Haul removed material to sites located on Maplewood Golf Course and/or approved disposal site;
• Remove temporary bypass structures, restoring creek flow,and refilling sedimentation basin
• Hydroseed disturbed areas and restore site.
All in-water work must be completed by no later than September 30,2002.
This project is subject to the conditions of the following permit:
• Hydraulic Project Approval(HPA)from Washington Department of Fish and Wildlife
The estimated project cost is$30,000.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes
N and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
A total of ten(10)working days is allowed for completion of this project.
s
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002 Pond
Cleaning\Contract-Standard Forms.DOC
E
Corps of Engineers Permit Application
a
406 p •- •
'1 11� West Branch 4
O '
11 A
. •
�\ I 11 •. . • • ••• 1
15'
A i �■ •` �••s, ••••• i 1 ■ East Branch
1 f \ A ••' •.•• •
\ A •'• • :
Maplewood Creek
T�■■~
Upper Dam
a... - /O (RM 0.5)
are .',•� Existing Sedimentation •• •• •'■ ' ' /•. =•'
t
Basin (RM 0.4) O � It •
C • =
Go, �� �J�' . • - . .
f
• ••�• ••: • /t\� \
0
2114— C M \
• ' /�• �/1 ST ATE p
R0Ul � IO
•+
169 •
SOURCE:U.S.G.S.RENTON SHEET, 1:24,000 N
Latitude= 122109'15"
1000' Longitude=47128'06"
Figure 1 b
Project Vicinity Map
j
Lower Maplewood Creels Flooding and Habitat Improvement Projects
;x
9
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the 6th Floor Customer Service
ry Counter,Renton City Hall,until 11:00 o'clock a.m,August 7, 2002.
At this time the bids will be publically open 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 described in the specifications and shown in the as-built plans. 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. The Maplewood Creek Sedimentation Basin and Fish Channel Operations and Mainteance Manual nual Is
included as part of the bid docuents for reference only. This document incudes information and
q'= photographs related to previously completed maintenance work.
4. Bidders shall satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
b 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
y
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
-x
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. Basis for Approval - The contract will be awarded by the City of Renton to the lowest, most
` responsive bidder. The bidder shall bid on all schedules set forth in the bid forms. The total price of
all schedules will be used to determine the successful low responsive bidder. Partial bids will not be
accepted. The owner reserves the right to award any or all the schedules of the Bid to meet the needs
' of the City. The intent is to award to only one bidder.
12. Bidder's Responsibility- It is the responsibility of each bidder to ascertain if all the documents listed
' on the attached index are included in their copy of the bid specifications. If documents are missing, it
is the sole responsibility of the bidder to contact the City of Renton to obtain missing documents prior
to the bid opening time.
' H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002 Pond
Cleaning\Contract-Standard Forms.DOC
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF RENTON
SWP 27-2057
MAPLEWOOD CREEK SEDIMENTATION BASIN-2002 MAINTENANCE PROJECT
.r
orr
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and
thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as can be completed
with the money available, in accordance with the said plans, specifications and contract and the following
schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and
total amount of bid should be shown. Show unit
prices both in writing and in figures.)
The undersigned certifys and agrees to the following provisions:
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
"r aforementioned exception.
AND
r
H:forms/envrmtal/envirpol/bh
err
w
MINIMUM WAGE AFFIDAVIT FORM
1, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance
of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the
performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of
wages as specified in the principal contract: that I have read the above and foregoing statement and
certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and
belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Printed Name Z1F� E
�r Signature
P t3 ox (v�388
Address: ��A-TTY , GJiFI 93'�(o�j_03�g
wr
Names of Members of Partnership:
�r
irr
OR
+r
Name of President of Corporation 1enl& "'C_&RS ELL f}
M Name of Secretary of Corporation A. ZOO SCt=} SEL.L,4
Corporation Organized under the laws of Srt BF .)ASK/>>7�TefJ
OR
With Main Office in State of Washington at [I&p_gyp—' Au SQ.,
No Subscribed and sworn to before me on this '7 day of AUeus-r , 20oa.
; It Notary Public in and for the State of Washington
o NOTARy m-' Notary Print
PUBLIC ; My appointment expires:
tttl�,q9'r 0
H:forms/envrmtal/env irpol/bh
wr
BID BOND FORM
.r+ Herewith find deposit in the f certifie heck, cashier's check, cash, or bid bond in the amount of
Ich nt is not less than five percent of the total bid.
.r
Sign here
w. Know All Men by These Presents:
That we,__q e-cl-s--!t'.G\` tios k�, as Principal, and- ���c d
as Surety, are held and firmly bounj unto the City of
Renton,as Obligee, in the penal sum of � o Dollars, for the
irr
payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns,jointly and severally,by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for (e�appr�
mot, -s.,-,,.nnc.,according to the terms of the proposal or bid made by
the Principal therefore, and the Principal shall duly makes and�entteer 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
+r
bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect
°'r" and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the
amount of this bond.
�r SIGNED, SE A D D THIS '� DAY OF t
Prin al
C-
ow C7 l
Surety -
Received return of deposit in the sum of$
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002 Pond
Cleaning\Contract-Standard Forms.DOC
r
S A E O® POWER SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE: SAFECO PLAZA
SEATTLE,WASHINGTON 98185
No. 9562
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby
appoint
*********W.J.MCCOY;PAULA M.MCCOY;JAMES B.BINDER;ANNE E.STRIEBY;GARY R.STONE;PATRICK DWAYNE DAVID;RANDALL K.BONAVENTURE;
DIANNE JUDICE;WENDY ARCEMENT;Seattle,Washingt on*xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxsxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
ma 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 14th day of March 2002
R.A.PIERSON,SECRETARY MIKE M GAVICKK 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-attomey 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 K, day of
i.(4 i,lS� R 00 a
�a� E C014,9�
CORPORATE
SEAL SEAL
1 a Z
�lFof NI'SM c �l�awas� R.A.PIERSON,SECRETARY
S-0974/SAEF 2/01
®A registered trademark of SAFECO Corporation
03/1412002 PDF
6
..
SCHEDULE OF PRICES
All entries shall be written in ink or typed to validate the bid.
wr Show unit prices in both words and figures.
Where conflicts occur the written or typed words shall prevail.
,rr
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002 Pond Cleaning\Contract-
Standard Forrns.DOC
■r
CITY OF RENTON
MAPLEWOOD CREEK SEDIMENTATION BASIN
2002 MAINTENACE PROJECT
SCHEDULE OF PRICES
r
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 Section 1-09.3(1)of Special Provisions for Bid Item descriptions.
,. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
+■• I. 1 Mobilization
Lump Sum $Tloo TIYOUSido OAtE 1yut14&0 40,0AaDaAfrS $ -�T/00.00 $ �./OD. 0 U
+� 2. 1 Construct Bypass Structures, Divert Creek,
Rescue Fish,and Drain Sediment Basin
Lump Sum $ iYOUSdr✓a FIDE HUA)Dkgo AND X10 q�1 $ SS00 00 $ S' S00.00
+�.
3. 750 Remove Sediment
Cubic Yards $ fDURI-eEt,) AN9 No ecNr-S $ 1q, 00 $ /0.0 500. 00
�r
4. 700 Haul and Stockpile Material on Golf Course
Cubic Yards $ TWO AtiD IJO C,c� $ a. 0 0 $ q00100
+rr
r
$ $ $
6. 1 Refill Basin and Remove Bypass Structures
Lump Sum $?W O -T Oysamo '0 3)n AM jArr'5 - $ '21,000,0C) $ 2, 000100
7. 1,000 Hydroseed
Square Feet $ ti O p0LLAes ANn 664 CF17Zf $ ,1/0 $ S/00<00
Subtotal $ '1/' '?o0'00
8.8% Sales Tax $ / 927. a O
Total $ ;t 3a 0.27.a 0
goirr
rrr
H:\FILE_SYS\SWP-Surface Water ProjecWSWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002 Pond Cleaning\Contract-
Standard Forms.DOC
iir
-Rece�lfed Fax Auq 06 2002 8:02AM Fax Station : Scarsella Bros., Inc. 3
t+r AUG-06-2002 08:19 CITY OF RENTON PBPW 425 430 7241 P.03iO3
.rr
ACKNOWLEDGE OF RECEIPT OF ADDENDA
.al ALL BIDDERS SHALL SIGN THE PROPOSAL IN THE SPACE PROVIDED BELOW
THE UNDERSIGNED BIDDER HEREBY UNDERSTANDS THAT, IF AWARDED THE
CONTRACT IT MUST START WORK ON THIS PROJECT WITHIN 5 DAYS AFTER
CONTRACT FINAL EXECUTION AND COMPLETE THE WORK WITHIN 10 WORKING
DAYS AFTER ST TING CO STRUCTION,
++� DATED AT G��/T THIS DAY OF /4 u 6�u, 2002
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA:
.�
NO. DATE $ d
R
NO. DATE
NO. TE
1 SIGNED_
TITLE C PkcSia)��
�• NAME OF COMPANY SCARS�LLA 64bS. -rA/C.
ADDRESS jP, 0, 8 0 A 6 93 8 8
rr CITY/STATE/ZIP SL/21 LSE &)j9 03,Ye
TELEPHONE_ aS3-_ 9W - -7/13
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE NO. QQAgA, LICENSE NO. SCA-RSAZ 93,6 8
H:\FILE.SYS\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CdP)\27.2057 Maplewood Sediment 8asinM 2002
Pond Cleaning\Bid Addendum-LDOC
TOTAL P.03
PUG-06-2002 08:19 CITY OF RENTON PBPW 425 430 7241 P.02iO3
ADDENDUM NO. I
City of Renton
Maplewood Creek Sedimentation Basin-2002 Maintenance Project
Bids must be submitted to 6th Floor Customer Service Counter(Renton City Hall) by:
r~r August 7,2002,11.00 A.M.
This Addendum No. 1 forms a part of the Bid Documents and modifies the original Bid
�r Documents dated July, 2002,as noted below. The Bidder shall fill out all the required
information in the ACKNOWLEDGE OF RECEIPT OF ADDENDA form and include the form
with the Bid. Failure to comply with this requirement may render the bid non-responsive and
may cause its rejection.
This Addendum No. l consists of I page, including all revisions,attachments and details.
� #############*#######+M#it+Yrile#tri#/MAM##########*#**ikiKiltktrt tt#i�##F{##*##ic*MMIM'1•
SCHEDULE OF PRICES
I, Remove(by striking out)the following bid item from the Schedule of Prices-
Item No. -5
a� Approx. Quantity- 50 CY
Item Name-Haul Material to Offisite Disposal Site
As such,Bid Item No. 5-Haul Material to Offsite Disposal Site will not be considered part of the
s++ project bid. Furthermore, no unit price or amount shall be entered for this bid item.
r
Dated August 6, 2002
,r
Gary Schimek
Project Manager
RTILE SYSISWP-Surface Water Projects\swP-27-surface Water Projcots(CIP)t27.2057 Maplewood Sediment Ba5inM 2002
Pond Clcaning\Bid Addendum-1 a.D()C
sr
BOND NO. 6165110
BOND TO THE CITY OF RENTON
' KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned SCARSELLA BROS. , INC.
and SAFECO INSURANCE COMPANY OF AMERICA
as
principal, corporation 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 S 23,827.20 for the payment of which sum on demand we bind ourselves and our
i 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 , 200_.
rNevertheless,the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-
t providing for construction of MAPLEWOOD CREEK SEDIMENTATION BASIN 2002 MAINTENANCE
PROJECT (project name)
the principal is required to furnish a bond for the faithful performance of the contract;and
VVIV-REAS, the principal has accepted, or is about to accept,the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW,THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the carrying
on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to .
any person or property by reason of any carelessness or negligence on the part of said principal, or
any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton
harmless from any damage or expense by reason of failure of performance as specified in the contract
or from defects appearing or developing in the material or workmanship provided or performed under
' the contract within a period of one year after its acceptance thereof by the City of Renton,then and in
that event this obligation shall be void;but otherwise it shall be and remain in full force and effect_
SCARSELLA BROS. , INC. SAFECO_INSILRANCE COMPANY OF AMERICA
Principal Sur
BY: BY:
Signature Signaturd PAULA M. MCCOY
President ATTORNEY-IN-FACT
Title Title
S q F E C a POWER SAFECO INSURANCE COMPANY OF AMERICA
OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
arr SEATTLE,WASHINGTON 98185
No. 9562
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby
appoint
*****W.J.MCCOY;RONALD LANGE;PAULA M.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;JENNIFER L.KANE;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
ar
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 27th day of March 2001
ow
R.A.PIERSON,SECRETARY MIKE M GAVICK,PRESIDENT
CERTIFICATE
do
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."
irr
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-attomey 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�
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 ,
as
COMpq�`
COW
SEAL A y SEAL
a .1,953 ! x
r wAS� c ��aWas�+ �� R.A.PIERSON,SECRETARY
Wr
3-0974/SAEF 2/01
®A registered trademark of SAFECO Corporation
3/27/01 PDF
ww
rrr
CITY OF RENTON
+ FAIR PRACTICES POLICY
� AFFIDAVIT OF COMPLIANCE
Scarsella Bros., Inc. hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
.r I. It is the policy of Scarsella Bros. , Inc. to offer equal
(Name of contractor/subcontractor/consultant)
opportunity to all qualified employees and applicants for employment without regard to
rrr
the race, creed,color, sex,national origin, age,disability or veteran status.
so II. Scarsella—Bros. , Inc. complies with all applicable
(Name of contractor/subcontractor/consultant)
r
federal, state and local laws governing non-discrimination in employment.
II. When applicable, Scarsella Bros. , Inc. will seek out and
am (Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
it
Frank Scarsella
Print Agent/Representative's Name
President
Print Agent/Representative's Title
Agent/Representa eve's Signature
to
Date Signed
to
to Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include
or attach this document(s)with the contract.
am
60
Document in Microsoft Internet Explorer\
WW
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this a 9 day of 2002 by and
between THE CITY OF RENTON, Washington, a municipal corporation of Ae State of Washington,
hereinafter referred to as "CITY" and Scarsella Bros. Inc., hereinafter referred to as
"CONTRACTOR."
■r WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 10 working days from date of
commencement hereof as required by the Contract,of which this agreement is a component part)
perform all the work and services required to be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and transportation services
necessary to perform the Contract, and shall complete the construction and installation work in a
workmanlike manner, in connection with the City's Project(identified as No.SWP 27-2057 for
improvement by construction and installation of:
Maplewood Creek Sedimentation Basin-2002 Maintenance Project.
Construction within the OHWL shall be completed by no later than September 30,2002.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
strict conformity with the plans and specifications, including any and all addenda issued by the
City and all other documents hereinafter enumerated, and in full compliance with all applicable
codes, ordinances and regulations of the City of Renton and any other governmental authority
having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished and the construction
installation performed and completed to the satisfaction and the approval of the City's Public
Works Director as being in such conformity with the plans, specifications and all requirements
of or arising under the Contract. The Consultant agrees to use recycled materials whenever
practicable.
rr 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
r attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
r h) Special Provisions, if any
i) Technical Specifications, if any
rr
r.
rrr
Contracts other than Federal-Aid FHWA Page 2 of 4
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 r
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 rrl
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 .W
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 anyother 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 so
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 aparty to any litigation commenced
by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall .r
pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection
with such litigation. Futhermore, 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, we
provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the 16
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, we
officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity
provision with respect to claims or suits based upon such concurrent negligence shall be valid
and enforceable only to the extent of the Contractor's negligence or the negligence of the dI
Contractor's agents or employees.
to
No Contracts other than Federal-Aid FHWA Page 3 of 4
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.
�r.
7) The Contractor shall commence performance of the Contract no later than five (5) calendar days
after Contract final execution, and shall complete the full performance of the Contract not later
IM than ten (10) 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.
r 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
r 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
rrr 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.
w
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous
data pertaining to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of
the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this Contract;
said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety
or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington.
r
r
w
r
tr
�r.
Contracts other than Federal-Aid FHWA Page 4 of 4 so
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City. The
Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The Contractor
shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City
right-of-way.
12) The total amount of this contract is the sum of$23,827.20
num ers
Twenty three thousand eight hundred twenty seven dollars and twenty cents
wn en wor s
which includes Washington State Sales Tax. Payments will be made to Contractor as specified as
in the "Special Provisions" of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested
by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-
written.
CONTRA TOR CITTy,O RENTON
�/� '�--��
resident/Partner/O ner Wayor
ATTEST
d
Secreta City Clerk
gNiNUIIN�
OF RF,!4t)§
Dba Scarsella Bros. , Inc.
Firm Name !!l���77��
check one � ��j AT
® Co ion nw orat Washington
❑ Individual 13 Partnership � —1
a .W
CO,
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 101
business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed +�
by d/b/a and name of the company.
n.._ �nnn _ �•--.nu ..............�. .. t..�. --- . _-_ _ ___ _
1zY City of Renton
. " Human Resources & Risk Management Department
Insurance Information Form
FOR:
PROJECT NUMBER: STAFF CONTACT:
Certificate of Insurance indicates the coverages/limits specified in Yes E3 No
contract?
Are the following coverages and/or conditions in effect? Yes El No
*r
The Commercial General Liability policy form is an ISO 1993 Yes ❑ No
Occurrence Form.or Equivalent? M4 i-*"�7/7S C-7
(Ifno,attach a copy of the policy with required coverages clearly
w.r identified)
CG 0043 Amendatory Endorsement provided?* N
6 F] Yes o
,, General Aggregate provided on a"per project basis(CG2503)?* re (� yes No
Additional Insured wording provided?* Yes No
Coverage on a primary basis and non-contributing basis?* (� Yes No
wr
Waiver of Subrogation Clause applies?* yes No
Sevembility of Interest Clause(Cross Liability)applies? Yes (1 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 7.7 Auto R' (' Umb -t- 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.
aw
Brown & Brown Insurance of WA. Gladine Hattrup
Ageo
0. Box 24347 Completed By(Type or Print Name)
P. 0. B
Seattle, WA. 98124 J�e� �, ��2� ��•
Address Completed By(Signature)
Scott Strickland 206-956-1600
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COWLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OFINSURANCE
ACORD.. CERTIFICATE OF LIABILITY INSURANCE OPID Gl DATE(MM/DD/YY)
CAR-03 08/13/02
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Brown & Brown - Seattle HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
P. 0. Box 24347 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Seattle WA 98124
Phone: 206-956-1600 Fax:206-956-9600 INSURERS AFFORDING COVERAGE
INSURED INSURER A: St Paul Fire & Marine
INSURER B: American Guar & Liab Ins Co
Scarsella Bros. , Inc. INSURER C:
P.O. Box 68388 INSURER D:
Seattle, WA 98168-0388
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
S POLICY EFFECTIVE POLICY EXPIRATION
POLICY NUMBER NR PO
I
LTR TYPE OF INSURANCE DATE MM/DD/YY DATE MM/DD/YY LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
A X COMMERCIAL GENERAL LIABILITY KK08400340 05/01/02 05/01/03 FIRE DAMAGE(Any one fire) $ 50,000
CLAIMS MADE a OCCUR MED EXP(Any one person) $ 5,000
PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP OP AGG $ 2,000,000
POLICY X PRO LOC
JECT
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
A X ANY AUTO KK08400340 05/01/02 05/01/03 (Ea accident) $ 1,000,000
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY
AUTO ONLY-EA ACCIDENT $
ANY AUTO EA ACC $
OTHER THAN
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000
B X OCCUR CLAIMSMADE AUC9303867 05/01/02 05/01/03 AGGREGATE $ 5,000,000
$
DEDUCTIBLE
X RETENTION $ 10,000 $
WORKERS COMPENSATION AND X TORY LIMITS ER
A EMPLOYERS'LIABILITY KK08400340 05/01/02 05/01/03 E.L.EACH ACCIDENT $ 1,000,000
WASHINGTON STOP GAP E.L.DISEASE-EA EMPLOYEE $ 1,000,000
E.L.DISEASE-POLICY LIMIT $ 1,000,000
OTHER
7 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Project: Maplewood Creek Sedimentation Basin
The City of Renton, and its officers officials, agents, employees and
volunteers is added as Primary Additional Insured with respect to this
project per form #G0322 attached. Waiver of Subrogation applies per form
#G0326 attached. Severability of Interest applies. xxxx
CERTIFICATE HOLDER Y I ADDITIONAL INSURED;INSURER LETTER: CANCELLATION
CITY011 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILLS MAIL 45 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Renton
1055 S. Grady Way
Renton, WA 98055
A IZE TATI
ACORD 25-S(7/97) OACORD CORPORATION 1988
COPY
ADDITIONAL PROTECTED PERSONS ENDORSEMENT - CONTRACTORS fie �ui
GENERAL LIABILITY - INCLUDING COMPLETED WORK
This endorsement changes your Contractors
low Commercial General Liability Protection.
How Coverage Is Changed architect, engineer, or surveyor
professional services.
There are two changes which are described
below. Architect, engineer, or surveyor
Professional services includes:
1. The following is added to the Who Is • the preparation or approval of maps,
Protected Under This Agreement section. drawings, opinions, reports, surveys,
This change adds certain protected change orders, designs, or
persons and limits their protection. specification; and
• supervisory, inspection, or engineering
Additional protected person. The person or services.
organization named below is an
additional protected person as required 2. The following is added to the Other
by a contract or agreement entered into primary insurance section. This change
�• by you. But only for covered injury or broadens coverage.
damage arising out of:
• your work for that person or We'll consider this insurance to be organization; primary to and non-contributory with the
• your completed work for that person insurance issued directly to additional
or organization if your contract or protected persons listed below if:
.r agreement requires such coverage; • your contract specifically requires that
• premises you own, rent, or lease- from we consider this insurance to be
that person or organization; or primary or primary and non-
* your maintenance, operation, or use of contributory; or
equipment leased from that person or • you request before a loss that we
organization. consider this insurance to be primary
or primary and non-contributory
We explain what we mean b insurance.
y your work
and your completed work in the Products
and completed work total limit section. Other Terms
If the additional protected person is an All other terms of your policy remain the
architect, engineer, or surveyor, we won't same.
cover injury or damage arising out of the
performance or failure to perform
Person Or Organization:
Any person or organization as required by contract and to whom certiificates of
insurance have been issued. _
Name of Insured Policy Number KK08400340 Effective Date 05/01/02
SCARSELLA BROS. , INC.
Processing Date
G0322 Rev. 12-97 Printed in U.S.A. Endorsement
®St.Paul Fire and Marine Insurance Co.1997 All Rights Reserved Page 1 of 2
v
o
N CONTRACTORS RECOVERING DAMAGES FROM A meFhVl
THIRu PARTY ENDORSEMENT
V
U
This endorsement changes your General Rules.
o SCARSELLA BROS. , INC.
KKO8400340
oHow Coverage Is Changed
• Next, we will be entitled to any remaining
The following replaces the Recovering
balance, up to the amount paid under this
o policy to reimburse us fully.
o Damages From A Third Party section. • Then if any amount remains, you or any
other protected person are entitled to the
Recovering Damages From A Third Party excess.
Any protected person under this policy may However, expenses of recovery proceedings
co
M be able to recover all or part of a loss will be divided in the same ratio as the
Cn from someone other than us. Because of recovery is shared. But if we are not
o this, each protected person must do all successful in a right of recovery initiated
that's possible after a loss to preserve any solely at our request, we will be responsible
o right of recovery available. for the recovery expenses.
Y
Y
o If we make a payment under this policy that We will waive our right of recovery against
o right of recovery will belong to us. But we any person or organization if you are
U will not have this right of recovery against required in a contract with that person or
any: organization to waive that right. But we'll
• parent; do so only for payments we make because
• owned or controlled subsidiary; or of covered injury or damage that results
from work done by or for you under that
• affiliated company where you have contract. And only if you enter into that
management control. contract before the injury or damage
happens.
We will work with you or any protected
-- person in the exercise of our right of
Other Terms
recovery. If we recover any amount, it will
be distributed in the following manner: All other terms of
your policy remain the
`""� • You or any protected person will be same.
reimbursed first for the loss not covered
by insurance.
G0326 Ed. 9-97 Printed in U.S.A. Endorsement
©St.Paul Fire and Marine Insurance Co. 1997 All Rights Reserved Page 1 of 1
No
ENDORSEMENT 1
r.
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
r Number issued by the(OWNER).
1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
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
NAMED INSURED.
err
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.
aw 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
r
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.
r
August 16, 2002 Scarsella Bros. , Inc.
Date Authorized Representative/
1 �
.r
Signature Frank carsella, President
am
UW
aw
r
1 -
r
PREVAILING MINIMUM
1
HOURLY WAGE RATES
1
1
1
1
1
1
1
1
1
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002
Pond Cleaning\Contract-Standard Forms.DOC
6,
--- WY'i111Yb
BENEFIT CODE KEY-EFFECTIVE 03-03-02
tt####R;itii##tRi##t;i#itt###tt#R##;#ii##i;i#R#Rif##Ri######iiti;#tRRiit#f#####ii#;Rii#;ti##i;ti#i###;#Ri;#Rit#ittt#iR#R
i
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
ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
.r AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
so
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.
aw C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE
.r 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
,o 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
,w 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
aw CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TRAES 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.
ow
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 ON 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.
qr
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
r 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.
aw
BENEFIT CODE KEY-EFFECTIVE 03-03-02
-2-
1. 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 MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON 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 T PIES 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 TAMES THE HOURLY
RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- ,
HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TAMES
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 TAMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TAMES 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 TAMES THE HOURLY RATE OF WAGE.
�r
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TAME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE rr
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
TAMES 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 rr
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TAMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TAMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TAMES THE
HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE ow
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY
RATE OF WAGE. ft
4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
BENEFIT CODE KEY-EFFECTIVE 03-03-02
wyr -3-
5. B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
�r.
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL. DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS 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).
aw
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
av S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS.
dw
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
6 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, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
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)
dw
BENEFIT CODE KEY-EFFECTIVE 03-03-02
-4-
6. 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,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8).
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE '
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE ,
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, '
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 BEFORE CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TON
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 25V-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
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75, LEVEL
B:$0.50, AND LEVEL C:$025.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B: $1.00,
LEVELS C&D:50.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL
B:50.75,LEVEL C:50.50, AND LEVEL D:5025.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
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 on the Benefit Code Key.
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $29.67 1M 5D
BOILERMAKERS
JOURNEY LEVEL $38.71 1B 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $35.37 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $11.71 1
CARPENTERS
ACOUSTICAL WORKER $35.31 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $35.15 1M 5D
CARPENTER $35.15 1M 5D
CREOSOTED MATERIAL $35.25 1M 5D
DRYWALL APPLICATOR $34.94 1M 5D
FLOOR FINISHER $35.28 1M 5D
FLOOR LAYER $35.28 1M 5D
FLOOR SANDER $35.28 1 M 5D
MILLWRIGHT AND MACHINE ERECTORS $36.15 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $35.35 1M 5D
SAWFILER $35.28 1M 5D
SHINGLER $35.28 1M 5D
STATIONARY POWER SAW OPERATOR $35.28 1M 5D
STATIONARY WOODWORKING TOOLS $35.28 1M 5D
CEMENT MASONS
JOURNEY LEVEL $36.15 1M 5D
DIVERS&TENDERS
DIVER $75.57 1M 5D 8A
DIVER TENDER $37.85 1 M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $35.67 1B 5D 8L
ASSISTANT MATE(DECKHAND) $35.23 1B 5D 8L
+= BOATMEN $35.67 1B 5D 8L
ENGINEER WELDER $35.72 1B 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 11 5B
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
$18.69
Pagel
KING COUNTY
Effective 03-03-02 _
(See Benefit Code Key) '
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
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 $44.01 4A 5A
CERTIFIED LINE WELDER $40.40 4A 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 $12.07 1
ELEVATOR CONSTRUCTORS
CONSTRUCTOR $31.29 4A 6Q
MECHANIC $42.25 4A 6Q
MECHANIC IN CHARGE $46.63 4A 6Q
PROBATIONARY CONSTRUCTOR $16.27 4A 60
FABRICATED PRECAST CONCRETE PRODUCTS
ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $11.05 1
ALL OTHER CONCRETE PRODUCTS-Carpenter $18.77 1B 6S
ALL OTHER CONCRETE PRODUCTS-Clean-up $17.99 113 6S
ALL OTHER CONCRETE PRODUCTS-Fabricator $18.24 1 B 6S
ALL OTHER CONCRETE PRODUCTS-Gunite $18.24 1 B 6S
ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 1 B 6S
ALL OTHER CONCRETE PRODUCTS-Operator $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS-Welder $18.24 1B 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 1M 5D
GLAZIERS
JOURNEY LEVEL $35.96 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $35.93 1F 5C
HEATING EQUIPMENT MECHANICS
MECHANIC $18.45 1J 5A
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $30.15 1M 5D
Page 2
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07 1
INLAND BOATMEN
ASSISTANT ENGINEER $30.70 1K 5D
CHIEF ENGINEER $31.57 1 K 5D
COOK $26.58 1K 5D
DECK ENGINEER,ABLE SEAMAN,OILER $26.58 1K 5D
DECKHAND $26,17 1K 5D
FIRST MATE $30.80 1K 5D
MASTER $33.74 1K 5D
MATE,LAUNCH OPERATOR $28.83 1K 5D
MESSMAN $21.96 1K 5D
ORDINARY SEAMAN $23.28 1K 5D
INSPECTION/CLEANING/SEALING OF SEWER 8 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 1M 5D
IRONWORKERS
JOURNEY LEVEL $37.17 113 5A
LABORERS
ASPHALT RAKER $30.15 1M 5D
BALLAST REGULATOR MACHINE $29.67 1M 5D
BATCH WEIGHMAN . $24.99 1M 5D
CARPENTER TENDER $29.67 1M 5D
CASSION WORKER $30.51 1M 5D
CEMENT DUMPER/PAVING $30.15 1M 5D
CEMENT FINISHER TENDER $29.67 1M 5D
CHIPPING GUN(OVER 30 LBS) $30.15 1M 5D
CHIPPING GUN(UNDER 30 LBS)._ $29.67 1M 5D
CHUCKTENDER $29.67 1M 5D
CLEAN-UP LABORER $29.67 1M 5D
CONCRETE FORM STRIPPER $29,67 1M 5D
CONCRETE SAW OPERATOR $30.15 1M 5D
CRUSHER FEEDER $24.99 1M 5D
CURING LABORER $29.67 1M 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $29,67 1 M 5D
DITCH DIGGER $29.67 1M 5D
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 cleaning;NOT $22.67 1M 5D
construction debris cleanup)
FINE GRADERS $29.67 1M 5D
Page 3
KING COUNTY
Effective 03-03-02
-
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
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
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 $30.15 1M 5D '
LASER BEAM OPERATOR $30.15 1M 5D
MINER $30.51 1M 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $30.15 1M 5D
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 513
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 1M 5D
TOPPER-TAILER $29.67 1M 5D
TRACK LABORER $29.67 1M 5D
TRACK LINER(POWER) $30.15 1M 513
TUGGER OPERATOR $30.15 1M 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $29.67 1M 5D
VIBRATOR $30.15 1M 5D
WELDER $29.67 1M 5D
WELL-POINT LABORER $30.15 1M 5D
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER $29.67 1M 5D
PIPE LAYER $30.15 1M 5D
Page 4
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
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 1 M 5D
MACHINISTS(HYDROELECTRIC SITE WORK)
MACHINIST $1684 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
JOURNEYLEVEL $28.63 26 5A
PLASTERERS
JOURNEY LEVEL $35.63 1R 5A
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL
$8.42 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $44.76 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $33.59 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $36.05 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $36.49 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $36,99 IT 5D 8L
BACKHOES, (75 HP&UNDER) $35.69 IT 5D 8L
BACKHOES, (OVER 75 HP) $36.05 IT 5D 8L
BARRIER MACHINE(ZIPPER) $36.05 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $36.05 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $35.69 IT 5D 8L
BOBCAT $33.59 IT 5D 8L
BROOMS $33.59 IT 5D 8L
BUMP CUTTER $36.05 IT 5D 8L
CABLEWAYS $36.49 IT 5D 8L
CHIPPER $36.05 IT 5D 8L
COMPRESSORS $33.59 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $33.59 IT 5D 8L
CONCRETE PUMPS $35.69 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 IT 5D 8L
CONVEYORS $35.69 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $35.69 IT 5D 8L
Page 5
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, 20-44 TONS,WITH ATTACHMENTS $36.05 IT 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $36.49 IT 5D 8L
WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $36.99 IT 5D 8L t
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $37.49 IT 5D 8L
WITH ATTACHMENTS) '
CRANES,A-FRAME, 10 TON AND UNDER $33.59 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $35.69 IT 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $37.99 IT 5D 8L
ATTACHMENTS '
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $36.05 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $36.49 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $36.99 IT 5D 8L
CRANES,TOWER CRANE UP TO 176 IN HEIGHT,BASE TO BOOM $36.99 IT 5D 8L
CRANES,TOWER CRANE OVER 17.5 IN HEIGHT,BASE TO BOOM $37.49 IT 5D 8L
CRUSHERS $36.05 IT 513 8L
DECK ENGINEERIDECK WINCHES(POWER) $36.05 IT 5D 8L
DERRICK,BUILDING $36.49 IT 5D 8L
DOZERS,D-9&UNDER $35.69 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $35.69 IT 5D 8L
DRILLING MACHINE $36.05 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $33.59 IT 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $35.69 IT 5D 8L
FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $36.05 IT 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $35.69 IT 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $33.59 IT 5D 8L
GRADE ENGINEER $35.69 IT 5D 8L
GRADECHECKER AND STAKEMAN $33.59 IT 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $35.69 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $35.69 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $36.05 IT 5D 8L
HYDRALIFTSBOOM TRUCKS(10 TON&UNDER) $33.59 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $35.69 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $36.49 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $36.99 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $36.05 IT 5D 8L
LOCOMOTIVES,ALL $36.05 IT 513 8L
MECHANICS,ALL $36.05 IT 5D 8L
MIXERS,ASPHALT PLANT $36.05 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $36.05 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $35.69 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $36.49 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $33.59 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $36.05 IT 5D 8L
PLANT OILER(ASPHALT CRUSHER) $35.69 IT 5D 8L
POSTHOLE DIGGER,MECHANICAL $33.59 IT 5D 8L
POWER PLANT $33.59 IT 5D 8L
PUMPS,WATER $33.59 IT 5D 8L
QUAD 9,D-10,AND HD-41 $36.49 IT 5D 8L
Page 6
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $36.49 IT 5D 8L
EQUIP
RIGGER AND BELLMAN $33.59 IT 5D 8L
ROLLAGON $36.49 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $33.59 IT 5D 8L
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $35.69 IT 5D 8L
ROTO-MILL,ROTO-GRINDER $36.05 IT 5D 8L
SAWS,CONCRETE $35.69 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.05 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.49 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $35.69 IT 5D 8L
SCREED MAN $36.05 IT 513 81.
SHOTCRETE GUNITE $33.59 IT 5D 8L
SLIPFORM PAVERS $36.49 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $36.05 IT 5D 8L
SUBGRADE TRIMMER $36.05 IT 513 8L
TRACTORS,(75 HP&UNDER) $35.69 IT 5D 8L
TRACTORS,(OVER 75 HP) $36.05 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $36.05 IT 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $36.49 IT 5D 8L
TRENCHING MACHINES $35.69 IT 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $35.69 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $36.05 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $33.59 IT 5D 8L
YO YO PAY DOZER $36.05 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $29.97 4A 5A
SPRAY PERSON $28.35 4A 5A
w
TREE EQUIPMENT OPERATOR $28,75 4A 5A
TREE TRIMMER $26.62 4A 5A
TREE TRIMMER GROUNDPERSON $19,48 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $43.46 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL _ $19.25 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $36.15 1M 5D
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $22.18 1
6 RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
RESIDENTIAL GLAZIERS
1 1110 JOURNEY LEVEL $24.84 2E 5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
6.
Page 7
KING COUNTY
Effective 03-03-02
-
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code '
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 16 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) _ ,
JOURNEY LEVEL $15.37 1
ROOFERS
JOURNEY LEVEL $32.53 111 5A
USING IRRITABLE BITUMINOUS MATERIALS $35.53 111 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $39.68 1.1 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 $30.60 113 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $42.48 16 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13-40 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $24.74 26 5A
HOLE DIGGER/GROUND PERSON $13.18 213 5A
INSTALLER(REPAIRER) $23.66 26 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 213 5A
SPECIAL APPARATUS INSTALLER 1 $24.74 2B 5A
SPECIAL APPARATUS INSTALLER 11 $24.21 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $24.74 26 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $22.91 2B 5A
TELEVISION GROUND PERSON $12.42 26 5A
TELEVISION LINEPERSON/INSTALLER $17.02 26 5A
TELEVISION SYSTEM TECHNICIAN $20.54 26 5A
TELEVISION TECHNICIAN $18.33 213 5A
TREE TRIMMER $22.91 26 5A
Page 8
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $32.83 1 H 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $26.66 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $27.67 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $33.48 IT 5D 8L
ASPHALT MIX(OVER 16 YARDS) $34.06 IT 5D 8L
DUMP TRUCK $33.48 IT 5D 8L
DUMP TRUCK&TRAILER $34.06 IT 5D 8L
OTHER TRUCKS $34.06 IT 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
Page 9
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.
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 Kev
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 1 M 5D
3: 2001 - 3000 Hours - 75.00% $23.09 1 M 5D
4: 3001 - 4000 Hours - 90.00% $27.04 1 M 5D
ed-ABORERS
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
BOILERMAKERS
1: 0 - 1000 Hours - 70.00% $30.83 1 B 5N
2: 1001 - 2000 Hours - 75.00% $32.14 1 B 5N
: 2001 - 3000 Hours - 80.00% $33.46 1 B 5N
4: 3001 - 4000 Hours - 85.00% $34.77 1B 5N
4001 - 5000 Hours - 90.00% $36.08 1B 5N
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 1 M 5A
3. 2251 - 3000 Hours - 60.00% $22.77 1 M 5A
1. 3001 - 3750 Hours - 70.00% $25.58 1M 5A
5: 3751 - 4500 Hours - 80.00% $28.39 1 M 5A
is 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 1M 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: 1St 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: 4 th 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: 7 th Period - 90.00% $32.40 1 M 5D
8: 8th Period - 95.00% $33.77 1 M 5D
CARPENTER
1: 1St 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: 5 th 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 1M 5D
2: 701 - 1400 Hours - 60.00% $24.01 1 M 5Dn
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: 1St 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: 4 th Period - 75.00% $29.02 1 M 5D
5: 5th Period - 80.00% $30.44 1 M 5_D
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 1 M 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
1: 1 st Period - 60.00% $20.38 1 M 5D
2: 2nd Period - 65.00% $25.64 1 M 5D ,
I 3rd Period - 70.00% $27.03 1 M 5D
4th Period - 75.00% $28.42 1 M 5D
5th Period - 80.00% $29.80 1 M 5D
3: 6th Period - 85.00% $31.19 1 M 5D
I: 7th Period - 90.00% $32.58 1 M 5D
4: 8th Period - 95.00% $33.96 1 M 5D
CEMENT MASONS
1: 0 - 1000 Hours - 50.00% $22.82 1 M 5D
?: 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
is 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 1J 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 1J 5B
5: 4001 - 5000 Hours - 85.00% $30.93 1J 5B
3: 5001 - 6000 Hours - 90.00% $32.26 1J 5B
ELECTRICIANS - INSIDE
1: 0 - 1000 Hours - 40.00% $16.80 1 D 6H
2: 1001 - 2000 Hours - 50.00% $20.12 1D 6H
3: 2001 - 3500 Hours - 55.00% $24.86 1D 6H
1: 3501 - 5000 Hours - 65.00% $28.74 1 D 6H
5: 5001 - 6500 Hours - 75.00% $32.62 1D 6H
6: 6501 - 8000 Hours - 85.00% $36.50 1 D 6H
+=
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% $21.04 2E 5G
4: 3001 - 4000 Hours - 60.00% $22.70 2E 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
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 WE
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 1M 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% $22.42 113 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 1M 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% $13.86 213 5A
2: 751 - 1500 Hours - 65.00% $15.79 2B 5A
3: 1501 - 2250 Hours - 75.00% $17.72 213 5A
4: 2251 - 3000 Hours - 80.00% $19.45 213 5A
5: 3001 - 3750 Hours - 85.00% $20.47 213 5A
6: 3751 - 4500 Hours - 95.00% $22.50 213 5A
PLASTERERS
1: 0 - 500 Hours - 40.00% $15.61 1R 5A
2: 501 - 1000 Hours - 45.00% $16.84 1 R 5A
3: 1001 - 1500 Hours - 45.00% $22.1-4 1 R 5A
4: 1501 - 2000 Hours - 50.00% $23.37 1R 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 1R 5A
10: 4501 - 5000 Hours - 80.00% $30.72 1R 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 1R 5A
14: 6501 - 7000 Hours - 95.00% $34.40 1R 5A
PLUMBERS & PIPEFITTERS
1: 0 - 2000 Hours - 42.50% $21.29 1G 5A
2: 2001 - 3000 Hours - 50.00% $28.45 1G 5A
3: 3001 - 4000 Hours - 55.00% $30.09 1G 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
: 501 - 1000 Hours - 60.00% $24.77 1T 5D 81-
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
3: 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 1G 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 1Q 5A
RESIDENTIAL CARPENTERS '
1: 1St 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 1R 5A
2: 821 - 1630 Hours - 67.00% $21.94 1R 5A
3: 1631 - 2450 Hours - 74.00% $23.70 1 R 5A ,
4: 2451 - 3270 Hours - 81.00% $27.76 1R 5A
5: 3271 - 4080 Hours - 88.00% $29.52 1 R 5A
6: 4081 - 4899 Hours - 95.00% $31.27 1R 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 1B 5A
4: 2251 - 3000 Hours - 70.00% $22.37 113 5A
5: 3001 - 3750 Hours - 80.00% $25.11 113 5A ..
6: 3751 - 4500 Hours - 90.00% $27.86 113 5A
SPRINKLER FITTERS (FIRE PROTECTION)
1: 1St Period - 40.00% $15.64 113 5C
2: 2nd Period - 42.00% $16.27 1 B 5C
3: 3rd Period - 44.00% $16.90 113 5C
4: 4th Period - 47.00% $17.85 1 B 5C
rww
5: 5th Period - 52.00% $22.12 113- 5C
3: 6th Period - 57.00% $23.69 113 5C
`w7: 7th Period - 62.00% $25.52 113 5C
8: 8th Period - 65.00% $26.46 1B 5C
,,wg_ 9th Period - 75.00% $30.11 1 B 5C
10: 10th Period - 80.00% $31.68 1 B 5C
„TERRAZZO WORKERS & TILE SETTERS
1: 0 - 1000 Hours - 50.00% $18.51 1H 5A
2: 1001 - 2500 Hours - 55.00% $19.77 1 H 5A
-3: 2501 - 3500 Hours - 60.00% $21.04 1 H 5A
4: 3501 - 4500 Hours - 70.00% $23.58 1 H 5A
5: 4501 - 5500 Hours - 80.00% $26.11 1 H 5A
`6: 5501 - 6250 Hours - 90.00% $28.65 1 H 5A
7: 6251 - 7000 Hours - 95.00% $29.92 1 H 5A
„,TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
1: 0 - 1000 Hours - 50.00% $18.1'1 1 H 5A
402: 1001 - 2500 Hours - 55.00% $19.33 1 H 5A
3: 2501 - 3500 Hours - 60.00% $20.56 1 H 5A
4: 3501 -4500 Hours - 70.00% $23.02 1 H 5A
TRAFFIC CONTROL STRIPERS
1: 0 - 500 Hours - 60.00% $12.68 1 K 5A
.2: 501 - 1000 Hours - 60.00% $15.48 1 K 5A
3: 1001 - 2333 Hours - 60.00% $17.76 1 K 5A
4: 2334 -4666 Hours - 73.00% $20.98 1 K 5A
—5: 4667 - 7000 Hours - 88.00% $24.70 1K 5A
TRUCK DRIVERS
ALL TRUCKS
1: 0 - 700 Hours - 70.00% $26.17 1T 5D 8L
2: 701 - 1400 Hours - 80.00% $28.61 1T 5D 8L
1403: 1401 - 2100 Hours - 90.00% $31.04 IT 5D 8L
4w
ow
go
a.
a.
..
Department of Labor and Industries R�n.rt< N I A I'-L1V LILNV 1 Ul+ IN 1 ENV'f TO
Prevailing Wage
(360)902-5335 PAY PREVAILING WAGES
a Q:
'mot www.Ini.wa.gov/prevailing wage �t ��°y Public Works Contract
$25.00 Filing Fee Required
•This form must be typed or printed in ink. Project Name contract#
Wr •Fill in all blanks or form will be returned for correction(see back).
•Please allow a minimum of 10 working days for processing. Contract Awarding Agency(Public agency-not federal or private)
APPROVED FORM WILL BE MAILED TO'THIS ATfDRESS' Address
aw Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
aw Awarding Agency Project Contact Person Phone#
County where work will be performed City where work will be performed
r/
Bid due date (m/d/y) Date contract awarded (m/d/y)
Prime contractor(has contract with the public agency) Contractor Registration No Do you intend to use subcontractors? Do you intend to use apprentices?
C) Yes No Q Yes QNo
Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly t Estimated no.
Hourly Pay fringe benefits of workers
40
I
t (i
E [
sw € f
- f
f
t
E
E f
t E
i
Company name,address,city,state,ZIP+4 Indicate total dollar amount
of our contract $
1 hereby certify that the above information is correct and that all
workers I employ on this Public Works Project will be paid no
less than the Prevailing Wage Rate(s) as determined by the
Industrial Statistician of the Department of Labor and Industries.
Contractor Registration No. UBI Title Signature
Email address Phone number
( ) Check Number. Amount
ri
APPROVED: Department of Labor and Industries Issued By:
By
Industrial Statistician
ter_ -7
F700-029-000 statement of intent to pay prevailing wages 2-02 After APPROVAL, send white copy to Awarding Agency.
Canary copy-L&I
r
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based '
on the date bids from prime contractor were due to the contract awarding
agency. '
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage
occupation listings.
Owner/Operators: If the work will be performed by owners/partners, ,
state"Owner/Operator" under the"Craft"section, and the wage ,
fringe need not be completed. Do list the number of owners on the job.
(Individuals who own less than 30% of the company are not considered
to be owner/operators and must be paid prevailing wage.)
All work subcontracted: If all work will be performed by
subcontractors, state"All work subcontracted" under the"Craft"section.
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of
qualified hourly fringe benefits, as defined by RCW 39.12.010, that you
will actually provide to the workers. The amount listed for"Rate of
Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe
Benefits", if any, must equal or exceed the Prevailing Wage rate.
Estimated number of workers Missing
Total Dollar Amount of Your Contract Missing —Enter"time and materials" if applicable. The exact dollar
amount will be required on the Affidavit of Wages Paid form.
Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a
contractor's registration number need only indicate UBI (i.e.,janitorial,
surveying, truck driving).
Signature Missing—Intent must be signed by an authorized representative.
Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they
must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and
Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) ,
902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO
register with the Washington Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form, use additional Intent forms as needed_ Please indicate at the
top of each form"Page 1 of 2","Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted.
Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval
of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Intent to the organization provided on the front of this form.
A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00.
Prevailing wage rates are available on the Internet at www.Lni.wa.gov/prevailingwage
Submit both copies (white and yellow) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT. OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 985044835 For questions call (360)902-5335
Department of Labor and Industries AFFIDAVIT OF WAGES PAID
Prevailing Wage o
go (360)902-5335 - �'� Public Works Contract
www.Ini.wa.gov/prevalingwage 9`'°°'a 25.00 Filing Fee Required
•This form must be typed or printed in ink. Project Name Contract#
gar •Fill in all blanks or form will be returned for correction(see back).
•Please allow a minimum of 10 Working days for processing. Contract Awarding Agency(public agency-not federal or private)
Address
wo Contractor,company or agency name,address,city,state&ZIP+4
city State ZIP+4
aw Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed
wr
Bid due date (m/d/y) Date contract awarded (m/d/y)
Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent tiled (m/d/y)
ar Craft/trade/occupation and apprentices(For apprentices,give name, Number _ Total#hrs Rate of Rate of hourly
registration#,trade,dates of work on project and stage of progression) of Workers worked-ea trade Hourly Pay fringe benefits
.r
E
f
*W
f
60
Company name,address,city,state,ZIP+4 Indicate total dollar amount
of your contract $
I hereby certify that the above information is correct and that all
workers 1 employed on this Public Works Project were paid no
less than the Prevailing Wage Rate(s) as determined by the
Industrial Statistician of the Department of Labor and Industries.
Contractor Registration No. UBI Title Signature
Email address Phone number
v ,
Check Number. Amount:
CERTIFIED: Department of Labor and Industries Issued By:
fl-
u -
SEA
By y
Industrial Statistician
F700-007-000 affidavit of wages 2-02 After APPROVAL. send white copy to Awarding Aeenev
Canary copy-L&I
r
How to expedite the processing of-your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the
date bids from prime contractor were due to the contract awarding agency.
Date work completed Missing or a date in the future. '
Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay
Prevailing Wages being filed.
Craft/trade/occupation Craft not listed, not specific,or does not match prevailing wage occupation '
listings.
Owner/Operators: If the work was performed by owners/partners,state
"Owner/Operator"under the"Craft"section,and the wage and fringe need not be
completed. Do list the number of owners on the job. (Individuals who own less
than 30%of the company are not considered to be owner/operators and must be
I paid prevailing wage.)
I All work subcontracted: If all work was performed by subcontractors, state"All
work subcontracted"under the"Craft'section-
Number of workers each trade Missing
Total number of hours worked each trade Missing
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified
hourly fringe benefits,as defined by RCW 39.12.010,that you actually provided
to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed
for the"Rate of Hourly Fringe Benefits",if any, must equal or exceed the
Prevailing Wage rate.
Apprentices* Flossing information or apprentice not registered*. List each apprentice by name,
registration number,trade,stage of progression, beginning and ending dates of
work performed on the proiect(m/d/y to m/d/y),and rate of hourly pay and fringe
benefits.
Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials").
Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's
registration number need only indicate UBI (i.e.,janitorial, surveying,truck
driving).
Signature Missing—Affidavit must be signed by an authorized representative.
* Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid
prevailing iourney level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE:
Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO register with the Washington
Apprenticeship and Training Council to qualify for apprentice rates_
If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the
top of each form"Page 1 of 2","Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted.
Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify
approval of the classifications of labor used by the contractorisubcontractor.
L&i will mail the approved white copy of this Affidavit to the organization provided on the front of this form.
Prevailing wage rates are available on the Internet at www.Lni.wa.gov/prevailingwage
Submit both copies (white and yellow) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT. OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA, WASHINGTON 98504-4835 For questions call (360)902-5335
rr
err
CITY OF RENTON
rr
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
"' Project Maplewood Creek Sedimentation Basin-2002 Maintenance Project
CAG No. CAG-
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
r
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.
,rW Company Name
By:
Title:
rrr
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002 Pond
Cleaning\Contract-Standard Forms.DOC
1W
ENVIRONMENTAL REGULATIONS
1 '
1 '
EnvironmentalCOV.DOC\
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION 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:
.r
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.
it 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
aw 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.
rw
R.C.W. 90A8: 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.
tR.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
r.
conditions.
ow
Page 1 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. .r
i 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.
�r
■r
Page 2 of 5
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
Aw PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
No
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
Im provides for land reclamation subsequent to these activities. A copy is available at the Department of
Public Works or Building and Land Development Division.
1W 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.
lr
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
t. 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.)
r
t
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: Operating permit required before operating power equipment in dead or down
timber.
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
r
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).
so
Page 4 of 5
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION 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).
we 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
r costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made.
All permits will be available at construction site.
tPage 5 of 5
CITY OF RENTON
SUPPLEMENTAL SPECIFICATIONS
1 �
SPECCOV.DOC\
Cit y of Renton
SUPPLEMENTAL
SPECIFICATIONS
for the
r
1996
Standard Specifications
for Road, Bridge,
and Municipal Construction
�Y
♦ -
N�
Adopted May 19, 1997
Washington State Department of Transportation
IAmerican 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
�r 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 dolct@4.4 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 I 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 Iisted 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.
ir.
Page-RS-i
Revision Date.May 19, 1997
Table of Contents
rr CITY OF RENTON STANDARD SPECIFICATIONS......................:.............. .
Division1 General Requirements......... ................................................. .............. 1
...........................
1-01 Definitions and Terms................................................................
r 1-02 Bid Procedures and Conditions................... '••• 1
1-03 Award and Execution of Contract......................................................................................2
1-04 Scope of the Work.........................................................:................................................2
1-05 Control of Work.....................:.............................................................................. .3
1-06 Control of Material............................................................................................
1-07 Legal Relations and Responsibilities to the Public................................................
1-08 Prosecution and Progress................................................................................. ...12
............
err 1-09 Measurement and Payment.........................................................:....................................14
1-10 Temporary Traffic Control..............................................................................................18
1-11 Renton Surveying Standards............................................................................................19
nrDivision 2 Earthwork.........................................................................................................................22
2-02 Removal of Structures and Obstructions.............................................................................22
2-03 Roadway Excavation and Embankment......................................:......................................22
2-04 Haul...........................................................................................................................23
r 2-06 Subgrade Preparation
2-09 Structure Excavation............................
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
ws5-04 Asphalt Concrete Pavement.............................................................................................26
Division6 Structures..........................................................................................................................29
6-12 Rockeries....................................................................................................................29
rw
Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30
7-01 Drains........................................................................................................................30
7-02 Culverts.....................................................................................................................30
++u 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
740 Trench Exc.,Bedding, and Backfill for Water Mains............................................................34
7-11 Pipe Installation for Water Mains........................................
7-12 Valves for Water Mains.................................................................................................37
7-14 Hydrants..................................................................................................--................38
7-15 Service Connections......................................................................................................39
7-17 Sanitary Sewers...........................................................................................................39
Division8 Miscellaneous Construction.....................................................................................................40
"9 Raised Pavement Markers................................................................................. ......40
8-10 Guide Posts............................................................................................................ .40
8-13 Monument Cases...........................................................................................................40
8-14 Cement Concrete Sidewalks..........................................................................
8-17 Impact Attenuator Systems..............................................................................................41
8-20 Illumination,Traffic Signal Systems, and Electrical..............................................................41
8-22 Pavement Marking........................................................................................................47
+r 8-23 Temporary Pavement Markin 48
.rr Page-RS-ii
Revision Date:May 19,I997
Division9 Materials......................................................................... .............49
.....................................
+a+ 9-00 Definitions and Tests........................................................ ....49
..........................................
9-02 Bituminous Materials................................................................ .......49
9-04 Joint and Crack Sealing Material s...................................................................... .........
9-05 Drainage Structures,Culverts,and Conduits........... .. .....................50
wi 9-06 Structural Steel and Related Materials
9-08 Paints.................................. ..............................................................................51
......................................................................................51
9-23 Concrete Curing Materials and Admixtures.........................................................................52
9-29 Illumination,Signals,Electrical............................................................................... ....52
9-30 Water Distribution Materials...........................................................................................59
INDEX TO WSDOT AMENDMENTS................................
� WSDOT AMENDMENTS............................. ......................................................................60
........................................................................60
■r
Wr
k
Page-RS-iii
Revision Date:May 19, 1,997
l-V1 Uennitions anti i erms
1-01 Definitions and Terms
Department shall also refer to the Department of
Division I Planning/Building/Public Works Administrator
Special Provisions(RC}
General Requirements Modifications to the
standard specifications and the :,men
&1)06 tie;is and supplemental specifications that apply to an
1-01 Definitions and Terms individual project. The special provisions may describe work the
sp�cifications do not cover. Such work shall comply first with the
special provisions and then with any specifications that apply. The
01 SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid
1-01.1 General(RC) aces.
State(RC)
we Whenever reference is made to the State, Commission The state of Washington acting through its representatives.
Department of Transportation Secretary of Transportation The State shall also refer to The City of Renton and its authorized
Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable
deemed to mean the City of Renton acting through its City Council Contract Documents(APWA)
employees, and duly authorized representatives for all contracts The component parts of the contract which may include but
administered by the City of Renton are not limited to the Proposal Form the Contract Form bonds
SECTION 1-01.3 insurance certificates, various other certifications and affidavit the
THE FOLLOWING G IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans Working Drawings the
: Standard Specifications, the Standard Plans, Addendum, and
1-01.3 Dermitions(RC, APWA) Change Orders.
Act Dates(APWA)
of god(RC) Bid Opening Date(APWA)
"Act of God" means an earthquake flood cyclone or other The date on which the Contracting Agency publicly opens and
cataclysmic phenomenon of nature A rain windstorm high water reads the bids.
or other natural phenomenon of unusual intensity for the specific Award Date(APWA RC)
locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to
air from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work
be construed as an act of god. Contract Execution Date (APWA)
Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to
W The Contracting Agency's design consultant who may or may the Contract.
not administer the construction program for the Contracting Notice to Proceed Date(APWA}
Agency. The date stated in the Notice to Proceed on which the Contract
Da RC time begins.
Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA RQ
Documents,_shall be understood to mean working days The date by which the work is contractually required to be
Or Equal(RC) completed. The Contract Completion Date will be stated in the
_Where the term "or equal" is used herein the Contracting Notice to Proceed. Revisions of this date will be authorized in
NO Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the
engineer, shall be the sole judge of the quality and suitability of the Contract time.
proposed substitution. Final Acceptance Date(APWA RC)
The responsibility and cost of furnishing necessary evidence The date on which the Contracting Agency accepts the work
ON demonstrations, or other information required to obtain the as complete per contract requirements
approval of alternative materials or processes by the Owner shall Material(APWA)
be entirely borne by the Contractor. Any substance specified for use in the construction of the
Owner(RC) project and its appurtenances which enters into and forms a part of
The City of Renton or its authorized representative Also the finished structure or improvement and is capable of being so
referred to as Contracting Agency used and is furnished for that purpose
Plans(RC) Materialman(APWA)
The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material
character, and dimensions of prescribed work including layouts, supply, commodity, equipment or manufactured or fabricated
Profiles,cross-sections,and other details. product and does not perform labor at the Project Site; a supplier.
Drawings may either be bound in the same book as the Notice of Award(APWA)
balance of the Contract Documents or bound in separate sets and The written notice from the Contracting Agency to the
are a part of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency's acceptance
binding. of the Bid.
The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA)
to generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer
with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to
City of Renton Standard Plans proceed with the Work and establishing the date on which the
Secretary,Secretary of Transportation(RC) Contract Time begins.
OF The chief executive officer of the Department and other
authorized representatives. The chief executive officer to the
rr Page-SP-1
Revision Date.May 19, 1997
1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract
1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so
label such materials or failure to timely respond after notice of
SECTION 1-02.1 1S DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a
waiver by the submitting vendor of any claim that such materials
FOLLOWING: are, in fact, so exempt.
1-02.1 Qualifications of Bidder(APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE
Bidders shall be qualified by experience financing, FOLLOWING:
equipment and organization to do the work called for in the 1-02.12 Public Opening of Proposals(APWA)
Contract Documents The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the
the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by
include a pre qualification procedure prior to the Bidder being addenda.
furnished a proposal form on any contract or a preaward survey of SECTION 1-02.13 PARAGRAPH I IS REVISED AS FOLLOWS.
the Bidder's qualifications prior to award.
SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RQ
FOLLOWING: a. The bidder is not prequalified when so required;
1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I
Information as to where Bid Documents can be obtained or TO READ:
reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA)
the Contracting Agency's official newspaper.
3. A bidder is not Iu4qualified for the work or to the full
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid;
SENTENCE 1, PARAGRAPH I TO READ:
1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract ,
If the Contracting Agency has made subsurface investigation
of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS:
sample test data and geotechnical reports accumulated by the 1-03.1 Consideration of Bids(RC, APWA)
Contracting Agency will be made available for inspection by the —
bidders. The total of extensions, corrected where necessary, and
SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the
FOLLOWING: Contracting Agency for award purposes and to fix the amount of
the contract bond.
1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices.
No partial bids will be accepted unless so Stated in the call for bids
The Engineer reserves the right to arrange the Bid Forms with or special provisions The City reserves the right however to
Alternates Additives or Deductives if such be to the advantage of award all or any schedule of a bid to the lowest bidder at its
the Contracting Agency. The Bidder shall bid on all Additives, discretion.
Deductives or Alternates set forth in the Proposal Forms unless
otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THS
FOLLOWING:
SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: 1-03.2 Award of Contract (RC)
1-02.6 Preparation of Proposal (RC) The contract bond form and all other forms requiring
execution together with a list of all other forms or documents
All prices shall be in legible figures and(not-words)written in required to be submitted by the successful bidder, _will be
ink or typed.The proposal shall include: forwarded to the successful bidder within 10 days of the award.
I_ A unit price for each item (omitting digits more than four The number of copies to be executed by the Contractor shall be
places to the right of the decimal point), each unit price shall also determined by the Contracting Agency.
be written in words; where a conflict arises the written words shall
prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS '
SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS:
SECTION. 1-03.3 Execution of Contract (APWA, RC)
1-02.6(1) Proprietary Information_ (RC) Within 20 10 calendar days after receipt from the City of the
Vendors should in the bid proposal identify clearly any forms and documents required to be completed by the
material(s) which constitute "(valuable) formula, designs, Contracto he wAQW daw, the successful bidder shall return the
drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance
disclosure RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond
be exempt along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences
exemption The Department (or State) will give notice to the circumstances beyond their control that prevents return of the
vendor of any request for disclosure of such information received contract documents within 29 10 calendar days after the award
Page-SP-2
Revision Dale: May 19, 1997
1-04 Scope of the Work
1-05 Control of Work
on date, the Contracting Agency may grant up to a maximum of 29 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE
additional calendar days for return of the documents, provided the FOLLOWING:
Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39 06 010 1-04.4 Changes(RC)
from executing a contract with a Contractor who is not registered
In addition the Renton does not have a formal policy or guidelines on cost
or licensed as required by the laws of the state
reduction alternatives, but will evaluate such proposals by the
Contracting Agency requires persons doing business with the Contractor on a case-by-case basis
Contracting Agency to possess a valid City of Renton business
wr license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS:
When the Bid Form provides spaces for a business license
number, a Washington State Contractors registration number, or 1-04.11 Final Cleanup (RC)
both the_Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from
provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall at the engineer's discretion be
Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops Any cost
Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered
wr
information and evaluation activities. incidental to the protect and no compensation will be made
SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup,_lump sum," shall
FOLLOWING TO THE FIRST PARAGRAPH. be full compensation for all work equipment and materials
required to perform final cleanup If this pay item does not appear
.r 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered
incidental to the contract and to other pay item and no further
5. Be accompanied by a power of attorney for the Surety's compensation shall be made.
officer empowered to sign the bond
+� 7. Be signed by an officer of the Contractor empowered to 1_05 Control of Work
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 SECTION 1-05.3 IS REVISED AS FOLLOWS:
the authority of the individual signing the bond to bind the
corporation(i.e. corporate resolution power of attorney or a letter 1-05.3 Plans and Working Drawings(RC)
to such effect by the president or vice-president) The Contractor shall submit supplemental working drawings
r as required for the performance of the work. The drawings shall be
1-04 Scope of the Work on sheets measuring '14 by 36 22 by 34 inches or on sheets with
dimensions in multiples of 8-I/2 by 11 inches.
SECTION ]-04.1 IS SUPPLEMENTED BY ADDING THE SECTION I-05.4 IS SUPPLEMENTED BY ADDING TAE
FOLLOWING. FOLLOWING.
1-04.1 Intent of the Contract(RC) 1-05.4 Conformity with and Deviations from Plans
ar The Contractor is encouraged to provide to the Engineer prior and Stakes (RC)
to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying the
to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work including such
regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,-1-11 and elsewhere
err accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer
method i of calculating lump sum payments is provided elsewhere in
the specifications. SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY
THE FOLLOWING:
yr SECTION I-04.2 IS REVISED AS FOLLOWS:
1-04.2. Coordination of Contract Documents, Plans, 1-05.5 Construction Stakes (RC)
Special Provisions Specifications, and Addenda If the project calls for Contractor supplied surveying the
Contractor shall provide all required survey work including such
(RC) work as mentioned in Sections 1-05.4 1-05.5 1-11 and elsewhere
Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer.All costs
by following this order of precedence (e.g., I presiding over 2, 3, for this survey work shall be included in "Contractor Supplied
wr 4,5,6,and 7; 2 presiding over 3,4,5, 6,and 7;and so forth): Surveying,"per lump sum.
I. Addenda 1-05.5(1) General (APWA,RC)
2. Proposal Form
3. Special Provisions The Engineer or Contractor supplied surveyor will provide
yn 4. Contract Plans construction stakes and marks establishing lines slopes and grades
5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05-5(2) and will perform
6. Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full
7. Standard Plans responsibility for detailed dimensions elevations and excavation
W 45.8. Standard Specifications slopes measured from the Engineer or Contractor supplied
surveyor furnished stakes and marks
iii
Page-SP-3
Revision Date:May 19, 1997
nr
1-05 Control of Work 1-05 Control of Work
The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade
prepared to permit construction staking to proceed in a safe and before offset hubs are set.
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA)
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls, the
supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an
Stakes marks and other reference points, including existing experienced team of surveyors under direct supervision of a
monumentation set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field
carefully preserved by the Contractor. The Contractor will be measurements and locations match and fulfill the intended plan
charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to
monumentation that were not to he disturbed but were destroyed or complete the structure, except the following primary survey control
damaged by the Contractor's operations. This charge will be which will be provided by the Engineer:
deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure.
Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines.
of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable
Engineer's line and grade will not be allowed unless the original the Contractor to set grades at reasonably short distances.
control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the '
satisfactory substantiating evidence to prove the error is furnished Drawings.
the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls,
the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper
line or grade Any such variation shall upon discovery, be placement of all project elements based on the primary control
reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the
Contractor shall be liable for any error in alignment or grade. following tolerances:
The Contractor shall provide all surveys required other than 1. Stationing +.01 foot
those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points)
done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot (from plan elevations)
of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations)
The Contractor shall keep updated survey field notes in a During the progress of the Work the Contractor shall make
standard field book and in a format set by the Engineer,per Section available to the Engineer all field books including survey
1-11.1(3). These field notes shall include all survey work information footing elevations cross sections and quantities.
performer[ by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close
and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate
shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated.
of the contract work the field book or books shall be submitted to
the Engineer and become the property of the Contracting Agency. 1-05 When Contractor Supplied Surveying(
If the survey work provided by the Contractor does not meet When [he contract provides for Contractor r S upplied
S
the standards of the Engineer, then the Contractor shall, upon the Surveying the Contractor shall supply the survey work required
Engineer's written request remove the individual or individuals for the project The Contractor shall retain as a part of the
doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under
the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by
survey work required by the Engineer will be deducted from the State of Washington All survey work shall be done in
Monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11.
All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in
Contractor shall be included in the prices bid for the various items writing of any errors discrepancies and omissions to the plans that
which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the
"Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors,
included in the contracts. discrepancies and omissions must be corrected to the satisfaction
of the Engineer before the survey work may be continued-
1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor
The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes
Contractor supplied surveyor will provide as needed, all principal from harm The Contractor shall inform the Surveyor of the
lines grades and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points
completion of the Work. These shall generally consist of one initial before physically removing them.
set of: The surveyor shall be responsible for maintaining As-Built
1. Slope stakes for establishing grading, records for the project The Contractor shall coordinate his
2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built
3 Centerline finish grade stakes for pavement sections records for the project.
wider than 25 feet, and If the Contractor and Surveyor fail to provide as directed by
4 Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As-
utilities such as water, sewers and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the
max interval). Engineer may elect to provide at Contractor expense a surveyor to
On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the
on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor.
Page-SP-4
Revision Date:May 19, 1997
1-05 Control of Work
1-05 Control of Work
M Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish
required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for
complete the project and as-built drawings-Shall be included in the additional remedy or damages with respect to the Contractor's
lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required
1-05.5(5) Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE
(RC) FOLLOWING:
It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RC)
prior to the backflling of the trenches by centerline station offset=
and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by
crossed during his work as covered under this project the Contracting Agency, defective and unauthorized Work is
40 1t shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by
locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the
work done under this contract per the survey standard of Section T Engineers instructions either correct such Work or if such Work
—
I L. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site
go Manholes_, Catch basins and Inlets Valves vertical and and replace it with non defective and authorized Work all without
Horizontal Bends, Junction boxes, Cleanouts Side Sewers, Street cost to the Contracting Agency. If the Contractor does not
Lights & Standards Hydrants Major Changes in Design Grade promptly comply with the written order to correct defective and
Vaults, Culverts Signal Poles Electrical Cabinets unauthorized Work, or if an emergency exists the Contracting
40 After the completion of the work covered by this contract the Agency reserves the right to have defective and unauthorized Work
contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8
field book(s) containing the as-built notes and one set of white Owner's Right to Correct Defective and Unauthorized Work."
prints of the project drawings upon which he has plotted the notes . The Contractor agrees the above one year limitation shall not
low of the contractor locating existing utilities and one set of white exclude or diminish the Contracting Agency's rights under any law
prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and
built location of the new work as he recorded in the field book(s) unauthorized work discovered after one year but prior to the
This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4 16 040
vAr it's accuracy. limiting actions upon a contract in writing or liability expressed or
All costs for as-built work shall be included in the contract implied arising out of a written agreement
item "Contractor Supplied Surveyin " The Contractor shall warrant good title to all materials
• supplies, and equipment purchased for or incorporated in the
THE VACANT SECTION I-05.8 IS REPLACED BY.
Work. Nothing contained in this paragraph however, shall defeat
1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to
Defective and Unauthorized Work (APWA) recover under any bond given by the Contractor for their
10 protection, or any rights under any law permitting such persons to
If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting
work within the time specified in a written notice from the Agency.
Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all
wit+ Contract Documents the Engineer may correct and remedy such subcontracts and material contracts and notice of its provisions
work as may be identified in the written notice by such means as shall be given to all persons furnishing materials for the Work
the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials
Agency forces. Section 1-05.11 is deleted and the first two sentences of the
40 If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the
remedy what the Engineer determines to be an emergency following:
situation, the Engineer may have the defective and unauthorized
Work corrected immediately, have the rejected Work removed and 1-05.11 Final Inspection (APWA)
replaced, or have Work the Contractor refuses to
perform
completed by using Contracting Agency or other forces An 1-05.11(1) Substantial Completion Date (APWA)
emergency situation is any situation which in the opinion of the When the Contractor considers the work to be substantially
war Engineer, a delay in its remedy could be potentially unsafe or complete, the Contractor shall so notifv the Engineer and request
might cause serious risk of loss or damage to the public the Engineer establish the Substantial Completion Date To be
Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be
attributable to correcting and remedying defective or unauthorized met:
war Work, or Work the Contractor failed or refused to perform shalt 1. The Contracting Agency must have full and unrestricted
be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and
Engineer from monies due or to become due the Contractor. Such safety standpoint.
direct and indirect costs shall include in particular, but without 2. Only minor incidental work replacement of temporary
we limitation, compensation for additional professional services substitute facilities, or correction or repair work remains to reach
required and costs for repair and replacement of work of others physical completion of the work.
destroyed or damaged by correction removal or replacement of The Contractor's request shall list the specific items of work
the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to
No adjustment in contract time or compensation will be reach physical completion. The Engineer may also establish the
allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally
attributable to the exercise of the Contracting Agency's rights
nir
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 Completion Date cannot be established until testing and corrections
Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer.
intended use the Engineer, by written notice to the Contractor, The costs for power, gas, labor, material, supplies, and
will set the Substantial Completion Date. If after this inspection everything else needed to successfully complete operational testing,
the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system
ready for its intended use the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid
notify the Contractor giving the reasons therefor. Form.
Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer,
substantial completion whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished
shall pursue vigorously, diligently and without unauthorized under the terms of the Contract.
interruption the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE
Completion. The Contractor shall provide the Engineer with a FOLLOWING:
revised schedule indicating when the Contractor expects to reach
substantial and physical completion of the work. 1-05.12 Final Acceptance(APWA)
The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the
establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A
considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting
Inspection._ Agency will establish the Completion Date and certify the Work as
1-05.11(2) Fiwd Inspection Date (APWA) complete. The Final Contract Price may then be calculated. The
When the Contractor considers the Work physically complete following must occur before the Completion Date can be
and ready for Final Inspection the Contractor by Written Notice, established and the Final Contract Price calculated:
shall request the Engineer to schedule a final inspection. The 1. The physical work on the project must be complete.
Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required
Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the
notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete.
A Certificate of Completion for the Work, signed by the
Inspection reveals the Work incomplete or unacceptable. The Contracting Agency, will constitute acceptance of the Work. The
Contractor shall immediately take such corrective measures as are issuance of this Certificate of Completion will not constitute
necessary to remedy the listed deficiencies. Corrective work shall acceptance of unauthorized or defective work or material.
be pursued vigorously, diligently, and without interruption until Failure of the Contactor to perform all of the Contractor's
physical completion of the listed deficiencies. This process will obligations under the Contract shall not bar the Contracting Agency
continue until the Engineer is satisfied the listed deficiencies have from unilaterally certifying the Contract complete so the Engineer
been corrected. may calculate a Final Contract Price as provided in Section 1-09.9.
If action to correct the listed deficiencies is not initiated within
7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING
the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ:
whatever steps are necessary to correct those deficiencies pursuant
1-05.13 Superintendents, Labor, and Equipment of
to Section 1-05.8. _
Upon correction of all deficiencies the Engineer will notify Contractor (APWA)
the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's
upon which the Work was considered physically complete. That qualification pursuant to Section 1-02.1,the Contracting Agency
date shall constitute the Physical completion date of the Contract, will take these performance und" RCW 47 12,W0, it will Wke
but shall not imply all the obligations of the Contractor under the thase into account.
Contract have been fulfilled.
SECTION 1-05 IS SUPPLEMENTED BY ADDING THE
1-05.11(3) Operational Testing (APWA)_ FOLLOWING NEW SECTIONS.
It is the intent of the Contracting Agency to have at the
Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA)
the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shall
mechanical equipment- street lighting electrical distribution or bear the costs for power and water necessary for the performance
signal systems; buildings- or other similar work it may be desirable of the Work.
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 1-05.17 Oral Agreements (APWA)
Completion Date. Whenever items of work are listed in the
Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer,agent, or
employee of the Contracting Agency,
under operating conditions for the time period specified to ensure either before or after
their acceptability prior to the Physical Completion Date. During execution of the contract shall affect or modify any of the terms or
and following the test period the Contractor shall correct any items obligations contained in any of the documents comprising the
of workmanship materials or equipment which proves faulty, or contract shall be considered
Such oral agreement or conversation
that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding upon the
controls meters or other devices and equipment to be tested Contracting Agency, unless subsequently put m writing.
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
Page-SP-6
Revision Date:May 19, 1997
1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public
1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax
liability.
SECTION I-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the
FOLLOWING: unit bid prices or other contract amounts In some cases however,
law state retail sales tax will not be included. Section 1-07.2(3)
1-06.2(2) Statistical Evaluation of Materials for describes this exception.
Acceptance The Contracting Agency will pay the retained percentage only
UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State
rr Department of Revenue a certificate showing that all contract
PROVISIONS STATISTICAL EVALUATION WILL NOT BE
USED BY THE CITY OF RENTON. related taxes have been paid (RCW 60.28.05Q). The Contracting
Agency may deduct from its payments to the Contractor any
as amount the Contractor may owe the Washington State Department
1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or
the Public not. Any amount so deducted will be paid into the proper State
fund.
�+ SECTION I-07.1 IS SUPPLEMENTED BY ADDING THE
2
FOLLOWING: 1-07.2(2) State Sales Tax-Rule 171(APWA)
WAC 458-20-171, and its related rules apply to building
1-071 Laws to be Observed (APWA) repairing, or improving streets roads etc., which are owned by a
municipal corporation or political subdivision of the state or by
The Contractor shall indemnify, defend and save harmless the the United States, and which are used primarily for foot or
Contracting Agency (including any agents officers and vehicular traffic. This includes storm or combined sewer systems
employees) against any claims that may arise because the within and included as a part of the street or road drainage system
gut Contractor(or any employee of the Contractor or subcontractor or and power Imes when such are part of the roadway lighting system
materiatman)violated a legal requirement For work performed in such cases the Contractor shall include
In cases of conflict between different safety regulations the Washington State Retail Sales Taxes in the various unit Bid Item
more stringent regulation shall apply. prices, or other contract amounts including those that the
The Washington State Department of Labor and Industries Contractor pays on the
shall be the sole and paramount administrative agency responsible Purchase of the materials equipment or
supplies used or consumed in doing the work
for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (W1SHA) 1-07.2(3) State Sales Tax-Rule 170(APWA)
The Contractor shall maintain at the Project Site office or
WAC 458-20-170 and its related Hiles apply to the
other well known place at the Project Site all articles necessary for constructing and repairing of new or existing buildings or other
providing first aid to the injured. The Contractor shall establish structures, upon real property. This includes but is not limited to
�r publish,and make known to all employees procedures for ensuring the construction of streets roads, highways, etc., owned by the
immediate removal to a hospital, or doctor's care persons State of Washington; water mains and their appurtenances;sanitary
including employees who may have been injured on the Project sewers and sewage disposal systems unless such sewers and
Site. Employees should not be permitted to work on the Project disposal systems are within and a part of a street or road drainage
,W Site before the Contractor has established and made known system; telephone telegraph electrical power distribution lines or
procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads unless such
doctor's care. power lines become a part of a street or road lighting system- and
The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in
rir efficiency,and adequacy of the Contractor's plant appliances and or to real property, whether or not such personal property becomes
methods, and for any damage or injury resulting from their failure a part of the realty by virtue of installation
or improper maintenance use or operation The Contractor shall For work performed in such cases the Contractor shall collect
be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract
'w Protect Site including safety for all persons and property in the price. The Contracting Agency will automatically add this sales
performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason the
continuously, and not be limited to normal working hours The Contractor shall not include the retail sales tax in the unit Bid Item
required or implied duty of the Engineer to conduct construction prices, or in any other contract amount subject to Rule 170 with
review of the Contractor's performance does not and shall not be the following exception.
intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax
measures in,on or near the Project Site for a payment the Contractor or a subcontractor makes on the
SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools machinery, equipment or consumable
FOLLOWING: supplies not integrated into the project Such sales taxes shall be
included in the unit Bid Item prices or in any other contract
1-07.2 State Sales Tax (APWA) amount.
aw
1-07.2(1) GENERAL(APWA) 1-07.2(4) Services (APWA)
The Contractor shall not collect retail sales tax from the
The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for
tier special rules on the state sales tax Sections 1-07.2(l) through I- professional or
other services (as de
07.2(4) are meant to clarify those rules The Contractor should fined in State Department of Revenue Rules
contact the Washington State Department of Revenue for answers 138 and 224).
to questions in this area. The Contracting Agency will not adjust
wr
Page-SP-7
Revision Date.May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when
TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10
- — percent increase in turbidity when the background turbidity is more
1-07.5(2) State Department of Fish and Wildlife" than 50 NTU; for other classes of waters, refer to WAC 173-201-
. (APWA, SA) 045.
Wildlife and If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample
the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by
for it at unit contract prices_ But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units
those areas, the Contracting Agency will pay pursuant to Section I- and measured with a calibrated turbidimeter.
09.4. 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.
SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before l{
FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may
be removed by the use of lagoons or holding ponds, settling basins,
1-07 11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment, discharging to ground
RC) surface by percolation, evaporation or by passing through gravel,
Each Contractor. Subcontractor Consultant and or Supplier sand or fiber filters.
2. Erosion Control: Temporary erosion control shall be
shall complete and submit a copy of the "City of Renton Fair
Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent
document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will
be defined in the Special Provisions. Plastic sheet covering shall be
placed over exposed ground areas to protect from rain erosion.
SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain
situations may include netting,mulching with binder, and seeding.
1-07.13(1) General (RC) Should rutting and erosion occur the Contractor shall be
During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded
contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and
be damaged thereby. culverts and other pipes.
No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual
efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State
constructed while these conditions exist unless by special means or waters. Chlorine water may be discharged into sanitary sewers or
precautions acceptable to the engineer, the contractor shall be able disposed on land for perculation. Chlorine residual may be reduced
to overcome them. chemically with a reducing agent such as sodium thiosulphate.
Water shall be periodically tested for chlorine residual.
SECTION I-07.14 (APWA) IS SUPPLEMENTED BY 4 Vehicle and Equipment Washing: Water used for
REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm
SECRETARY" OR "STATE" TO READ "CONTRACTING drains streams or other State waters unless separation of petroleum
AGENCY." products fresh concrete products or other deleterious material is
accomplished prior to discharge. Detergent solution may be
SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground
FOLLOWS: for percolation A recirculation system for detergent washing is
recommended Steam cleaning units shall provide a device for oil
1-07.15 Temporary Water Pollution Erosion Control separation.
(APWA , RC) 5 Oil and Chemical Storage and Handling: Handling and
storage of oil and chemicals shall not take place adjacent to
If done according to the approved plan or the Engineer's waterways The storage shall be made in dike tanks and barrels
orders, temporary water pollutionlerosion control work will be with drip pans provided under the dispensing area. Shut-off and
measured and paid for pursuant to Section 1-0-9,41-04.1 the lock valves shall be provided on tanks. Shut-off nozzles shall be
the lump sum item for "Temporary Water Pollution/Erosion provided on hoses Oil and chemicals shall be dispensed only
Control.: during daylight hours unless the dispensing area is properly lighted.
If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills.
Pollution/Erosion Control" then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be
equipment used to complete the work shall be considered incidental provided on valves, pumps,and tanks.
to other pay items in the Contract and no further compensation 6 Sewage: If a sanitary sewer line is encountered and repair
shall be made. or relocation work is required the Contractor shall provide
In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line Sanitary sewer flow
this temporary work shall include but is not limited to, the shall be pumped out collected and hauled by tank truck or
following water quality considerations: pumped directly to a sanitary system manhole for discharge. The
I Turbid Water Treatment Before Discharge: existing sewers shall be maintained by the Contractor without
Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In
discretion of the Engineer- for Lake Class Receiving Waters, addition the excavated materials adjacent to and around a rupture
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and
over background conditions- for Class AA and Class A Waters,
Page-SP-8
Revision Date:May 19, 1997
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 fill site other temporary obstacles shall be removed by the contractor and
Equipment and tools in contact with the above materials shall be immediately replace,after the trench is backfilled in their original
washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and
discharged into a sanitary sewer line for transmission to a sewage �operty Owner at least 24 hours m advance of any work done on
rllr treatment plant. easements or rights-of-way.
1-07.16 Protection and Restoration of Property Damage to existing structures outside of easement areas
that may result from dewatering and/or other construction activity
SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or
FOLLOWING: better. The original condition shall be established b photographs
Y P graphs
taken and/or inspection made prior to construction All such work
1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the
VW The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor.
franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of
operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him
property. if damaged.
No The Contracting Agency may provide certain lands as In the event the contractor does not have labor or material
indicated in connection with the work under the contract together immediately available to make necessa repairs, the contractor
with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency
unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be
wi materials. paid by the contractor.
The contractor shall provide with no liability to the The contractor is responsible for identifying and
Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by
shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in
construction facilities or storage of materials He shall construct accordance with the City of Renton Trench Restoration
all access roads,detour roads or other temporary work as required Requirements, which is available at the Public Works Department
by his operations. The contractor shall confine his equipment Customer Services counter on the 4th floor, Renton Municipal
storage of material and operation of his workers to those areas Building,200 Mill Avenue South
shown and described and such additional areas as he may provide
A. General. All construction work under this contract on SECTION 1-07.17 IS SUPPLEMENTED BY ADDING:
easements,right-of-way,over private property or franchise shall be 1-07,17 Utilities and Similar Facilities(APWA, RCS
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 In addition to the other requirements pursuant to RCW
disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing
shall schedule his work so that trenches across easements shall not penalties, the Contractor shall:
rr be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field
open for more than 48 hours location of the utilities'
B. Structures. The contractor shall remove such existin
structures as may be necessary for the performance of the work and, Call Before You Dig
''1 if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures which The 48 Hour Locators
may be damaged as a result of the work under this contract 1_800_424-5555
C. Easements. Cultivated areas and other surface
improvements. All cultivated areas,either agricultural or lawns,and and
other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground
contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been
VW condition. located and marked.
Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing
way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without
construction area and stockpile it in such a manner that it may be uncovering, measuring or other verification If a utility is known
replaced by him, upon completion of construction Ornamental or suspected of having underground facilities within the area of the
trees and shrubbery shall be carefully removed with the earth proposed excavation and that utility is not a subscriber to the
surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give
original positions within 48 hours. individual notice to that utility.
All shrubbery or trees destroyed or damaged shall be If, in the prosecution of the work it becomes necessary to
replaced by the contractor with material of equal quality at no interrupt existing surface drainage sewers underdrains conduit
additional cost to the Contracting Agency In the event that it is utilities, similar underground structures or parts thereof, the
necessary to trench through any lawn area, the sod shall be contractor shall be responsible for and shall take all necessary
carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same.
backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall at his own expense repair all damage to
means,of all earth and debris. such facilities or structures due to this construction operation to the
VW The contractor shall use rubber wheel equipment similar satisfaction of the City; except for City owned facilities which will
to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by
all work, including excavation and backfill, on easements or rights- the contractor as directed by the City.
of-way which have lawn areas. All fences markers, mail boxes,or
Page-SP-9
Revision Date.May 19, 1997
+r
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the
FOLLOWING. option of the City. `
The Contractor shall obtain and maintain the minimum t
1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum
Insurance(RC) insurance the City of Renton shall not be deemed or construed to
State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor.
following: The Contractor shall assess its own risks and if it deems
appropriate and/or prudent, maintain higher limits and/or broader
SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage.
Coverage shall include:
1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or
The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis
effect from the Contract Execution Date to the Completion Date, and include:
public liability and property damage insurance with an insurance • Premises and Operations (including CG2503; General
company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable).
Commissioner pursuant to RCW 48. • Explosion Collapse and Underground Hazards
The Contractor shall not begin work under the Contract until • Products/Completed Operations
the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory
Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes
Contractor, all subcontractors Contracting Agency and the defense coverage assumed under contract)
Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage
against claims for bodily injuries personal injuries, including • Independent Contractors
accidental death as well as claims for property damages which • Personal/Advertising Injury
may arise from any act or omission of the Contractor or the • Stop Gap Liability
subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all
either of them. • Owned Vehicles
If warranted work is required the Contractor shall provide the • Non-Owned Vehicles
City proof that insurance coverage and limits established under the • Hired Vehicles
term of the Contract for work are in full force and effect during the (3) Workers' Compensation
period of warranty work. • Statutory Benefits (Coverage A) - Show Washington
The Contracting Agency may request a copy of the actual Labor&Industries Number
declaration pages(s) for each insurance policy effecting coverages) (4) Umbrella Liability (when necessary)
required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and
of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as
with the requirements described herin will be considered a material primary.
breach of contract and shall be caused for immediate termination of (s) Professional Liability (whenever the work under this
the Contract at the option of the Contracting Agency. Contract includes Professional Liability (i.e.architectural,
SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering advertising or computer programming) the
CONTRACTOR shall maintain professional liability
1-07.18(2) Coverages(RC) covering wrongful acts errors and/or omissions of the
As part of the response to this proposal the Contractor shall CONTRACTOR for damage sustained by reason of or in
submit a completed City of Renton Insurance Information form the course of operations under this Contract.
which details specific coverage and limits for this contract. (6) The Contracting Agency reserves the right to request and/or
All coverage provided by the Contractor shall be in a form require additional coverages as may be appropriate based on
and underwritten by a company acceptable to the Contracting work performed(i.e. pollution liability).
Agency. The City requires that all insurers:
1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its
2) Coverage to be on an "occurrence" basis (Professional officers officials agents employees and volunteers as Additional
Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent) The CONTRACTOR
written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurancey prior
proof of professional liability coverage be provided for up to commencement of work The City reserves the right to request
to two(2)years after the completion of the project. copies of insurance policies if at their sole discretion it is deemed
3) The City may request a copy of the actual declaration appropriate Further, all policies of insurance descrbed above '
page(s) for each insurance policy affecting coverage(s) shall:
required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other
4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY
A XII or better is preferred.) If any insurance carrier OF RENTON.
possesses a rating of less than AVII the City may make an 2) Include a Waiver of Subrogation Clause.
exception. 3) Severability of Interest Clause(Cross Liability)
The City reserves the right to approve the security of the
insurance coverage provided by the insurance company(ies), terms, 4) Policy may not be non-renewed canceled or materia lly
changed or altered unless forty-five (45) days prior written
conditions, and the Certificate of Insurance. Failure of the notice is provided to CITY OF RENTON. Notification
Contractor to fully comply during the term of the contract with shall be provided to CITY OF RENTON by certified mail.
these requirements will be considered a material breach of contract ,
Page-SP-10
Revision Date:May 19, 1997 '
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. mo obligation_a or liability of any kind upon the
company, its agents or representatives"
1-07.18(3) Limits(RC) c. Amend the cancellation clause to state: "Policy LIMITS REQUIRED ma
+� Providing coverage in these stated amounts shall not be not be non-renewed canceled or mate, !y changed or
construed to relieve the contractor from liability in excess of altered unless 45 days prior written notice is provided
.
such limits. The CONTRACTOR shall carry the following to the City Notification shall be provided to the City
limits of liability as required below certified marl.
Commercial General Liability
For Professional Liability coverage only, instead of the
cancellation General Aggregate* $2,000,000*, language specified above, the City will accept a
ProductslCom feted #* written agreement that the consultant's broker will provide the
p Operations $2'000'000 required notification
r1p Aggregate
Each Occurrence Limit $1,000.000 SECTION 1-07.20 IS REVISED AS FOLLOWS:
Personal/Advenising Iniury $1,000,000
Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices,Materials, and Processes
W Medical Payments(Any One Person) $5,000 (APWA)
Stop Gap Liability $1,000 000
General Aggregate to apply per project The Contractor shall assume all costs arising from the use of
(ISO Form CG2503 or equivalent) patented devices;materials, or processes used on or incorporated in
OWN **Amount may vary based on project risk the work, and agrees to indemnify; defend, and save harmless
Automobile Liability S9290, COMMiggiOR, The Contracting Agency, and their
Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any
(Each Accident) nature for, or on account of the use of any patented devices,
wr Workers'Compensation materials, or processes.
Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number) SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING.-
Umbrella Liability
w Each Occurrence Limit $1,000 000 1-07.22 Use of Explosives (APWA)
General Aggregate Limit $1,000,000 Explosives shall not be used without s
Products/Completed Operations $1,000,000 pecifC authori of the
Aggregate - Engineer, and then only under such restrictions as may be required
Professional Liability(If required) by the proper authorities. Explosives shall be handled and used in
Each Occurrence/Incident/Claim $1,000 000 strict compliance with WAC 296-52 and such local laws rules and
Aggregate
$2,000,000 regulations that may apply. The individual in charge of the blasting
shall have a current Washington State Blaster Users License
ow The City may require the CONTRACTOR to keep The Contractor shall obtain comply with and pay for such
professional liability coverage in effect for up to two(2)years after permits and costs as are necessary in conjunction with blasting
completion of the project operations.
The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of
air in writing in the event any general aggregate or other aggregate the Work, the_Contractor's insurance shall contain a special clause
limits are reduced. At their own expense the CONTRACTOR Permitting the blasting.
will reinstate the aggregate to comply with the minimum limits and 1-07,23 Public Convenience and Safety
requirements as stated in Section 1-07.18(3) and shall furnish the
"" CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE
coverage is in force. FOLLOWING PARAGRAPH
SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic (RC)
to SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF
INSURANCE': The contractor shall be responsible for controlling dust and
mud within the project limits and on any street which is
Within 20 days of award of the contract the CONTRACTOR
shall provide evidence of insurance by submitting to the utilized_ his equipment for the duration of the project
""' CONTRACTWG AGENCY the following: The contractor shall be prepared to use watering trucks
power sweepers, and other pieces of equipment as deemed
1) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance
herein)without modification
Dust and mud control shall be considered as incidental to
2) Certificate of Insurance (Accord Form 25s or equivalent). the protect and no compensation will be made for this
conforming to items as specified in Sections 1-07.18(l), 1
07.18(2), and 1-07.18(3) as revised above Other section.
requirements are as follows: Complaints of dust mud or unsafe practices and/or
a. Strike the following or similar wording: ~This property damage to private Ownership will be transmitted
Certificate is issued as a matter of information only to the contractor and prompt action in correcting them will
be required by the contractor.
and confers no rights upon the Certificate Holder";
tart b._ Strike the wording regarding cancellation notification
to the City: "Failure to mail such notice shall impose
+w
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 SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL
FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR
"STATE"TO READ "CONTRACTING AGENCY."
1-07.24 Rights of Way (APWA)
SECTION 1-07.27 (APWA) IS REVISED BY CHANGING
Street right of way lines limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO
construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY."
Contractor's construction activities shall be confined within these
limits unless arrangements for use of private property are made. 1-08 Prosecution and Progress
Generally, the Contracting Agency will have obtained, prior
to Bid opening all rights of way and easements, both permanent
and temporary, necessary for carrying out the completion of the SECTION I-08.1 IS DELETED AND REPLACED BY THE
Work Exceptions to this are noted in the Contract Documents or FOLLOWING:
brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters (APWA)
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 1-08.1(1) Preconstruction Conference (APWA)
obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies
property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be
Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to
practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully I
Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify
prior to advertising these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field
Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to
where right of way, easements or rights of entry have not been the Engineer any conflict error or discrepancy which the
acquired until the Engineer certifies to the Contractor that the right Contractor may discover.
of way or easement is available or that the right of entry has been After the Contract has been executed but prior to the
received If the Contractor is delayed due to acts of omission on the Contractor beginning the Work a preconstruction conference will
part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other
entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the
extension of time The Contractor agrees that such delay shall not preconstruction conference will be:
be a breach of contract. 1. To review the initial progress schedule;
Each property owner shall be given 48 hours notice prior to 2 To establish a working understanding_among the various
entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work;
private property where private improvements must be adjusted.. 3 To establish and review procedures for progress payment,
The Contractor shall be responsible for providing, without notifications approvals, submittals, etc.;_
expense or liability to the Contracting Agency, any additional land 4 To establish normal working hours for the Work;
and access thereto that the Contractor may desire for temporary 5 To review safety standards and traffic control; and
construction facilities storage of materials or other Contractor 6 To discuss such other related items as may be pertinent to
needs However, before using any private property, whether the Work.
adjoining the Work or not the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction
Engineer a written permission of the private property and, meeting the following:
upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items;
owner of each property disturbed or otherwise interfered with by 2 A preliminary schedule of working drawing submittals;and
reasons of construction pursued under this contract. The statement 3 A list of material sources for approval if applicable.
shall be signed by the private property owner, or proper authority 4. A Project Schedule.
acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA)
permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organ ization shall account
restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before
The statement shall include the parcel number, address,and date of computing this percentage however, The Contractor may subtract
signature Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted
the Completion Date will be established. 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 I
subcontract shall be on the form the Engineer provides. If the f{
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
r
I-08 Prosecution and Progress 1-08 Prosecution and Progress
W use as lower tier subcontractors. Collectively these lower tier
Permission to work between the hours of 10:00 .m. and 7:00
subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10-00 p.m. and
total amount subcontracted to a subcontractor. When a 9.00 a.m. on weekends or holidays may also be subject to noise
subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these
W or structures, the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the
subcontractors without being subiect to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are
1. Furnishing and driving of piling or received from the public or adjoining
2. Furnishing and installing concrete reinforcing nd Property owners regarding
g Post- the noise from the Contractor's operations. The Contractor shalt
me tensioning steel. Except for the 25 percent limit lower tier have no claim for damages or delays should such
subcontractors shall meet the same requirements as revoked for these reasons. Permission be
subcontractors. Permission to work Saturdays Sundays holidays or other
The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday
No the proposed subcontractor's prior record equipment experience through Friday may be given subject to certain other conditions set
and ability to perform the work Approval to subcontract shall nor forth by the Contracting Agency or Engineer. These conditions
1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to:requiring the Engineer or such
ow contract, assistants as the Engineer may deem necessary to be present during
2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting
the contract and the Contractor's bond _Agency for the cost of engineering salaries paid Contracting
3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the
am the subcontractor, or _Work performed on Saturdays and holidays as working days with
4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts
Contracting Agency. as multiple working days with respect to Contract Time even
The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24 hour period
rr (1) purchase of sand gravel crushed stone crushed slag batched Assistants may include but are not limited to survey crews;
concrete aggregates ready mix concrete off-site fabricated personnel from the Contracting Agency's material testing lab
structural steel, other off-site fabricated items and any other inspectors; and other Contracting Agency employees when in the
'w
materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence
plants;or(2)delivery of these materials to the work site in vehicles
owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of
commercial hauling companies. Contracting Agency Employees (APWA)
However, the State L&I may determine that RCW 39 12
a. Where the Contractor elects to work on a Saturday Sunday,
applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular
above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications such work
provisions of Section 1-07.9 as modified or supplemented shall shall be considered as overtime work. On all such overtime work
�+ apply, an inspector will be present and a survey crew may be required at
The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the
Disadvantaged Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus
that were subcontractors manufacturers regular dealers or overtime costs for employees of the Contracting Agency required
„� service providers on the contract This certification shall be to work overtime hours.
supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize
provided by the Engineer. the Engineer to deduct such costs from the amount due or to
If dissatisfied with any part of the subcontracted work the become due the Contractor.
�+ Engineer may request in writing that the subcontractor be removed
The Contractor shall comply with this request at once and shall not SECTION I-08.4 IS DELETED AND REPLACED BY THE
employ the subcontractor for any further work under the contract FOLLOWING:
1-08.1(3) Hours of Work (APWA) 1-08.4 Notice to Proceed and Prosecution of the Work
Except in the case of emergency or unless otherwise approved (APWA)
by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been
for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have
�r 7:00 a.m. and 6:00 p.m. of.a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not
lunch break and a 5-day work week The normal straight time 8 commence the Work until the Notice to Proceed has been given bV
hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction
VW preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to
the Work. Proceed Date. The Work thereafter shall be prosecuted diligently,
If a Contractor desires to perform work on holidays vigorously, and without unauthorized interruption until physical
Saturdays, Sundays or before 7.00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or
,W day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of
permission to work such times Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from
8-hour period between 7:00 a.m. and 6.00 p.m. is not required the Contractual obligation to complete the work within the
Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time.
err on the working day prior to the day for which the Contractor is
requesting permission to work
rrr
Page-SP-I3
Revision Date.May I9, I997
rr
1-09 Measurement and Payment 1-09 Measurement and Payment
SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11.
FOLLOWING: 1-08.10 Termination of Contract (APWA)
1-08.5 Time For Completion (Contract Time) (APWA,
RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL
REFERENCES TO "STATE TREASURER, DEPARTMENT OF
The Work shall be physically completed in its entirety within TRANSPORTATION" IN THE LAST SENTENCE,
the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ "CONTRACTING AGENCY.
Engineer. The Contract Time will be stated in "working days",
shall begin on the Notice To Proceed Date and shall end on the SECTION 1-08.11 IS A NEW SECTION:
Contract Completion Date. 1-08.11 Contractor's Plant and Equipment (RC)
A nonworking day is defined as a Saturday, a Sunday, a day
on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the
holidays: January 1, adequacy, efficiency, and sufficiency of his and his subcontractor's
D,I@Aday of Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use
November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any
Christmas Day. When The day before Christmas shall be a work on the site of the work.
holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be
day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly.
on a Monday Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility,
occurs on a Saturday, the two preceding working days shall be at any time for the security of the site from the time contractor's
observed as holidays.- When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by
the two working days following shall be observed as holidays, the engineer and-the Owner. The contractor shall employ such
When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service,
preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection
they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be
non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas.
for periods of normal inclement weather which from historical
records is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC)
which periods work is anticipated to be performed. Each The contractor shall give his personal attention to and shall
successive working day, beginning with the Notice to Proceed Date supervise the work to the end that it shall be prosecuted faithfully,
and ending with the Physical Completion Date shall be charged to and when he is not personally present on the work site, he shall at
the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall
is designated a nonworking day or an Engineer determined have full authority to execute the same and to supply materials,
unworkable day. tools and labor without delay, and who shall be the legal
The Engineer will furnish the Contractor a weekly report representative of the contractor. The contractor shall be liable for
showing (1) the number of working days charged against the the faithful observance of any instructions delivered to him or to
Contract Time for the preceding week; (2) the Contract Time in his authorized representative.
working days; (3) the number of working days remaining in the
Contract Time; (4) the number of nonworking days; and (5) any
partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment
previous week This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE
elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING:
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 1-09.1 Measurement of Quantities (RC)
week will be charged as a working day whether or not the When items are specified to be paid for by ton it will be the
Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is
The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of
of each report in which to file a written protest of an alleged materials for each truckload delivered Pay quantities will be
discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets delivered to the Inspector itti
report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the
correct. Inspector will not be honored for payment. ,
The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton the following
establishing the Substantial Completion Physical Completion, and system will be used:
Completion Dates are specified in Sections 1-05.11 and I-05.12. Each truck shall be clearly numbered to the satisfaction of the
Engineer and there shall be no duplication of numbers.
Duplicate tickets shall be prepared to accompany each
truckload of material delivered to the project_ The tickets shall
bear at least the following information:
I. Truck Number_
2. Truck tare weight(stamped at source).
3. Gross truck load weight in tons(stamped at source)_
4. Net load weight (stamped at source).
5. Driver's name and date.
Page-SP44
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S
7. Pay item number,
8. Contract number and/or name MATERIAL LABORATORY."
The Contractor shall submit.a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REPLACED BY THE
Jump sum Bid Item. The breakdown shall list the items included in FOLLOWING:
the lump sum together with a unit price of labor, materials and 1-09.9 Pa
equipment for each item. The summation of the detailed unit yrnents (APWA)
prices for each item shall add up to the lump sum Bi
to price values may be used as a guideline for determining -09.9 1 Payments (APWA)
g progress ( ) . Progress Pa
payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand
changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A
be submitted to the Engineer prior to the Preconstruaion progress estimate cutoff date will be established at the
IN Conference. preconstruction meeting
SECTION 1-09.2 (APWA)IS SUPPLEMENTED BY REVISING Within_3 days after the progress estimate cutoff date (but not
ALL REFERENCES TO "MATERIAL RECEIVER" TO READ more often than once a month) the Contractor shall submit to the
NO "ENGINEER." Engineer for review an Application for Payment filled out and
signed by the Contractor, covering the work completed prior to the
SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date The Application for Payment shall be
FOLLOWING: accompanied by documentation supporting the Contractor's
'W 1-09.3 Scope of Payment("WA, RC) Application for Payment
payment is requested for materials and equipment not
Unless modified otherwise in the Contract Provisions, the Bid incorporated in the work but delivered and stored at approved sites
Items listed or referenced in the "Payment" clause of each Section pursuant to the Contract Documents the Application for Payment
an of the Standard Specifications will be the only items for which shall be_accompanied by a bill of sale invoice or other
compensation will be made for the Work described in or specified documentation warranting that the Contractor has received the
in that particular Section when the Contractor materials and equipment and evidence that the materials and
performs the equipment are covered by appropriate insurance or other
w 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 arrangements to protect the Engineer's interests therein
by the Contractor and the work is not stated as included in or The initial progress estimate will be made not later than 30
incidental to a pay item in the contract and is not work that would days after the Contractor commences the Work and successive
be required to complete the intent of the Contract progress estimates will be made every month thereafter until the
+� per Section 1 Completion Date. Progress estimates made during progress of the
04.1, then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining
pursuant to a Change Order.
The words"Bid Item," "Contract Item," and "Pay Item,-and Progress payment. The progress estimates are subject to change at
rr similar- terms used throughout the Contract Documents are any time prior to the calculation of the Final Payment per
synonymous. Section 1-09.9(4).
If the "payment" clause in the Specifications relating to any The value of the progress estimate will be the sum of the
unit Bid Item price in the Proposal Form requires that said unit Bid following:
aw Item price cover and be considered compensation for certain work 1• Unit Price Items in the Bid Form — the approximate
or material essential to the item, then the work or material will not quantity of acceptable units of Work completed multiplied by the
be measured or paid for under any other Unit Bid Item which may Unit Price.
appear elsewhere in the Proposal Form or Specifications 2. Lump Sum Items in the Bid Form — the estimated
Pluralized unit Bid Items a percentage complete multiplied by the Bid Forms amount for each
appearing in these Specifications are
changed to singular form. Lump Sum Item.
Payment for Bid Items listed or referenced in the "Payment" 3. Materials on Hand — 90 percent of invoiced cost of
"`n
c_lause of any particular Section of the Specifications shall be material delivered to Job site or other storage area approved by the considered as including all of the Work required specified or Engineer.
described in that particular Section. Payment items will generals 4. Change Orders — entitlement for approved extra cost or
be listed generically in the S completed extra work as determined by the Engineer.
_- Specifications, and specifically in the
bid form. When items are to be "furnished" under one payment Progress payments will be made in accordance with the
r item and "installed" under another a progress estimate less:
p yment item such items shall 5
be furnished FOB 1. Five O protect site or, if specified in the Special percent for retained percentage
Provisions, delivered to a designated site Materials to be 2. The amount of Progress Payments previously made
furnished, or "furnished and installed" under these conditions 3• Funds withheld by the Contracting Agency for
,
shall be the responsibility of the Contractor with regard to storage disbursement in accordance with the Contract Documents.
until such items are incorporated rogress payments for work performed shall not be evidence
posted into the Work or, if such items of acceptable
are not to be incorporated into the work delivered to the applicable performance or an admission by the Contracting
Contracting Agency storage site when _Agency that any work has been satisfactorily completed
provided for in the Payments will be made by warrants issued by the Contracting
Specifications. Payment for material "furnished," but not yet
incorporated into the Work may be made on monthly estimates to Agency's fiscal officer, against the appropriate fund source for the
the extent allowed. protect. Payments received on account of work performed by a
subcontractor are subject to the provisions of RCW 39.04.250.
SECTION I-09.8 PWA)IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO -HEADQUARTERS, MATERIAL
rirr
Page-SP-15
Revision Date:May 19, 1997
wr
1-09 Measurement and Payment 1-09 Measurement and Payment
1-09.9(2) Retainage (APWA,RC) 1-09.9(3) Contracting Agency's Right to Withhold
Pursuant to RCW 6028 there will be retained from monies and Disburse Certain Amounts (APWA)
earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and
5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the
shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments
the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the
which may be due from such Contractor, and (2)the claims of any Contractor which in the Engineer's opinion, may be necessary to
person arising under the Contract. cover the Contracting Agency's costs for or to remedy the
Monies reserved under provisions of RCW 60.28 shall, at the following situations:
option of the Contractor,be: 1. Damage to another contractor when there is evidence
1 Retained in a fund by the Contracting Agency. thereof and a claim has been filed.
2 Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to
bearing account in a bank mutual savings bank, or savings and public authorities or municipalities which the Contractor is
loan association(interest on monies so retained may be paid to the obligated to pay.
Contractor). 3. Utilizing material, tested and inspected by the Engineer,
3 Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6)
Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16.
escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per
sum of the monies reserved payable to the bank or trust company Section 1-081(4). '
and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to
bonds and securities chosen by the Contractor and approved by the complete the Work on time:
Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage;or ,
Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's
as the interest accrues. review of the Contractor's approved progress schedule which
The Contractor shall designate the option desired en-sho indicates the Work will not be completed within the Contract Time.
When calculating an anticipated time overrun, the Engineer will
at make allowances for weather delays, approved unavoidable delays,
least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this
contract The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount
assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number
escrow services brokerage charges or both and further agrees to of days the Contractor's approved progress schedule, in the opinion
assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract
percentages in securities. The Contracting Agency may also, at its Time.
option accept a bond for all or a portion of the contractor's 7 Failure of the Contractor to perform any of the ,
retainage. Contractor's other obligations under the contract, including but not
Release of retained percentage will be made 60 days following limited to:
the Completion Date (pursuant to RCW 39.12 RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a
RCW 60.28) provided the following conditions are met: field office when required by the Contract Provisions.
1 On contracts totaling more than$20,000.00, a release has b Failure of the Contractor to protect survey stakes,
been obtained from the Washington State Department of Revenue markers etc or to provide adequate survey work as required by
(RCW 60.28.051). Section 1-05.5.
2 No claims as provided by law, have been filed against C. Failure of the Contractor to correct defective or
the retained percentage. unauthorized work(Section 1-05.8)
3 Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's
Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection
(RCW 39.12.040). as required by Section 1-06.3.
In the event claims are filed the Contractor will be paid such a Failure to submit weekly payrolls Intent to Pay
retained percentage less an amount sufficient to pay any such Prevailing Wage forms or correct underpayment to employees of
claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section
sufficient to pay the cost of foreclosing on claims and to cover 1-07.9_
attorney's fees. f Failure of the Contractor to pay worker's benefits (Title
Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10.
minimum limit provided by law. g Failure of the Contractor to submit and obtain approval ,
Pursuant to Section 1-07.10 the Contractor is responsible for of a progress schedule per Section 1-08.3.
submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the
for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant_to
department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment.
medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds if the Engineer elects to do so,will be
Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days pri
applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if
notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period,
those departments or agency organizations. 1. no legal action has commenced to resolve the validity of
the claims,and
2. the Contractor has not protested such disbursement. ,
Page-SP-16
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the r
esponsibility to comply with all laws ordinances and
Contractor in accordance with this section will be made. A regulations Federal, State, or Local — that affect the contract
payment made pursuant to this section shall be considered as The date the Contracting Agency unilateral) signs the Final
payment made under the terms and conditions of the Contract The Progress Estimate constitutes the final acceptance date (Section 1
rr Contracting Agency shall not be liable to the Contractor for such 05.12).
payment made in good faith
If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims
claims prior to expiration of the 15-day period mentioned above
rr the Engineer will hold the funds until determination of the action or SECTION 1-09.71(2)IS REVISED AS FOLLOWS.
written settlement agreement of the parties
1-09.11(2) Claims (APWA)
1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment l4iist
Upon Acceptance of the Work by the Contracting Agency the such information and details as
final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of
upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9.
by the Contractor of the Final Payment shall be and shall operate as
a release: SECTION 1-09.11 3 IS DELETED AND REPLACED BY THE
� ( )
1. to the Contracting Agency of all claims and all liabilities FOLLOWING:
of the Contractor, other than claims in stated amounts as may be
1-09.11(3) Time Limitations and Jurisdiction
No specifically excepted in writing by the Contractor-
2. for all things done or furnished in connection with the (APWA)
Work; This contract shall be construed and interpreted in accordance
3. for every act and neglect by the Contracting Agency; and with the laws Of the State of Washington The venue of any claims
to 4. for all other claims and liability relating to or arising out or causes of actions arising from this contract shall be in the
of the Work. Superior Court of the county where the work is performed
A payment (monthly, final retainage or otherwise) shall not For convenience of the parties to this contract it is mutually
release the Contractor or the Contractor's Surety from any agreed that any claims or causes of action which the contractor has
ow obligation required under the terms of the Contract Documents or against the Contracting Agency arising from this contract shall be
the Contract Bond; nor shall such payment constitute a waiver of brought within 180 days from the date of Final Acceptance of the
the Contracting Agency's ability to investigate and act upon contract by the Contracting Agency. The parties understand and
findings of non-compliance with the WMBE requirements of the agree that the Contractor's failure to bring suit within the time
Am Contract; nor shall such payment preclude the Contracting Agency Period provided shall be a complete bar to any such claims or
from recovering damages setting penalties or obtaining such other causes of action.
remedies as may be permitted by law. It is further mutually agreed by the parties that when any
+n Before the Work will be accepted by the Contracting Agency, claims or causes of action which a Contractor asserts against the
the Contractor shalt submit an affidavit, on the form provided by Contracting Agency arising from this contract are filed with the
the Engineer, of amounts paid to certified disadvantaged (DB) Contracting Agency or initiated in court the Contractor shall
minority (MBE) or women business enterprises (WBE) permit the Contracting Agency to have timely access to any records
Im participating in the Work. Such affidavit shall certify the amounts deemed necessary by the Contracting Agency to assist in evaluating
paid to the DB, MBE,or WBE subcontractors regardless of tier.
the claims or actions.
On Federally-funded projects the Contractor may also be 1-09.13 Arbitration
required to execute and furnish the Contracting Agency an affidavit
tw certifying that the Contractor has not extended any loans gratuity SECTION 1-09.13 2
or gift and money pursuant to Section 107 19 of these. ( ) (RC) IS SUPPLEMENTED BY
_Specifications. REPLACING ALL REFERENCES TO 'THURSTON COUNTY"
If the Contractor fails, refuses or is unable to sign and return WITH THE WORDS -KING COUNTY."
+� the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING.
the final acceptance of the contract, the Contracting Agency
reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC)
accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be
'r Contractor has been provided the opportunity, final and binding on the parties unless the aggrieved
by written request party, within
from the Engineer to voluntarily submit such documents If 10 days, challenges the findings and decision by serving and filing
voluntary compliance is not achieved formal notification of the a petition for review by the superior court of King County,
impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to
from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision:
days for the Contractor to submit the necessary documents The I• Are not responsive to the questions submitted;
30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component
the certified letter from the Engineer requesting the necessary thereof;
documents. This reservation by the Contracting Agency to 3. Is arbitrary and/or is not based upon the applicable facts
unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration The
completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth in
r are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence
acceptance of the contract by the Contracting Agency does not in adduced at any such hearing.
any way relieve the Contractor of the provisions under contract or
stir
Page-SP-17
Revision Date:May 19, 1997
40
1-10 Temporary Traffic Control 1-10 Temporary Traffic Control
The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional
statutes of the State of Washington and court decisions governing channelizing devices pieces of equipment, or services which could
such procedure. not be usually anticipated by a prudent contractor for the
The costs of such arbitration shall be borne equally by the City_ maintenance and protection of traffic, then a new item or items
and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for
contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not
reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal, they are not
by the contractor. specified in the Special Provisions as incidental, and the
accumulative cost for the use of each individual channelizing
1-10 Temporary Traffic Control 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
SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price, price
FOLLOWING. established by the Engineer, or by force account. Additional items
1-10.1 General RC required as a result of the Contractor's modification to the traffic
When the bid proposal includes an item for 'Traffic Control," control plan(s)appearing in the contract shall not be covered by the
the work required for this item shall be all items described in provisions in this paragraph.
Section 1-10 including, but not limited to: If the total cost of all the work under the contract increases or
1 Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adjustment will be '
construction signing and other channelization devices, considered for the item "Traffic Control" to address the increase or
unless a pay item is in the bid proposal for any specific decrease.
device and the Special Provisions specify furnishing, SECTION 1-10.2j1) TRAFFIC CONTROL SUPERVISOR IS
maintaining and payment in a different manner for that REVISED AS FOLLOWS
device;
2 Furnishing traffic control labor, equipment and supervisory 1-10.2(1) Traffic Control Supervisor(RC) (SA)
personnel for all traffic control labor; "
3 Furnishing any necessary vehicle(s) to set up and remove SUPCR,;FQ;,"-Tthe Contractor shall designate an individual or
the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties
devices; for the project. The TCS shall be certified inas-a worksite traffic '
control
4 Furnishing labor and vehicles for patrolling and maintaining
in position all of the construction signs and the traffic . The TCS shall assure that lliC
control devices unless a pay item is in the bid proposal to f all the duties of the TCS are performed during the duration '
specifically pay for this work; and of the contract.
5 Furnishing labor, material and equipment necessary for 7. Ensuring that corrections are made if traffic control
cleaning up removing and replacing of the construction devices are not functioning as required. The TCS may
signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to
during the life of the project. accommodate site conditions as long as the original intent
of the traffic control plan is maintained and the revision
6 Removing existing signs as specified or a directed by the is in conformance
engineer and delivering to the City Shops or storing and re- with established standards.
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 .Possession of a current flagging card
descriptions of the traffic control methods and devices to be
used by the prime contractor, and subcontractors, shall be by the TCS is mandatory.
submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS.
shall be subject to review and approval of the Engineer.
8 Contacting police fire 911 and ambulance services to 1-10.2(2) Traffic Control Plans(RC)
notify them in a The Contractor shall be responsible for assuring that traffic
advance of any work that will affect and '
traveled portion d a roadway. control is installed and maintained in conformance to established
standards The Contractor shall continuously evaluate the
9 Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to
traffic during peak traffic periods 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation.
and 3.00 p.m to 6:00 p.m_ or as specified in the special SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS
provisions or as directed by the Engineer.
10 Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs
during periods when they are not needed. All signs required by the approved traffic control plans) as
well as any other appropriate signs prescribed by the Engineer, or
If no bid item "Traffic Control" appears in the proposal then required to conform with established standards, will be furnished
all work required by these sections will considered incidental and by the Contractor_
their cost shall be included in the other items of work-
Page-SP-18
Revision Date_May 19, 1997
I-11 Renton Surveying Standards 1-11 Renton Surveying Standards
No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable
Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price
increases or decreases by more than 25 percent
Alt odua �osts for the work to
provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price peg hour-shall be full
the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car
bid proposal. driver(s),and the appropriate pilot car sign(s)for any epic-pilot
SECTION 1-10.3(6)IS REVISED AS FOLLOWS: car operation. Any necessary flaggers will be paid under the
item for traffic control4abeF.
1-10.3(6) One-Way Piloted Traffic Control Through
Construction Zone The Lump Sum 4aU contract price pepi b w;�-shall be full
pay for all costs for the labor provided for performing those
construction operations described in Section 1-103(1) and as
G0At;:acZ0;:, to control 4affic A the Gads of the Pilo!Ga_; authorized by the Engineer.
The Lump Sum wait: contract price
panel area 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
44:affic Control. necessary for the initial acquisition, the initial installation of
Contractor-Furnished One-Way Piloted Traffic Control. The Class A signs, and ultimate return of all Contracting Agency-
Contractor shall furnish the pilot car(s)and driver(s)for the pilot car furnished signs,Raymc;as;;,ill not be m:jcle
control area. Any necessary flaggers shall be furnished by the
Contractor er--
The Lump Sum u" contract price pep-day-shall be full
pay for all costs involved in furnishing the person(s)assigned
as the "Traffic Control Supervisor". dugirt an G
DELETE SECTION 1-10.4 AND REPLACE WITH .All costs for the vehicle(s)required for
the Traffic Control Supervisor shall be included in the Lump
1-10.4 Measurement (RC) (SA) Sum""contract price for"Traffic Control
No specific unit of measurement will apply to the lump 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 b Vaymc,,,� * �tr sn , of*40 r
Section 1-10 will be made in accordance with Section 1-04.1, for
the following bid items when tltcy.a;:-_included in the proposal:
"Traffic Control," lump sum
The lump sum contract price shall be full pay for all costs not
covered by outer specific pay items in the bid proposal for Jay-
The Lump Sum unit-contract price psi day shall be full
furnishing, installing maintaining and removing traffic control pay for all costs involved in fumishing the vehicle or vehicles
devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(
conformance with accepted standards and in such a manner as to :ham;-._ill bo paid for ender the item -T;affic Control
maximize safety, and minimize disruption and inconvenience to the public..
Progress payment for the lump sum item "Traffic Control"
will be made as follows: 1-11 Renton Surveying Standards
a. When the initial warning signs for the beginning of the
project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys (RC)
and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the
amount bid for the item will be paid direct supervision of a person registered to practice land surveying
+� b. Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW
bid for the item will be paid on a prorated basis in All surveys and survey reports shall be prepared in accordance
accordance with the total job progress as determined with the requirements established by the Board of Registration for
by progress payments Professional Engineers and Land Surveyors under the provisions of
Chapter 18.43 RCW.
Page-SP-19
Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standar
1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a , ar
The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes
coordinate base: The North American Datum of 1983191.
All horizontal control for projects must be referenced to or in 1-11.10 Corners and Monuments(RC)
conjunction with a minimum of two of the Ciry of Renton's Survey Corner A point on a land boundary, at the juncture of ty c
Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points t
used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground.
The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record N is
the closure requirements of WAC 332-130-060. The control base marks or accurately references:
lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard A corner or other survey point established by or unde th
Detail Requirements for ALTAIACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) an in
established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land tic
comparable classification in future editions of said document. The and its successor the Bureau of Land Management inciudin
angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including rx
survey control shall be revealed on the face of the survey drawing, sixteenth corners;and
as shall the method of adjustment. . Any permanently monumented boundary, right of wa
The horizontal component of the control system for surveys alignment or horizontal and vertical control points establ ie
using global positioning system methodology shall exhibit at least 1 by any governmental agency or private surveyor inch in
- part in 50,000 precision in line length dependent error analysis at a street intersections but excluding dependent interior is
95 percent confidence level and performed pursuant to Federal
Geodetic Control Subcommittee Standards for GPS control surveys corners.
as defined in Geometric Geodetic Accuracy Standards &
Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC)
August 1 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for a?
said document.. construction projects that will create permanent structures so a
The vertical component of all surveys shall be based on roads sidewalks bridges utility lines or appurtenances, sign o
NAVD 1988, the North American Vertical Datum of 1988, and light poles or any non-single family building. Control or Bas
tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permaner
benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure ma b
the project site a tie to both shall be made. The benchmark(s)used observed for staking or "as-builting" while occupying one,,;,,ic:
will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum c
not exist within 3000 feet of a project one must be set on or near two of these permanent monuments shall be existing monuments
the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Contr o
throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and ,al
(benchmark) will be shown on the drawing as well as a description satisfy all applicable requirements of Section 1-11.1 herein.
of any bench marks established. The drawing depicting the survey shall be neat, legible. -n
drawn to an appropriate scale. North orientation should be cl d'
1-11.1(3) Subdivision Information (RC) presented ana the scale shown graphically as well as noted. ,h
Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-hal
the controlling monuments used and the subdivision of the_ original scale remains legible.
applicable quarter section. If recording of the survey with the King County Record i
- Those surveys dependent on retracement of a plat or short plat required it will be prepared on 18 inch b1.24 inch molar and'wil
shall reveal the controlling monuments measurements, and comply with all provisions of Chapter 58.09 RCW. y
methodology used in that retracement. photographic mylar of the drawing will be submitted to the Ci o
Renton and upon their review and acceptance per the spe fi,
1-11.1(4) Field Notes (RC) requirements of the project the original will be recorded with th,
Field notes shall be kept in conventional format in a standard King County Recorder.
bound field book with waterproof pages In cases where an If recording is not required the survey drawing shat b
electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the ongmal _
sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton
station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements o
op int. WAC 332-130-050 and shall conform to the City of Ren r'
Every point located or set shall be identified by a number and Drafting Standards American Public Works Association syn?<;:A
a description Point numbers shall be unique within a complete shall be used whenever possible and a legend shall identify a1
job The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not describe'a
page and point set on that page Example: The first point set or each use.
found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown ori".h4
No 348.16.01 the second point would be 348.16.02,etc. drawing shall be submitted with each drawing The listing shouli
Upon completion of a City of Renton project either the field include the point number designation (corresponding with th ri
notebook(s) provided by the City or the original field notebook(s) the field notes) a brief description of the point, and nortl g
used by the surveyor will be given to the City. For all other work, casting and elevation (if applicable) values all in ASCII for-bat
surveyors will provide a copy of the notes to the City upon request. on II3M PC compatible media.
Page-SP-20
Revision Date_May 19, 1997
I-1 l Renton Surveying Standards 1-11 Renton Surveying Standards
it .1(n Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing (RC)
Vertical Surveys for the establishment of bench marks shall All property or lot corners as defined in 1-11 1(5)
satisfy all applicable requirements of section 1-05 and 1-11 I established or reestablished on a Plat or other recorded survey shall
Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1-
ft meet or exceed the standards specifications and procedures of third 11.2(l). In situations where such markers are impractical or in
order elevation accuracy established by the Federal Geodetic danger of being destroyed e.g., the front corners of lots a witness
Control Committee. marker shall be set. In most cases this will be the extension of the
#0 Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the
stability. Descriptions of bench marks must be complete to insure witness monuments and their respective comers shall be shown or
both recoverabliity and positive identification on recovery 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
1-11.1(8) Radial and Station--Offset Topography curbs on the extension of said line with the curb." In all other
r (RC)
cases the corner shall meet the requirements of section 1-1 1 2(1)
Topographic surveys shall satisfy all applicable requirements herein.
of section 1-11.1 herein. All non corner monuments as defined in 1-I l 1M shall meet
im All points occupied or back sighted in developing radial the requirements of section 1-11.2(Q herein If the monument
topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area the
shall meet the requirements of section I-11 1 herein monument shall be set below the ground surface and contained
The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush
go section 1-11.1 herein shall be observed for all topographic survey with the pavement surface per section 1-11 2(3)
In the case of right of way centerline monuments all points of
1-11.1(9) Radial Topography (RC) curvature(PCT points of tangency(PT) street intersections center
Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set If the point of intersection PI
topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right
with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT
Committee third order elevation accuracy specifications OR 2) of the curve.
trigonometric leveling with elevation differences determined in at For all non comer monuments set while under contract to the
�r least two directions for each point and with misclosure of the
City of Renton or as part of a City of Renton approved subdivision
circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the
city) identifying the monument- point of intersection (PI) point of
1-11.1(10) Station—Offset Topography(RC)
irrr tangency (PT) point of curvature (PC) one-sixteenth corner, Plat
Elevations of the baseline and topographic points shall be monument, street intersection, etc., complete with a description of
determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91
Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed
exceed 0.1 foot's error as to side shots with the city.
1-11.1(11) As-Built Survey(RC) 1-11.2 Materials
All improvements required to be "as-built" (post construction
survey) per City of Renton Codes TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners(RC)
and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset Corners per 1-11.1(5) shall be marked in a permanent manner
survey. The "as-built" survey must be based on the same base line such as 1/2 inch diameter rebar 24 inches in len th durable metal
we or control survey used for the construction staking survey for the Plugs or caps, tack in lead, etc. and permanently marked or tagged
improvements being "as-built" The 'as-built" survey for all With the surveyor's identification number The specific nature of
subsurface improvements should occur prior to backfilling Close the marker used can be determined by the surveyor at the time of
cooperation between the installing contractor and the "as-builting" installation.
No surveyor is therefore required
All "as-built" surveys shall satisfy the requirements of section 1-11.2(2) Monuments (RC)
I-II.1(1) herein and shall be based upon control or base line Monuments per I-11.1(5) shall meet the requirements as set
forth in City of Renton Standard Plans page H031 and permanently
surveys made in conformance with these Specifications marked or to
r The field notes for "as-built" shall meet the requirements of tagged with the surveyor's identification number.
section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover(RC)
as-built" drawings which includes a statement certifying the
Materials shall meet the requirements of section 9-22 and City
L accuracy of the "as built". of Renton Standard Plans page H031
The drawing and electronic listing requirements set forth in
section 1-11.1(6) herein shall be observed for all "as built"
surveys"
Page-SP-21
Revision Date:May 19, 1997
.r
2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment
Division 2 Earthwork quantities and changes will be computed, either
manually or by means of electronic data processing equipment, by
Earthwork use of the average end area method. Any changes to the proposed
work as directed by the Engineer that would alter these quantities
shall be calculated by the Engineer and submitted to the Contractor "
for his review and verification.
2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in
Obstructions the Plans unless ordered by the Engineer, shall not be paid for.
All work and material required to return these areas to their
original conditions as directed by the Engineer, shall be provided
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense.
FOLLOWS: All areas shall be excavated, filled and/or backftlled as
necessary to comply with the grades shown on the Plans. In filled
2-02.3(3) Removal of Pavement, Sidewalks, and and backfilled areas, fine grading shall begin during the placement
Curbs (RC) and the compaction of the final layer. In cut sections, fine grading
In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading
shall: shall produce a surface which is smooth and even, without abrupt
1. Haul broken up pieces ' changes in grade.
to some off-project site. Excavation for curbs and gutters shall be accomplished by
I. Cove; any -ad- ivithin 4hp—;igbt of Way Wi cutting accurately to the cross sections, grades and elevations
162a 5 feet of[;QiL shown. Care shall be taken not to excavate below the specified
5 When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from
opened to traffic before pavement patching has been completed, detrimental quantities of leaves, brush sticks, trash and other
temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work.
Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and
inches immediately after backfilling and compaction are complete, before placement of fills or base course the subgrade under the
and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas
mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and I
If pavements, sidewalks, or curbs lie within an excavation replacement.
area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection
will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water.
they t• b *M and :f shot. are pot Acceptable excavated native soils shall be used for fill in the
mentioned as a separate item in the proposal,they will be measured area requiring fills_ Care shall be taken to place excavated material
and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified
included in the quantity calculated for excavation. compaction Any native material used for fill shall be free of
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING. organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the
2-02.5 Payment (RC) native materials from becoming saturated with water. The
measures may include sloping to drain compacting the native
2. "Saw Cutting", per Lineal Foot. materials and diverting runoff away from the materials. If the
3. "Remove Sidewalk%per Square Yard. Contractor fails to take such preventative measures any costs or
4. "Remove Curb and Gutter",per Lineal Foot. delay related to drying the materials shall be at his own expense.
5. "Cold Mix",per Ton If the native materials become saturated, it shall be the
6 "Remove Asphalt Concrete Pavement,*per square yard. responsibility of the Contractor to dry the materials, to the
7 "Remove Cement Concrete pavement," per square yard. optimum moisture content If sufficient acceptable native soils are
8 "Remove existing " per not available to complete construction of the roadway embankment,
All costs related to the removal and disposal of structures and Gravel Borrow shall be used.
obstructions including saw cutting, excavation backfilling and If subgrade trimmer is not required on the project all portions
temporary asphalt shall be considered incidental to and included to of Section 2-03 shall apply as though a subgrade trimmer were
other items unless designated as specific bid items in the proposal. specified.
If sufficient acceptable native soils as determined by the
2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway
Embankment embankment Gravel Borrow meeting the requirements of Section
9-03.14 of the Standard Specifications shall be used
SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
FOLLOWING:
2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC)
Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to
excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other
excavated material shall be used for embankments while surplus sections provide otherwise:
excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation,
borrow excavation and unsuitable foundation excavation - by the
the Contractor.
Page-SP-22
Revision Dale:May 19, 1997
2-04 Haul
2-09 Structure Excavation
go cubic yard (adjusted for swell) may be measured by truck in the
hauling vehicle at the point of loading The contractor shall 2-06 Subgrade Preparation
provide truck tickets for each load removed Each ticket shall have
the truck number, time and date and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE
SECTION 2-03.5 IS REVISED AS FOLLOWS: FOLLOWING.
2-03.5 Payment (RC) 2-06.5 Payment (RC)
Subgrade preparation and maintenance including watering
Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs
are included in the proposal: thereof shall be included in the appropriate unit or lump sum
I. "Roadway Excavation" or"Roadway Excavation—Area contract bid prices.
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 2-09 Structure Excavation
shall apply. If he orders excavation more than 2 feet below
subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE
provided in Sestaea-I.-o" Item 3 of this payment section. In this FOLLOWING.
case, all items of work other than roadway excavation shall be paid [
at unit contract prices. 2-09.1 Description (RC)
The unit contract price per cubic yard shall be full pay for This work also includes the excavation haul and disposal of
excavating, loading, placing, or otherwise disposing of the all unsuitable materials such as peat muck swampy or unsuitable
material. materials including buried logs and stumps
art 471e unit contract price per cubic yard shall 2'09.3 Construction Requirements
include haul. SECTION 2-09.3(I)D IS REVISED AS FOLLOWS.
3. "Unsuitable Foundation Excavation",per cubic yard.
The unit contract rice r cubic 2-09.3(1)D Disposal p per yard for "Unsuitable of Excavated Material(RC)
rrr Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project
and disposing of the material. limits shall be included in the unit contract price for structure
excavation, Class A or B.
The unit contract price per and ha-1 the 648, Q
tr" cubic yard shall include haul.
7. "Embankment G AOS pay fo; handling at 414,--di&po&al 640 Any &UGh dispogal shall
If the contract includes structure excavation, Class A or B,
+ra including haul, the unit contract price shall include all costs for
Th6UA9iA@@T-Will be Cho wlajudg@ - h.l—.2witier needed loading and hauling the material the full required distance=
otherwise all such disposal costs shall be considered incidental to
rra Payment for the work.
embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS
costs for embankment compaction shall be included in other bid FOLLOWS:
items involved.
'r 2-09.4 Measurement (RC)
2-04 Haul Gravel backfill. All gravel backfill will be measured by the
cubic yard in place determined by the neat lines required by the
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Plans or by the ton as measured in conformance with section 1-09.2. [
FOLLOWS: Gravel backfill used for pipe bedding shall be incidental to the
installation of the pipe or paid for as other gravel backfill unless a
2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel
1-id-itam when it
backfill for pipe bedding.
_t " SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS
u..,,,� •, FOLLOWS
All costs for the hauling of material to from or on the job :
site shall be considered incidental to and included in the unit price 2-09.5 Payment
Of other units of work. 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.
4 "Structure Excavation Class B Incl. Haul",per cubic yard.
L The unit contract price per cubic yard for the bid items listed
as I 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 Date:May 19, 1997
a.
2-09 Structure Excavation 2-09 Structure Excavation
"Structure Excavation Incl Haut" are not listed as pay items in the
contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all
excavation, backfill, compaction, and other work required when
extra excavation is used in lieu of constructing shoring. If select
backfill material is required for backfilling within the limits of the
structure excavation, it shall also be required as backfill material
for the extra excavation at the Contractor's expense. Any
excavation or backfill material being paid by unit price shall be
calculated by the Engineer only for the neat line measurement of
the excavation and shall not include the extra excavation beyond the
neat line.
If there is no bid item for shoring or extra excavation Class B
on a square foot basis and the nature of the excavation is such that
shoring or extra excavation is required, then shoring or extra
excavation shall be considered incidental to the work involved and
no further compensatioW 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 where backfill is incidental or being paid by cubic yard.
Evidence that per toW 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.
1
Page-SP-24
Revision Date:May 19, 1997
3 No supplemental specifications were necessary 4
No supplemental specifications were necessary
Division 3
Production From Quarry and Pit Sites
and Stockpiling Division 4
g Bases
3 No supplemental specifications were
necessary 4 No supplemental specifications were
No supplemental necessary
pp specifications were necessary for Division 3.
rrr No supplemental specifications were necessary for Division 4.
im
ift
Am■r
err
rrr
t
Page-SP-25
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Paveme
Division 5 (2) in
Pt v-
Surface Treatments and Pavements
gampl@g- When a sample from uncompacted mix is needm th
Contractor shall ensure that the samples can —be obtain((, i
5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712.-4b@ plat#e;mg-a=
allow the samplo to be taken without the--Ungipeo; caler-i"s, th
SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS hauling ve;ide,
FOLLOWS: B. Definition of Sampling Lot and Sublot. For the pu.,os
5-04.3(S)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-i& is. -lea defined a
the coca{ quantity of material or work produced
1• General. Acceptance of asphalt cement concrete shall be for each jot ni
as—provided under a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur #'e
Determination of-4a4&4isal-e* nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid shall be Oval tg
items involving mix of a specific class. Gow;tituto -b
Dense graded mixes (asphalt concrete pavement Classes A, B,
E, F, and G) shallw-1 be evaluated for quality of gradation on a The JM
dailylot basis by the Contractor. This gradation analysis shall be is defined in Sectic� S
based on WSDOT Test Method 104 and the results delivered to the 03.8(6)A (Basis of Acceptance)- The Contractor may not Mk
Contracting Agency by noon of the following working day. This any changes to the JMF without prior written approval of th
information shall be used by the Engineer to evaluate conformance Engineer.-
with Section 9-03.8(6)A.2.-and A-asphalt content shall be tested at 4h
the Eengineer's discretion if the Compaction Pay Factor(Section 5- • .--4 all 04.3(10)B)falls below 1.00.
The Contracting Agency may take their own independent y
gradation samples at the stockpile to confirm the gradation testing towing for. ac
done by the contractor. If the independent sample gradation vanes �� f t h *r. f _
from the Contractor's data by more than ±3% for sieve sizes y
greater than 114" and+2% for sieves smaller than the No. 10, then -d
the costs of the sampling and testing shall be borne by the
Contractor. If the tT-est results vary from the Contractor's data
a�within the ranges listed abov then Sampling and testing for nonstatistical acceptance shall b
the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of in
A enc sample for each sublot of 400 tons or each day's produ( or
avill be evaluated fe T° *"° ho whichever is least. When proposal quantities exceed 1,200 tons fe
a class of mix under nonstatistical acceptance, sublot size shall b
determined to the nearest 100 tons to provide not less than re
a ,, a • , a ti, wSm r ------ uniform sized sublots, based on proposal quantities, w.
maximum sublot size of 800 tons.
C- Test Results. The Engineer will furnish the Contneto
with a copy of the results as they become available.-•c .a
in
four. ti ou;r af4c;:-tho boginning of iho ReAt 'V4
U
that class of;Aix cxcccd 1,500 tons- gaMpling, Shc Cg;ppgF;i4e pa), riaGior. (C1211)
D. Test Methods. When sample testing of asphalt cont t i
I 4&00r—QA necessary, Aacceptance testing for compliance ef-aspl3alt c� et
,500 tons, and (1) all G041traggg advo;:1 RA,
will use the Nuclear Asphalt Gauge Procedure; WSDOT"''ie!
2- Aggregates. _Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary
equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the ( is
requirements of Section 9-03.8(2)_ Determination of Aggregate Gradation using Alternate Seer
C-211126011- Procedure; WSDOT Test Method 723-T.
3 Asphalt Cement Asphalt Cement will be accepted E. Reject Mixture
test&-based on 9wir conformance to the requirements of Section 9- (1) Rejection by Contractor- The Contractor may, p t
02.1(43)- Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and repl i
be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. An-,
the asphalt cement changes a new job mix formula (JMF)shall be such new material will be sampled, tested, and evaluated fo
evaluated and approved. acceptance.
43. Asphalt Concrete Mixture (2) Rejection_-by Engineer Without Testingitlteat
A. Sampling The Engineer may, without sampling, reject any batch, load, o
(1) A sample will not be obtained from either the first or last section of roadway
25 tons of mix produced in each production shift.
Page-SP-26
Revision Date:May 19, 1997
rr:
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Taterial that appears defective in gradation or asphalt cent SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into any" pavement. Any rejected section of
compacted r-eadaypavement shall be removed. 5-04.3(10)A General (RC)
No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a
removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of
rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of
rejected material tested, a minimum of three representative samples A.C. lines.)
will be obtained and tested. Representative samples to be removed
for testing from compacted pavement shall be removed by coring SECTION 5-04.3(IO)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,
rampl;ng and tcstmg shall 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
0,75 if occurp :Ifsgr 4: using the definition of a sublot described in Section 5-04.3(8). The
specified level of relative density shall be
;ban 0:75, the rej@owd Mix will be at a CR-N 0 WPM
924•.0 percent of the
Acceptance of the initially reference maximum density
rejected ss;pcsted material will use the acceptance sampling and Method_WS The reference maximum density shall be determined
testing methods. if the material does not fall within the job mix as_that developed in the job mix formula(JMF)dw tx�eaci�gau�raga of- the formula tolerances of Section
—9-03.8(6)A, the mix will be rejected 'Q act" n2tio
and all costs associated with sampling testing and removal shall be If the Contractor chooses a moving
borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be
and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the
Agency. If the material falls within the job mix formula Contractor at the Contractor's expense The specified level of
tolerances, the mix will be accepted for quality of mix but will density attained will be determined by the average sta4&6r4
remain subject to the compaction adjustment of Section 5-04.3(10) evaluation-of three fim*o nuclear density gauge tests taken in
and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is
the Contracting Agency. placed (after completion of the finish rolling) at locations
determined by tote str-atitied random_
within each density lot
Jess.The Engineer will furnis a copy of the
results of all acceptance testing performed in the field as soon as
the results are availabl
in aocordapoe w4th_;ho &taligtig '..This Maw;: -orkday aflor.seg;iAg, o;:fo;:nighttime work vVithin folir holar aft@;:
4 th@ beg;AAiAg Of the A paving shift.— Pavement compaction
below 89 percent of the reference maximum density shall not be
be co accepted. Relative densities falling between 89 percent and 92
minimum Qf 6A percent shall be subject to the price adjustments of Section 5-
04.5(1)B.
For compaction lots falling below a CPF of 1.00 pay faster
and thus subject to price reduction or rejection, cores may be used
as an alternatives to the nuclear density gauge tests. cerss
a€OF pauiug.-When the Contracting Agency requests cores and the
level of relative density within a sublot is less than 92.0 percent
tThe cost for dw-coring
OF and testing shall be borne by the Contractor. When the Contracting
Agency requests cores and the level of relative density within a
Gatirg lot-with a C12N of l ss than 075 sublot is greater than 92.0 percent the cost for coring and testing
shall be borne by the Contracting Agency,
shatlbe 25 perce;u.
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-27
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE
a ig ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED.
greater referenced to the specified minimum density (92.1. percent SEC77ON 5-04.5(1)A IS DELETED AND REPLACED WITH
of the reference maximum density THE FOLLOWING:
Mclhod—Z95). If a compaction test section is requested, a
Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix
proven. Following determination of compactibility, the Contractor (RC)
is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete
Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within
considered compactible. the limits of the job mix formula shall he accepted at the unit
Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the
under conditions other than listed above shall be compacted on the limits of the iob mix formula, the mix shall not be accepted (see
basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture).
point evaluation shall be performed in accordance with instructions
from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS
compaction train, required to attain the maximum test point FOLLOWS.
density, shall be used on all subsequent paving. 5-04.5(1)B Price Adjustments for Quality AC
Asphalt Concrete Class D and preleveling mix shall be
compacted to the satisfaction of the Engineer. Compaction (RC)
In addition to the randomly selected locations for tests of the For each sublot a Compaction Lay
will be
Factor r Price e d t (C
density, the Engineer may also isolate from a normal lot any area
�`
that is suspected of_being defective in relative density. Such determined based on the relative density of the tests. The
isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their The C112-A.11 cqual& the diffopenco
minimum of three 5 randomly located density tests will be taken. associated relative density.bepucca t @ Composite Pay Farior. and unity with mg i ;9 sign
The isolated area will then be evaluated for price adjustment in Multiplied by 40 pe;Gaw' Tho Compaction Compliance Race
accordance with this section, considering
it as a separate-sublotlet.
SECTION 5-04.5 IS REVISED AS FOLLOWS: 2Ad the unis C, P top amix f
Relative Density Compaction Pay Factor
5-04.5 Payment (PC) (average of three tests)
"Misc and/or Driveway Asphalt Conc. AppFeaslt Cl. _' 91.o 1'00 f
per ton. This item when included in the contract, includes asphalt 91.5 0.99 I
paving for areas such as driveways and traffic islands that are not 91.0 0.95
part of other paving work. 90.5 0.91
90.0 0.85
89.5 0.80
89.0 0.75
paid for.as dop;r-ibed in Scclio;i 5 04 5(1)4
Page-SP-28
Revision Date:May 19,1997
6-12 Rockeries
6-12 Rockeries
Division 6 and have a stable appearance. The rocks shall be carefully placed
trr by mechanical equipment and in a manner such that the longitudinal
Structures axis if the rock shall be at right angles or perpendicular to the
rock_ery face. The rocks shall have all inclining faces sloping t
ry. o
the back of the rocke Each row of rocks will be seated as
SECTION 6-IZ IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner
that there will be no movement between the two. After setting a
6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the
M back with quarry rock to eliminate any void sufficient to pass a 2
6-12.1 Description (RC) inch square probe.
The work described in this section regardless of the type of 6-12.3.1 Rockery Backfill (RC)
rr materials encountered includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed
cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will
retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wail
engineer. and the cut or fill material_ The backfill material will be placed in
lifts to an elevation'approximately 6 inches below the course of
6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of
Rock walls shall be formed of larger pieces of quarried basalt rocks. Any backfill material on the bearing surface of the rock
iw
andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course
sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC)
weighing 50 to 150 grams and tested for soundness with sodium
sulphate in accordance with aashto t104 the loss through a one- A 4 inch diameter perforated pvc pipe shall be placed as a
ar inch sieve after 6 cycles shall not exceed 35% by weight footing drain behind the rockeries as shown in the standard plans
The rock material shall be as nearly rectangular as possible so and connected to the storm drainage system where shown
as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC)
No stone shall be used which does not extend through the wall. he
M The rock material shall be hard, sound, durable and free from inspector will have the authority to reject any defective
weathered portions, seams cracks and other defects material and to suspend any work that is being improperly done
The rock density shall be a minimum of 160 subject to the final decision of the engineer. All rejected material
pounds per cubic
foot. The source of supply and representative samples of the will be removed from the construction site and any rejected work
M material shall be approved by the engineer before delivery to the shall be repaired or replaced at no additional cost to the Owner.
site. 6-12.4' Measurement (RC)
The rock walls shall be constructed of one-man rocks (85 to
300 pounds) each 10" in its least dimension, rocks (300 Measurement of the finished rock wall for payment will be
rrr to 600 pounds) each 13" in its least dimension; three-man rocks made from the footing grade to the top of the wall and rounded to
(800 to 1,200 pounds) each 16" in its least dimension- four-man the nearest square yard.
rocks(1,500 to 2,200 pounds)each 18" in its least dimension The 6-12.5 Payment (RC)
rocks shall range uniformly in size for each classification specifies
The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall"
rock in walls over 6 feet in height. per square yard.
The unit price per square yard shall be full compensation for
r 6-12.3 Construction Requirements(RC) the rockery/rock retaining wall in place and shall include all work
The rock unloading at the site will be done in such a manner materials, and equipment required to complete the installation
as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items.
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
Page-SP-29
Revision Date.May I9, I997
00
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 specified in
Sections 9-05.4 and 9-05.5.
Where plain or reinforced concrete, steel, or aluminum are
referred to in Section 7-02 it shall be understood that reference is
7-01 Drains also made to PVC.
SECTION 7-01.2 IS 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 I, 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
used. sections:
SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02
Corrugated Steel Asphalt Treatment I 9-05.6(8)
7-01.3 Construction Requirements (RC) 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 SECTION 7-03.5 IS REVISED AS FOLLOWS.
jointed with snap-on, screw-on, or wraparound coupling bands as
recommended by the manufacturer of the tubing. 7-03.5 Payment (RC)
PVC underdrain pipe shall be jointed using either the flexible Payment 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. Diam.", per linear
otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment 1.
PE or ABS drainage tubing underdrain pipe shall be jointed with `St. Str. Plate Pipe Arch Gage_Ft. In. Span",
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. I
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
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, then it shall be
incidental.
7-02 Culverts 7-04 Storm Sewers
SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS
SECTION 7-04.21S REVISED AS FOLLOWS:
FOLLOWS:
7-02.2 Materials (RC) 7-04.2 Materials (RC)
Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in
sections: regard to a kind of storm sewer pipe, it shall be understood that
Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized)_ Asphalt Treatment I Coated e*
Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and
Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections
Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 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 I 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
7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins
7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins
SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE
FOLLOWING: SECTION 7-05.3 IS SUPPLEMENTED BY ADDING TAE
FOLLOWING:
air
7-04.3(1)B Pipe Bedding(RC 7-05.3 Construction Requirements (RC)
Pipe bedding for PVC sewer pipe shall consist of clean
granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have
+� placed to a depth of 6" over and 6" under the exterior walls of the ladders.
pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
7-04.3(2) Laying Storm Sewer Pipe FOLLOWS.
.r
SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to
7-04.3(2)A Survey Line and Grade(RC) Grade (RC)
The existing cast iron ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
specifications. existing structure shall be raised or lowered to the required
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation.
&
me;hQd of all
M FOLLOWING:
7-04.3(2)G Storm Sewer Line Connections (RC)
r
All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes catch basins and similar
be done utilizing pre-manufactured tee connectors or pipe sections structures in areas_to be surfaced with crushed rock of gravel shall
approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the
proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing
by the Engineerw manholes shall be cut off and covered in a similar manner. The
SECTION 7-04.4 IS REVISED AS FOLLOWS: contractor shall carefully reference each manhole so that they may
be easily found upon completion of the street work After placing
7-04.4 Measurement (RC) the gravel or crushed stone surfacing the manholes and manhole
castings shall be constructed to the finished grade of the roadway
The length of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade
feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area
include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment the void
of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result
center of manhole or from the center of catch basin to center of to the section required on the typical road way section and be
catch basins and similar type structures. thoroughly compacted.
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes catch basins and
FOLLOWS: similar structures shall be constructed and adjusted in the same
manner as outlined above except that the final adjustment shall be
7-04.5 Payment(RC) _made and cast iron frame be set after forms have been placed and
.,� The unit contract price per linear foot for storm sewer pipe of checked. In placing the concrete pavement extreme care shall be
the kind and size specified shall be full pay for all work to taken not to alter the position of the casting in any way
complete the installation including adjustment of inverts to In asphalt concrete pavement: Manholes shall not be adjusted
until the pavement is completed at which time the center of each
manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously
included in the Schedule of Prices pipe bedding as shown in the
established by the contractor. The pavement shall be cut in a
standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of
additional payment shall be made, the cover. The manhole shall then be brought to proper grade
utilizing the same methods of construction as for the manhole
Testing of storm sewer pipe if required by the Engineer,shall itself. The cast iron frame shall be placed on the concrete blocks
be considered incidental to and included in the unit contract prices and wedged up to the desired grade The asphalt concrete pavement
for other items. shall be cut and removed to a neat circle, the diameter of which
shall be equal to the outside diameter of the cast iron frame plus
two feet. The base materials and crushed rock shall be removed
and Class 3000 or Commercial Portland Cement Concrete shall be
placed so that the entire volume of the excavation is replaced up to
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
�r
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 SECTION 7-05.4 IS REVISED AS FOLLOWS:
hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC)
covered with dry paving sand before the asphalt cement solidifies.
The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of
plastered. manhole heights for payment purposes will be the distance from
Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe-
Adjustment
Adjustments of new structures and miscellaneous items such
iron frames for new and old inlets to be adjusted to grade will be
ment surfaces. The as valve boxes shall be considered incidental to the unit contract
established from the forms or adjacent pave
ce of the new ite and no furthur compensation shall be made.
final adjustment of the top of the inlet will be performed in similar prim
m Adjustment of existing structures and miscelaneous items such
manner to the above for manholes. On asphalt concrete paving
as valve boxes shall be measured by "Adjust Existing ' per
projects using curb and gutter section that portion of the cast Iron ,
frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all �I
in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section `
7053(1)and the City of Renton Standard Details.
inches beyond the edge of the casting and shall be left 2 inches - . I
below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured
concrete pavement will butt the cast iron frame. The existing Per each.
concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS
asphalt cement Adjustments in the inlet structure shall be FOLLOWS:
constructed in the same manner and of the same material as that
required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC)
and plastered. "AdjustManhole Existing " per each.
Monuments and-cast iron frame and cover: Monuments and The unit -contract price per each for "Adjust
monument castings shall be adjusted to grade in the same manner Existing " shall be full pay Manhole* o;: "Adjuss Catch
as for manholes. for all costs necessary to make the adjustment including restoration
Valve box castings: Adjustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer.
made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard.
SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl.Haul",per cubic yard.
Structure excavation for concrete inlets and area inlets is
7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included
Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If
the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure
below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the
manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included
manhole filled with sand and compacted to 90 percent density as in the cost of the pipe.
specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each.
the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each.
to the approval of the Engineer. The ring and cover shall be
salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements
SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS:
FOLLOWING: 7-08.3(1)C Pipe Zone Bedding (RC) (SA)
7-05.3(3) Connections to Existing Manholes (RC) Hand compaction of the bedding materials under the pipe
Where shown on the plans new drain pipes shall be connected haunches will be required Hand compaction shall be accomplished
to existing line catch basin curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the structure, shape under the haunches of the pipe Care shall be taken to avoid
the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort.
manner. -Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no
plans, additional structure channeling will be required. further compensation shall be made._
A "Connection to existing" item will be allowed at any SECTION 7-08-3(2)E IS SUPPLEMENTED AS FOLLOWS.
connection of a new line to an existing structure or the connection
of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC)
will be accepted at the location of new installation relocation and In laying pipe with rubber gaskets, the pipe shall be handled
adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or
Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed
place resulting from the Contractor's operations shall be repaired_ shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense. before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced
labor, materials and equipment required. 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:May 19, 1997
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying All openings in
Contracting Agency. the pipe line shall be closed with water tight expandable type sewer
Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe
pushing the pipe and damaging the pipe or joint system Any openings are left unattended. The use of burlap wood or other
rr damaged pipe shall be replaced by the Contractor at his expense similar temporary plugs will not be permitted
Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen
entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes the ENGINEER may change the
pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be
■r' minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades
concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall
gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by
deflected and straightened, such movement shall be held to a the following pipe to prevent movement
minimum once the joint is home. Unless otherwise required all pipe shall be laid straight
SECTION 7-08.3(2))IS AN ADDED NEW SECTION. between the changes in alignment and at uniform grade between
changes in grade. For concrete pipes with elliptical reinforcement
7-08.3(2)J Placing PVC Pipe(RC the pipe shall be placed with the minor axis of the reinforcement in
In the trench, prepared as specified in Section 7-02.3(l) PVC a vertical position.
pipe shall be laid beginning at the lower end with the bell end Immediately after the pipe joints has been made proper gasket
upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the
+i+r extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement
the pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE
mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING:
r�r
at the point of connection.
7-08.3(2)A Survey Line and Grade 7-08.3(2)G Sewer Line Connections (RC)
Unless otherwise approved by the Engineer, all connections of
Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron
with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands When
r Iiagine*r-in a manner consistent with accepted practices.
the existing main is constructed of vitrified clay, plain or
The Contractor shalt transfer line and grade into the trench reinforced concrete cast or ductile iron pipe the existing main
where they shall be carried by means of a laser beam using 50 foot shall be core drilled.
minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided
have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled and shall
have an "O" ring rubber gasket meeting ASTM C478 in a
manhole coupling equal to the Johns-Manville Asbestos-Cement
40-440"AG up, Cho work &h2l, be collar, or use 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.
rr SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWS.
FOLLOWING. 7-08.4 Measurement (SA)
7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe
Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the
calculations from measurements on the top of the pipe or by cubic yard,including haul,as specified in 2-09., or by the TON.
rrrr looking for ponding of 1/2" or less which indicates a satisfactory Concrete for plugging existing pipes will be measured by the
condition. At manholes when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely
larger size, pipe(s) shall be laid by matching the(eight-tenths)now fill the pipe for a distance of two diameters. Computation for
elevation,unless otherwise approved by the Engineer corrugated metal pipes will be based on the nominal diameter.
All pipe, fittings, etc. shall be carefully handled and protected Excavation of the trench will be measured as structure
against damage, impact shocks and free fall All pipe handling excavation Class B or structure excavation Class B including haul,
equipment shall be acceptable to the ENGINEER Pipe shall not by the cubic yard as specified in Section 2-09. When excavation
be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits
manner which will protect the pipe against injury whenever stored ordered by the Engineer.
at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the
the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in
determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03.
shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as
installed. specified in Section 2-09.4.
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
Page-SP-33
Revision Date:May 19, 1997
ir.
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 7-11 Pipe Installation for Water Mains
FOLLOWS:
7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC)
Payment will he made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves
"Gravel Backfill for Foundations",per cubic yard,or Ton. t
SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS:
"Gravel Backfill for Pipe Zone Bedding", per cubic yard, or
Ton. 7-11.3(4)A Ductile Iron Pipe(RC) `
"Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or f
"Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If
"Structure Excavation Class B Incl.Haul", per cubic yard. the pipe is shown curved in the Plans and no special fittings are
Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by
structure excavation dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter
to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that
"Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe
If this pay item is not in the contract then it shall be is laid on a horizontal or vertical curve shalt not exceed one half of
incidental. the manufacturer's printed recommended deflections.
7-10 Trench Exc., Bedding, and Backfill for SECTION 7-I1.3(4)B IS SUPPLEMENTED AS FOLLOWS:
Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe (4 inches
and Over) (RC)
SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water
mains and appurtenances.
7-10.4 Measurement (RC) THE TITLE AND TEXT OF SECTION 7-11.30 HAS BEEN
Measurement of bank run gravel for trench backfll will be by REVISED AS FOLLOWS:
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with
accordance with Section 1-09. Polyethylene Encasement(RC)]AlhC;Q 1;hQ4A1A in the Plans, &The Contractor shall lay ductile
7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene
7-10.5 Payment(RC) encasement shall be installed in accordance with AWWA C105.
The polyethylene encasement shall also be installed on all
3. "Removal and Roplacomont of 11AP,444able Mawrial", P" appurtenances such as pipe laterals couplings, fittings, and
cubic),a;:d 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
Payment for "removal with ANSI/AWWA C105/A21.5-93.
and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered
incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment
compensation will be made. shall be allowed.
4. "Bank Run Gravel for Trench Backfill", per cubic yard 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND
or ton. REPLACED BY THE FOLLOWING
The unit contract price per cubic yard or ton for "Bank Run
Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC)
furnish,-place, and compact the material in the trench. Also Steel pipe shall not be used. f
included in the unit contract price is the disposal of excess an_d_
SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS
unusable material excavated from the trench.
6. "Foundation Material" , per ton or cubic yard. FOLLOWS:
Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains(RC)
shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection
unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor
material per Section 9-30.7B(1). shall not operate any valves on the existing systemla - i
Water system personnel will operate
all valves on the existing system for the contractor when required.
No work shall be performed on the connections unless a
representative of the water department is present to inspect the
work.
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by City
forces as provided below:
City Installed connections:
Page-SP-34
Revision Date:May 19, 1997
7-11 Pipe Installation for Water Mains - 7-11 Pipe Installation for Water Mains
aw Connections to existing piping and tie-ins are indicated on the registering I gallon per revolution. The meter shall be approved by
drawings. The contractor must verify all existing piping the Engineer.
dimensions, and elevations to assure proper fit Acceptability of the test will be determined as follows:
Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as
4W without first making the necessary arrangements with the Engineer follows:
in advance. 1. The quantity of water lost from the main shall not exceed
A two-week advance notice shall be required for each the number of gallons per hour as listed in the following
connection which requires a cutting of the existing water mains or a table.
shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour
to re-schedule the connection if the work area is not ready at the test period.
scheduled time for the connection. All water used to perform hydrostatic pressure shall be
Work shall not be started until all the materials equipment charged a usage fee.
and labor necessary to property complete the work are assembled
on site. Allowable leakage per 1000 ft. of pipeline*-in GPH
The Contractor shall provide all saw-cutting removal and
to disposal of existing surface improvements excavation haul and Nominal Pipe Diameter in inches
disposal of unsuitable materials shoring de-watering, foundation PSI 6" 8" 10" 12" 16" 20" 24"
material, at the connection areas before the scheduled time for the 450 0_95 1.27 1.59 1.91 2.55 3.18 3_82
connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.50 1.80 2.40 3_00 3.60
necessary to install all connections as indicated on the construction 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
plans, including but not limited to the required fittings couplings, 275 0.75 1_00 1.24 1.49 1.99 2.49 2.99
pipe spools shackle materials to complete the connections The 250 q 0_95 1.19 1.42 1_90 2.37 2_85
Contractor shall provide and install concrete blocking polywrap 225 0_68 0.90 1.13 1.35 1_80 2.25 2.70
rr the piping at the connections, backfill and surface restoration at the 200 0 0.85 1.06 1.28 1.70 2.12 2.55
.64
locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various
water mains. diameters, the allowable leakage will be the sum of the computed
The City will cut the existing in and assemble all materials leakage for each size. For those diameters or pressures not listed
SECTION 7-11.3(11)IS SUPPLEMENTED AND REVISED AS the formula below shall be used:
The quantity of water lost from the main shall not exceed the
FOLLOWS: number of gallons per hour as determined by the formula
nr 7-11.3(11) Hydrostatic Pressure Test (RC) L=NDFP
A hydrant meter and a back flow prevention device will be 7400
used when drawing water from the City system These may be in which
obtained from the City by completing the required forms and L = Allowable leakage, gallons/hour
aw making required security deposits. There will be a charge for the N = No.of joints in the length of pipeline tested
water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches
be expelled completely from the pipe valves and hydrants If P = Average test pressure during the leakage test,psi
aw permanent air vents are not located at all high points the contractor
shall install corporation cocks at such points so that the air can be
expelled as the line is filled with water. After all the air has been
expelled, the corporation cocks shall be closed and the test SECTION 7-11.3(12)A SHALL BE REVISED AND
Orr pressure applied. At the conclusion of the pressure test the SUPPLEMENTED AS FOLLOWS:
corporation cocks shall be removed and plugged 7-11.3(12)A Flushing and "Poly-pigging"(RC)
The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be #lust}ed t -
under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may
to air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.Ifoo hydFaw is installed 29 the ond
furnish the water necessary to fill the pipelines for testing purposes of main cannot be "poly-pigged", then a tap shall be
at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in
normal system operation. the main.
+ The test shall be accomplished by pumping the main up to the The "Poly-pig" shall be equal to Girard Industries Aqua-
required pressure, stopping the pump for a minimum of two hours, Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane
and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The "Poly-pig"
ww the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end.
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 Dechlorination of all water used for disinfection shall be
concentration of 50 mg/l. City's standard detail Water
accomplished in accordance with the
The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing
accurately determined by either 1)pumping from an open container water system, shall not be disposed into the storm drainage system
of suitable size such that accurate volume measurements can be or any water way.
r 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
w
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 Joint restrainer system components:
REPLACED WITH. Tiebolt: ASTM A242, type 2, zinc plated or hot-dip f
galvanized. SST 7:5/8" for 2" and 3' mechanical joints, 314" for I
7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12' mechanical joints, ASTM A325, type 313, except tensile
Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000
laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat
SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and
hardness specifications. SST 753: 3/4" for 14" to 24" mechanical
7-11.3(12)K Retention Period (RC) joints- same ASTM specification as SST 7. SST 77: 3/4" same as
Treated water shall be retained in the pipe at least 24 hours SST 7, except I" eye for 7/8" rod. same ASTM specification as
but no long than 48 hours. After this period, the chlorine residual SST 7.
at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4",
least 25 mg/1. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4",ASTM
SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A,zinc plated or hot-dip galvanized
Tiecoupling: used to extend continuous threaded rods and are
7-11.3(12)N Final Flushing and Testing (RC) provided with a center stop to aid installation, zinc plated or hot-
Before placing the lines into service,a satisfactory report shall dip galvanized. SSIO: for 5/8" and 3/4" tierods, ASTM A563, i
be received from the local or State health department or an grade C3. SIO: for 518" and 3/4" tierods, ASTM A563, grade A.
approved testing lab on samples collected from representative
points in the new system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths,
bacteriological tests obtained by the Engineer. zinc plated or ho[-dip galvanized. SS12: 5/8" and 314" diameter,
ASTM A242, type 2; ANSI B1.1. 512: 5/8" and 3/4" diameter
SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36,A307.
ADDING THE FOLLOWING: Tiewasher. round flat washers, zinc plated or hot-dip
galvanized. SS17:ASTM A242, F436. S17: ANSI B18.22.1.
7-11.3(13) Concrete Thrust Blocking and Dead-Man Installation:
Block(RC) Install the joint restraint system in accordance with the
Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked
horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to
standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ foIlower.
All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings
plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange
or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe.
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 Pipe Diameter Number of 3/4"
plans. The dead-man block shall include reinforcing steels, shackle Tie Rods Required
rods, installation and removal of formwork. —
Blocking shall be commercial concrete (hand mixed concrete 4" .2
6" .2
is not allowed)and poured in place. .
8" .3
SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION. 10".. .....................4
12'...........................................6
7-11.3(15) Joint Restraint Systems (RC) 14'...........................................8
General: 16"...........................................8
Where shown on the plans or in the specifications or required by 18"...........................................8
the engineer, joint restraint system (shackle rods)shall be used. all 20"...........................................10
joint restraint materials used shall be those manufactured by star 24"...........................................14
national products, 1323 holly avenue PO box 258, Columbus Ohio 30'...........................................(16-7/8"rods)
43216 unless an equal alternate is approved in writing by the 36"...........................................(24-7/8"rods)
engineer.
Materials:
Steel types used shall be:
High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is
treated,superstar "SST"series. supplied with slots for "T" bolts instead of holes a flanged valve
High strength low-alloy steel(cor-ten), ASTM A242, superstar with a flange by mechanical joint adapter shall be used instead, so_
"SS"series. as to provide adequate space for locating the tiebolts.
Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained
ASTM A153 for galvanizing iron and steel hardware. no run of restrained pipe shall be greater than 60 feet in length
ASTM A123 for galvanizing rolled, pressed and forged steel between fittings. Insert long body solid sleeves as required on
shapes. 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
7-12 Valves for Water Mains 7-12 Valves for Water Mains
ar Where poly wrapping is required all tiebolts tienuts 7-12 Valves for Water Mains
tiecouplings; tterods and tiewashers shall be galvanized Al!
disturbed sections will be painted to the inspectors satisfaction
with koppers bitomastic no. 300-m or approved equal SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS:
1111 Where poly wrapping is not required all tiebolts tienuts SECTION 7-12.3(l)HAS BEEN REVISED AS FOLLOWS:
tiecouphngs, tterods and tiewashers may be galvanized as specified
in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post (RC)
koppers bitumastic no. 800-m or approved equal Where required, a valve marker post shall be furnished and
Tiebolts, tienuts, tiecouplings tterods and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the
considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with
payment shall be made. 18 inches of the post exposed above grade. The exposed po;:60"
rrr SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: paint in a color. and then She rize of the
7-11.4 Measurement (RC) valive and the dil;92ncv in &V9 and iA bon to 4he 41121- -L-11 I.-
Measurement for payment of concrete thrust blocking and
dead-man blocks will be
per cubic-yard when these items are
inc SECTION 7-12.3(2)IS A NEW SECTION.
luded as separate pay items. 1f not included as separate pay
items in the contract then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade
�R�
1rr shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as
and no further compensation shall be made for manholes, as detailed in Section 7-05.3(l of the Renton
M_easurement for payment for connections to existing water Standards. Valve box adjustments shall include but not be limited
mains will be per each for each connection to existing water to, the locations shown on the Plans
1110 main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to
SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in
accordance with the applicable portions of Section 7-12
�r 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked
with debris, the Contractor shall use whatever means necessary to
_Pipe for Water Main and Fittings_In. Diam.", per
Lineal foot. remove such debris leaving the valve installation in a fully
The unit contract price per linear foot for each size and kind operable condition.
to w of"_Pipe for Water Main_In. Diam." shall be full pay for The valve box shall be set to an elevation tolerance of one-
all work to complete the installation of the water main including fourth inch(I!4")to one-half inch(1/2")below finished grade
but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE
pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING.
.r of polyethylene wrap cleaning by poly-pigs vertical crosses for
insertion and removal of poly-pigs temporary thrust blocks and 7-12.4 Measurement
blow-off assemblies, testing flushing disinfecting the pipeline Adjustment of existing valve boxes to grade shall be measured
shackle rods, abandoning and capping existing water mains,
+�+ per each, if included as a separate pay item in the Contract; if not a
removing miscellaneous pipes removing and salvaging existing separate
hydrant assemblies and other a P Pay item but required to complete the work then value
Y appurtenances to be abandoned as box adjustment shall be considered incidental
shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the
4W yard."Concrete Thrust Blocking and Dead-Man Blocks" per cubic measurement for hydrant assembly and will not be included in this
measurement item.
The unit contract price bid for "Concrete Thrust Blocking and
Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE
11110 materials, equipment for the- installation of the concrete thrust FOLLOWING:
blocks and dead- man blocks in cluding but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve
excavation, dewatering, haul and disposal of unsuitable materials, Box,"per each.
concrete, reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified
item is not included in the contract schedule of prices then thrust size, shall be full pay for all labor equipment and material to
blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main
installation of the pipe and no further compensation shall be made including trenching jointing blocking of valve painting
"Connection to Existing Water Mains" per each disinfecting, hydrostatic testing cast-iron valve box and extensions
The unit contract price per each connection to existing water as required, valve nut extensions adjustment to final grade
mains shall be for complete compensation for all equipment labor, "12 inch Gate Valve and Concrete Vault,*per each
materials required for the connections to the existing water mains 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 jointing blocking of valve by-pass assembly,
cast-iron casting and cover, ladder rung concrete risers as
110 required, adiustment to final grade.
"16 inch and larger Butterfly Valve and Concrete Vault," per
each.
Page-SP-37
Revision Date:May 19, 1997
7-14 Hydrants 7-14 Hydrants
The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and accessories,
butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are `
and material to furnish and install the valve complete in place on outside right-of-way).
the water main including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance
painting disinfecting hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15).
casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE I
to final grade.
FOLLOWING:
"Blow-off assembly,'per each.
The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants
shall be for all labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants
installation of the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new
Detail, latest revision. hydrant). All rubber gaskets shall be replaced with new gaskets of
"Air-Release/Air-Vacuum Valve Assembly," per each_ the type required for a new installation of the same type.
The unit contract price per for air-release/air-vacuum valve
assembly shall be for all labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE
complete the installation of the assembly including but not limited FOLLOWING:
to excavating tapping thg main, laying and jointing the pipe and
fittings and appurtenances backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants C
disinfection meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or
and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced
"Adjust Existing Valve Box to Grade (RC),' per each. with new gaskets of the type required for a new installation of the
The contract bid price for 'Adjust Existing Valve Box to same type.
Grade" above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS:
tools and equipment necessary to satisfactorily complete the work
as defined in the Contract Documents, including all incidental 7-14.5 Payment (RC)
work. if not included as a separate pay item in the Contract, but -
required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for
valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal:
and no futher compensation shall be made. "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 posts
required for the complete installation of the hydrant assembly as
P014 specified. The pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made., 1
the hyd;;ant W the main will he p2id A"
7-14 Hydrants 11
"Resetting Existing Hydrants",per each.
7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing
Hydrant" shall be full pay for all work to reset the existing
SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding (or replacement with a new hydrant),
FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to
the main. The new pipe connecting the hydrant to the main shall be
7-14.3(1) Setting Hydrants(RC) considered incidental and no additional payment shall be made.
After all installation and testing is complete, the exposed Now pipo ;:Cquir-W 40M the m2in to tho hydVant ;*ill be Paid as
portion of the hydrant shall be painted with onotwo field coats. The . Guard posts shown on the plans shall
type and color of paint will be designated by the Engineer. be incidental to the contract.
Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants",per each.
a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing
Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing
specifications C600-93 Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new
Renton standard details. Hydrant and guard posts shall be painted h dram) shackling, blocking, painting, and guard posts and
in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to
the project all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment
specifications and guard posts painted with two coats of shall be made
preservative paint NO. 43-655 safety yellow or approved equal. &pccifiod 41 Soction 7 11 S. Guard posts shown on the plans shall
Fire hydrants shall be of such length as to be suitable for be incidental to the contract.
installation with connections to 6', 8" AND 10' piping in trenches
3 - 112 feet deep unless otherwise specified. The hydrant shall be
designed for a 4-1/2 foot burial where 12" and larger pipe is '
shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron
tee(MJ x FL) 6"gate valve(FL x MJ), 6" DI spool (PE x PE),5- ,
1/4" MVO fire hydrant (MJ connection), 4" x 5" Stonz adapter,
Page-SP-38
Revision Date:May 19, 1997 ,
7-15 Service Connections 7-17 Sanitary Sewers
wr 7-15 Service Connections SECTION 7-17.3(2)9 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS. 7-17.3(2)H Television Inspection (RC)
7-15.3 Construction Details(RC) Once the television inspection has been completed the
contractor shall submit To the Engineer the written reports of the
Pipe materials used to extend or replace existing water service inspection plus the video tapes Said video tapes are to be in color
lines shall be copper. and compatible with the City's viewing and recording systems The
Where instalation is in existing paved streets the service lines City System accepts 1/2" wide high density VHS Tapes The tapes
shall be installed by a trenchless percussion and impact method will be run at standard speed SP(1 5116 I P S) _
(hoe-hogging). If the trenchless percussion and impact method SECTION 747.4 IS REVISED AND SUPPLEMENTED AS
fails, regular open trench methods may be used FOLLOWS.
it
SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement
7-15.5 Payment (RC) The length of sewer pipe will be the number of linear feet of
go completed installation measured along the invert and will include
Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear
the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of
"Service Connection In. Diam.",per each. manhole or to the inside face of catch basins and similar type
Wrr The unit contract price per each for "Service Connection_ structures.
In. Diam." shall be full pay for ail work to install the service The length of testing sewer pipe in conformance with
connection, including but not limited to, excavating or (hoe- Section 7-17.3(2) will be the number of linear feet of completed I
hogging), tapping the main,laying and jointing the pipe and fittings installation actually tested.
er and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill
of the service connection. 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 I
7-17 Sanitary Sewers tickets.
SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS
SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS.
7-17.2 Materials (RC) (SA) 7-17.5 Payment (RC)
Payment will be made in accordance with Section 1-04.1. for
Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal:
Rigid Flexible "Plain Conc. Q&-V-4;Sewer Pipe _ In. Diam.", per linear
ow Concrete ABS Composite foot.
v4i*ified-Clay PVC(Polyvinyl Chloride) "Cl. _ Reinf. Cone. Sewer Pipe _ In. Diam.", per linear
Ductile Iron foot.
Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe In. Diam.", per linear foot.
sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot.
.r. Plain Concrete Storm Sewer Pipe 9-05.7(1) '
Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the
Viu:ifiad C1ay Sewer.Pipe 0 05A kind and size specified shall be full pay for furnishing,hauling, and
1W PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes,
Ductile Iron Sewer Pipe - 9-05.13 tees, special fittings, joint materials, bedding material, and
ADS Composite Sewer Pipe 905 34 adjustment of inverts to manholes for the completion of the
installation to the required lines and grades.
All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot.
thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer
conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment
SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2).
FOLLOWING: If no unit price for "Testing Sewer Pipe" is included it shall be
considered incidental to the pipe items
7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per
(RC) cubic yard.
When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and
shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material"shall be full pay for all work
trap in the first existing manhole downstream of the connection It to remove unsuitable material and replace and compact suitable
shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A.
trap until the new system is placed in service and then to remove it "Bank Run Gravel for Trench Backfill Sewer", per cubic
Any construction debris which enter the existing downstream yard,or Ton.
system, shall be removed by the contractor at his expense and to The unit contract price per cubic yard, or Ton for "Bank Run
the satisfaction of the Engineer. When the first manhole is set it's Gravel for Trench Backfill Sewer"shall be full pay for all work to
outlet shall be plugged until acceptance by the Engineer 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 8-14 Cement Concrete Sidewal
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING 1
FOLLOWING:
Miscellaneous Construction
8-13.5 Payment
"Reset Existing Monument"per each.
8-09 Raised Pavement Markers Resetting an existing monument impacted by construction sha
be incidental unless included as a pay item in the Schedut- c
Prices.
SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS:
8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks
Payment will be made for each of the following bid items that
SECTION 8=14.3(4) IS SUPPLEMENTED BY ADDING 3i
are included in the proposal:
FOLLO
"Raised Pavement Marker Type 1",per eachhundred. WING:
"Raised Pavement Marker Type 2",per eachhunck*J.
"Raised Pavement Marker Type 3- In.", per 8-14 The Curing(RC)
The Contractor shall have readily available suffr t;r
eachhand". protective covering, such as waterproof paper or plastic membrane
"Recessed Pavement Marker", per eachhu;;&W.
u cover the pour of an entire day in the event of rain or `te
The unit contract price per eachhua&4d for "Raised Pavement
Marker Type I", "Raised Pavement Marker Type 2", and "Raised unsuitable weather.
The Contractor shall be responsible for barricaung
Pavement Marker Type 3- In." and "Recessed Pavement
patrolling, or otherwise protecting newly placed -concrete
Marker"shall be full pay for all labor, materials, and equipment
necessary for furnishing and installing the markers in accordance Damaged,-vandalized, or unsightly concrete shall be removes to
with these Specifications including all cost involved with traffic replaced at the expense of the Contractor.
control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING TH1
control is listed in the FOLLOWING.
contract as a separate pay item.
- 8-14.4 Measurement (RC)
8-10 Guide Posts When the contract contains a pay item for "Curb Ramp
Cement Concrete,* the per each measurement shall includ a)
costs for the complete installation per the plans and standard di,A
8-13 Monument Cases including expansion joint material curb and gutter and rampei
sidewalk section. Sawcutting removal and disposal of excaymto
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk:, crt a
FOLLOWS: surfacing base materials and all other work materials--a
equipment required per Section 8-14 shall be included in the pe
8-13.1 Description (RC) each price for "Curb Ramp Cement Concrete" unless any of#'
This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate w
items.
cases and covers, in accordance with the Standard Plans and these
Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp
the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation, et
supplied surveyor. quantities shall be measured with and paid for under the bid i a
for Curb and Gutter and for Cement Concrete Sidewalk. Whet
SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the paymen
FOLLOWS: shall be included in the pay item for "Miscellaneous at '01
Driveway Asphalt Concrete."
8-13.3 Construction Requirements ad
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THI
The monument will be furnished and set by the Engineer or by FOLLOWING:
the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the 8-14.5 Payment(RC)
Contractor shall be responsible for assuring that a registered "Curb Ramp Cement Concrete,"per each.
surveyor references the existing monuments prior to construction. Payment for excavation of material not related to ht
After construction is complete the monuments shall be re- construction of the sidewalk but necessary before the Sidewall ar
established by the surveyor in accordance with RCW58.09.130. be placed, when and if shown in the Plans, will be made u
SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, dtt
FOLLOWING: Contractor shall make all excavations including haul and disp A
regardless of the depth required for constructing the sidewalk t6-IN
8-13.4 Measurement lines and grades shown, and shall include all costs thereof in tht
All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Cone. Side—ill
impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concr<
r
contract unless specifically called out to be paid as a bid item.
Page-SP-40
Revision Date:May 19, 1997
5-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical
No 8_-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench
which prove necessary for the completion of the project
THE STATE AMENDMENT TO SECTION 8=17 IS The minimum width for the trench will be at the option of the
SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will, however, be of sufficient size so
40 that all of the necessary conduit can be installed within the depths
8-17.5_Payment(RC) specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
If no pay item is included for rem
porarey impact attenuators be compacted to 95% of the material's maximum
uw then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. density, per
pay item for "Traffic Control."
8-20 Illumination, Traffic Signal Systems,
SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS:
8-20.3(4) Foundations(RC)
and Electrical
with the
8-20.2 Materials 02.3(14)r-
Where obstructions prevent construction of planned
SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation
FOLLOWING: satisfactory to the Engineer.
rr 8-20.2(1) Equipment List and Drawings(RC) plus 4ho :inch@;bolt&tub_ h.;-I,# --4 A 2bove the
The Contractor shalt submit for approval six sets of shop
drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the
alit this project: foundations for and to the dimensions specified in table I below.
1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed
2. Signal standards with or without pre-approved plans. thereon.
3. Combination Signal and lighting standards All excess materials are to be removed from the foundation
rr 4. Metal Strain Poles. construction site and disposed of at the contractor's expense
_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 Plan& 'Wed in the special
�r The Contractor also shall submit either on the si nal standard concrete the contractor shall block-out around any other
shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the
dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line Concrete foundations
arr
and signal tenon locations for each signal pole to be installed shall be troweled brushed edged and finished in a workmanship-
like manner. Concrete shall be promptly cleaned from the exposed
SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement
ADDING THE FOLLOWING. Foundation shall all be Class 3000 concrete After the specified
low curing period, the contractor may install the applicable device
8-20.3(2) Excavating and Backfilling(RC) thereon.
The contractor shall supply trench within the unit widths and
to the specified depths at the locations indicated on the contract Table I
plans or as directed by the engineer_
up plans
contractor shall have a Dimensions
approved compaction equipment on _Type of device
site before beginning any excavation; compaction shall be
performed at the time of the initial backfilling of the trench unless Street Light Pole 4'Deep x 3' Sq or Dia
directed otherwise by the engineer. Signal Pole up to 40'mast arm 7'Deep x 3' Sq or Dia
r
Trenching for conduit runs shall be done in a neat manner Signal Controller See Detail Sheet
with the trench bottom graded to provide a uniform grade No Street Light Control Cabinet See Detail Sheet
work shall be covered until it has been examined by the engineer Special Base See Detail Sheet
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 All concrete foundations shall be constructed in the manner
of six inches above the conduit. specified below:
Trench within the roadway area shall use select trench backfill 1. Where sidewalk or raised islands are to be constructed as a
mrr which shall consist of 5/8th inch minus crushed surfacing top Part of this project, the top of the foundation shall be made
course or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (See detail
schedule of prices and directed for use by the engineer. The source sheet
and quality of the material shall be subject to approval by the L. Where no sidewalks are to be installed the grade for the top
engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer.(See
with acceptable materials from the excavation subject to the detail sheet)
Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on
necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field
the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by tie Engineer. The
wr
Page-SP-41
Revision Date.May 19, 1.997
ir.
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.
FOLLOWS. All conduit shall be rigid non-metallic unless noted otherwise
in the Plans or Special Provisions.
8-20.30 Conduit (RC) All conduit openings shall be fitted with approved bellends or
Bushings. Wall thickness of conduit shall be consistent within
lesatiens: continuous conduit runs with no mixing of different schedule types
between terminations.
The contractor shall provide and install all conduit and
necessary fittings at the locations noted on the plans. Conduit size
hex. shall be as indicated on the wiring and conduit schedule shown on t!
plans-
5, Conduit to be provided and installed shall be of the type
utilities. 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:
of tho MG ligAcd 10 foot length of galvanized &to"
8-20.3(6) Junction Boxes
The contractor shall provide and install junction boxes of the
type and size at the locations specified in the plans and as per detail
Q. All"ins cxw:nally altarbcd to stnIG444:091, sheets.
The inscription on the covers of all junction boxes shall be as
indicated below:
1. Street lighting only: "Lighting"
2. Signal only: "Signals"
sliba"" 3. Traffic signal and street lighting: "TS-LT"
4. Telemetry only "Telemetry"
Inscriptions on junction boxes performing the same function,
i.e. street lighting traffic signal, or both, shall be consistent
throughout the project. All junction 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 11"
junction box shall be full compensation for furnishing same and for
all costs of labor, material tools and equipment necessary to
provide and install the junction boxes including excavation,
backfilling and compaction all in accordance with plans,
If allowed in the.Plans or if obstructions are encountered in specifications and detail sheets.
jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames.
install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be
conform to the following: installed on compacted sub grade which shall include six inches of
L The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed
deep. The cuts shall be parallel to each other and extend 2-fret-ogre under and around the base of the junction box. Concrete shall be
1 foot beyond the edge of the trench. promptly cleaned from the junction box frame and lid.
2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include
3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top coarse and a
over conduits below the roadbed, and 18 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box
grade in all other areas.. 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 junction box and no further compensation will be
5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for 'crushed_
restored per the Renton Standard Detail. surfacing" and/or for "concrete pad."
'U, 40110AXOd
Page-SP42
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(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the
FOLLOWS: necessary arrangements with the serving utility to complete the
service connections. Electrical energy used prior to completion of
8-20.3(9) Bonding, Grounding (RC) 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 Swa City.
Three types of power service are used as indicated below-
I_ Type I system shall be single phase 120 volt, 2 wine, 60 cycle
A-C.(traffic signal service only)
ingtallasigA Shall
2. Type I1 system shall be single phase 240 volt 2 wire 60 cycle
A.C. (street lighting non contactor, individual controlled
shall he ;;u2ndcd' o; solid, baFu or. in&ulated g;--- --pp-r. wire of photo-cell with no neutral wire)
3_ Type Ill system shall be single phase 120/240 volt, 3 wire 60
cycle A-C. (street lighting contactor/traffic signal grounded
Wing be rixed b-, I` rating of ih-0
neutral service)
The power service point shall be as noted on the plans and
seJuit, shall be verified by the electrical servicing utility.
Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service
conform to all Code requirements. agreement letters and numbers. The markings shall be installed on
Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings
accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint
shall be accomplished only at the service. conforming to federal Specification TT-E-489.
Two gc;:;,iGe g-guAdgghall be" SECTION 8-20.3(ll)IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8-20.3(11) Field Test (RC)
;hG &G-i9c P9414" bus- Thc ggcond ffound rgd &ha Wation of the The signal shall
A_ll street light standards signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on
which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends,
copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays,or the day preceding a holiday.
complete with a #8 AWG bare copper bonding strap located in the
11 proge'At for-the Ghanga
nearest junction box. All signal controller cabinets and 1_ Requests for traffic signal turn on will not be considered until a
signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place.
diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the
In the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on
In accordance with the plans specifications and applicable codes date.
Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on shall not be considered until
are to be included with the system or conductors Ground straps electrical service to the intersection has been provided and has
are also miscellaneous items unless a separate pay item is provided been energized by the electric utility.
In the "Schedule of prices." 4._ A minimum of three (3) working days notice will be required
for signal turn on.
SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5_ Channelization at the intersection must be complete per plan
FOLLOWS: before requesting signal turn on date. Any deletions of
channelization prior to turn on must be approved by the
8-20.3(10) Service(RC) engineer.
Power sources shown in the Plans are approximate only;exact 6. City forces shall provide post and maintain proper signing
location will be determined in the field. warning of new signal ahead.
8-20.3(13) Illumination Systems
" SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
a;sgmbly.. 8-20.3(13)A Light Standards (RC) (SA)
Th° h &h all be t d 1 lb - 1 it
Page-SP-43
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
OWR-Gtions ;;h ig-a-M-i-A-ate al-a-height at or. below the All poles and davit arms shall be designed to support a
OC-260A Oftho top of the bottom slip Plate luminaire weight of 50 lbs. or more and to withstand pressures {
nn h shalt ► -AA S1410 bn irn (ASTM n caused by wind loads of 85 m.p_h. with gust factor of 1.3. [
All poles shall maintain a minimum safety factor of 4.38 p.s.i.
on yield strength of weight load and 2.33 p.s.i. for basic wind
3. Anchor bolts shall extend through the top heavy hex nut two pressure.
full threads. Davit Arms:
The davit style arm shall incorporate a 5'9' radius bend
Qr A SU4- n nnn r. It •th t ds., :b @:Id ThO 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 luminaire 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:
the A one piece anchor base of adequate strength, shape and
6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base
shall not be repaired by bending or welding.The Contractor's shall be capable of resisting at its yield point the bending moment
repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four
approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall
include removing the damaged portion of the anchor bolt, be provided with each pole.
cutting threads on the undamaged portion to remain, the Anchor Bolts.:
installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and
repairing the foundation with epoxy concrete repair. two washers shall be furnished with the pole. Anchor bolts shall
7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The
bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending
R. Ancho; be installed plumb, t 1 degree. 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 meet these specifications.
Miscellaneous Hardware:
All hardware (bolts nuts screws washers, etc.) needed
to complete the installation shall be stainless steel.
I.D. (Identification for poles): I
The contractor shall supply and install a combination of
foundation 4-digits and one letter on each pole whether individual luminaire
3 Couplings Rhall be inst2llad to *isbia la inch 4Q 312 inch of or signal pole with luminair. The letter and numbers combination
shall be mounted at the 15 foot level on the pole facing approaching
4- Tbc pole &hall be wt aAd plumbed; and wa&ham, nuts, and traffic Legends shall be sealed with transparent film, resistant to
dust weather and ultraviolet exposure. The decal markers shall be
3 inch square with gothic gold white reflectorized 2 inch legend on
St2 gam, a black background The I D number will be assigned to each
All now light EumdaWs shall have an apprOV@d mWal tag pole at the end of the contract or project by the City traffic
engineering office.
Cost for the decals shall be considered incidental to the
contract bid.
Light standards shall be spun aluminum davit style and shall
meet the pole detail requirements indicated below and the detail
All new light standards shall be numbered for identification in sheets at the end of these specifications.
accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand_
installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts.
Specification TT-E-489. The pole shall be adjusted for plumb after all needed
In setting timber poles, the Contractor shall provide a equipment has been installed thereon After pole is installed and
minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using proper sized
and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers pipe wrenches,
The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted.
on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the
provided in the hand hole frame or inside the hand hole frame or nuts the space between the concrete foundation and the bottom of
inside the pole shaft to attach a ground bonding strap. the pole base plate Shall be filled with a dry pack mortar grout and
Page-SP-44
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION:
base plate. 8-20.3(14)F Opticom Priority Control Systems(RC)
Dry pack mortar grout shall consist of a 1.3 mixture of
portland cement and fine sand with just enough water so that the All new Opticom Priority System components shall be 500
mixture will stick together on being molded into a ball by hand Series, or approved equal. The Contractor shall supply one copy
and will not exude moisture when so of the manufacturer's software on original disks Controller
pressed p one half inch cabinets shall have the 562 harness wired into the cabinet b the
dram hole shall be left in the bottom of the grout pad as shown on
the standard detail. supplier.
SECTION 8-20.3(I4) IS SUPPLEMENTED BE ADDING THE SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING:
8-20.3(15) Grout (RC)
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete
All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with
600 volt insulation and be of the sizes noted on the plans All a dry pack mortar grout trowled to a smooth finish conforming to
multi-conductors used for the signal system shall conform to the contour of the pole base plate Dry pack mortar grout shall
" division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just
schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being
terminal block shall have an open end crimp style soderless molded into a ball by hand and will not exude moisture when so
terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of
block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail
terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
of the correct type of connector and crimping with pliers wire FOLLOWS:
cutters, etc., will not be allowed. All wiring inside the controller
cabinet shall be trimmed and cabled together to make a neat clean 8-20.4 Measurement (RC)
appearing installation. No splicing of any traffic signal conductor
shall be permitted unless otherwise indicated on the plans All When shown as lump sum in the Plans or in the proposal as
conductor runs shall be attached to a illumination system _, traffic signal i stem
appropriate signal terminal or. traffic boards with pressure type binding posts. The only exceptions shall _ no specific unit of measurement
be the splices for detector loops at the nearest junction box to the will apply,but measurement will be for the sum total of all items
loos for a complete system to be furnished and installed.
—� Conduit of the kind and diameter specified in the Schedule of
SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line
FOLLOWING (RC) length in place, unless the conduit is included in an illumination
system, signal system, or other type of electrical system lump sum
8-20.3(14)C Induction Loop Vehicle Detectors(RC) bid item.
11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in
compression type connectors. Section 8-20.5 or as described in the contract schedule of prices
SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions.
FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS
8-20.3(14)D Test for-Induction Loops and Lead-in FOLLOWS.
Cable(RC) 8-20.5 Payment (RC)
The Contractor shall keep records of field testing and shall
furnish the engineer with a copy of the results Payment will be made for each of the following bid items that
are included in the proposal:
SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System ", lump sum.
AS FOLLOWS: "Traffic Signal D yysem _", lump
8-20.3(14)E Signal Standards (RC) sum."T-4:affig Signal Conty-01 sygtom—2, lump GUM
3_ Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System
cable shall be installed in any signal standard supporting a and "Traffic Signal yytem _", aim
in sho l2laar, f04:luminaire.
"Tfaff6 Signal_Cerr4e1_Sy;s9m -, shall be full pay for furnishing
all labor, materials, tools, and equipment necessary for the
construction of the complete electrical system, modifying existing
14. The signal standard and its fabrication shall conform with systems, or both, as shown in the Plans and herein specified
all current Washington State Department of Transportation Signal including excavation, backfilling, concrete foundations, conduit,
Standard Specifications and current wiring, restoring facilities destroyed or damaged during
pre-approved plans by construction, salvaging existing materials, and for making all
WSDOT. g g g g
15. Installation of all nuts and bolts shall be performed with required tests. All additional materials and labor, not shown in the
proper sized sockets open end or box wrenches Use of plans or called for herein and which are required to complete the
pipe
wrenches or other tools which can damage the alvanization of the electrical system,shall be included in the lump sum contract price-
nuts nuts and bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve
adequate torquing of the nut(s).
Page-SP-45
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
the pipe in AG;C;O;:daAG@ with iho above P;Q* icluding all 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
rip ces.
� "........Signal head......," per each.
All costs for installing conduit containing both signat and ........Signal head mounting hardware,"per lump sum.
illumination wiring shall be included in the contract prices for the The lump sum price for (16)*.-..Signal head mounting
signal system. hardware" shall be full compensation for supplying and installing
All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in
illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets.
prices for the signal system. "Pole mounted terminal box,..."x..."x...", and mounting
The unit prices for the items listed below shall be full hardware," per each.
compensation for furnishing and installing each item and for all "2/c shld loop return cable," per linear foot.
labor, materials tools equipment and testing necessary and/or "3/C shld pre-emption cable,"per linear foot. f
incidental for the full and complete installation as per the contract ...-pair shld interconnect cable," per linear foot. I
plans detail sheets and these specifications. "Traffic signal controller and cabinet," per each.
"Trench and Backfrll ........ wide by........." deep, " per The unit contract price for "Traffic Signal Controller and
linear foot. Cabinet" shall be full compensation for furnishing and installing a
The unit contract price for (3) "Trench and Backfrll" per fully equipped,wired and operational controller and cabinet.
linear foot shall be full compensation for excavating, loading, "Traffic signal wire,"per lump sum.
hauling and otherwise disposing of the waste materials, for "Signal standard, Type...,with ...-foot mast arm,"per each.
backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot.
and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop
as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth
accordance with the plans specifications and detail sheets. sawcut required for installation. The unit price shall be full
"Select Trench Backfill " per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire,
shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required
unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans,
and installing the material and loading hauling and disposing of specifications and detail sheets. The unit price shall also include
waste materials. providing and installing conduit stub-outs and soldered splices,
"........Foundation, ......... per each.* splices to loop return cables unless separate pay items are included
"Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting
*The unit per each price for(5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not
Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for Sawcutting.
per the plans specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28
each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as
unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of Sawcutting required by means of
"Concrete Pad." proper locating of loop return "Stub-out" by direct routing of
"Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires in a
Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be
yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes plam.
the area of the junction box or foundation enclosed and shall be full ".......Splice kit,"per each.
compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each.
specifications and detail sheets. "Opticom discriminator card," per ea_c_h_ .
" Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier," per each.
" ." Schedule 80 conduit,P.V.C., " per linear foot.* "Street light fuse kit," per each.
* The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each.
couplings adapters elbows bends reducers, bell ends, bushings "Pedestrian push button post," per each.
and any other material labor or equipment necessary to complete "Pedestrian signal pole Type I 10-feet," per each.
the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole,* per each.
from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be
grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing
measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing exrstmg
depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its
conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools materials,
of the conduit within the trench line. equipment and any other costs necessary and/or incidental to
"Street Light Standard .......I" per each. complete the installation and make the electrical equipment
........watt...Luminaire and lamp," per each. operational all in accordance with the plans specifications and
wait...Luminaire and lamp with photocell," per each. detail sheets.
.......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each.
"Service cabinet, " per each.
Page-SP-46
Revision Date:May 19, 1997
8-22 Pavement Marking 8-22 Pavement Marking
The unit per each price for "Remove existing foundation" Traffic L on"I a end
shall be full compensation for full and complete removal and A WHITE marking co4o ;iag to;ho
hauling and disposal of the foundation
prepea tieuusing alphabetical letters.,
8-22 Pavement Marking
SECTION 8-22.1 IS REVISED AS FOLLOWS: lugl-S contract plans and detail sheets
8-22.1 Description(RCS SECTION 8-22.3(5)IS REVISED AS FOLLOWS.
Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RQ
A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error
or "skip"pattern shall be based on a-4S-feet 24-foot unit consisting within a-44-feet 24-foot length of skip stripe shall not exceed plus
of a-10 feet 9-foot line and a 3 feat: 15-foot gap. Skip center or minus 1 inch.
stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(17 IS REVISED AS FOLLOWS-
two way highways.
Double Yellow Center Stripe 8-22.30 Installation Instructions (RQ
Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided
separated by a 4-inch ^r�„-�space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-aka
and for channelization.
Core iApproach Stripe initial masy;ial
A SOLID WHITE line, 8 inches wide, used-at-freeway
to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECT70N:
from through lanes, for traffic islands, and for hash marks. Hash
mark stripes shall be placed on 45 degree angle and 10 20-feet 8-22.30 Removal of Traffic Markers(RC)
apart. — The work to remove all old or conflicting stripes lines
Lane Stripe buttons, or markers as required to complete the channelization of
A BROKEN WHITE line, 4 inches wide, used to the project as shown on the plans or detail sheets shall be
delineate adjacent lanes travelling in the same direction. Ilse considered incidental to other contract pay items and no further
broken or "skip" pattern shall be based on a-40-feet24-foot unit compensation shall be made unless a separate pay item or items are
consisting of a 10 feet 9-foot line and a-3044ot 15-foot gap. provided for such removal.
Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS
A BROKEN WHITE line, 8 inches wide, used to FOLLOWS.
delineate a lane that ends at an oU �mr The broken or "skip"
pattern shall be based on a 244-5-foot unit consisting of a 93-foot 8-22.4 Measurement (RQ (SA)
line and a 1542-foot gap. The measurement will be based on the travel dared
of a marking system capable...
CereApproach stripe, barrier stripe, crosswalk stripe, and
prohibitod in both stop bar will be measured by the linear foot of each marking type.
Traffic arrows will be measured by the unit with each arrow
41min head defined as a unit.
T...^ 13-ROK N YELLOW OW 1i caG14-4 h •d- Traffic ]ette"legends, handicapped parking stall symbols,
sgpar-atod by a 4 inch &p--- or. "skip" pattern $;ball be preferential lane symbols, railroad crossing symbols, drainage
markings, and cycle detector symbols will be measured by the unit.
gaf)- Measurement for paint/plastic stripe line removed shall be by
Two Way Left Turn Stripe the linear foot of °...." wide line or shall be included in the lump
A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified
BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay
space. The broken or "skip"pattern shall be based on a 40 foot 24- item, then removal of existing traffic markings shall be considered t
foot unit consisting of a-10-foot 9-foot line and a-3 foot 15-foot incidental to the payment for other items of work and no further tl
space_ The solid line shall be installed to the right of the broken compensation shall be made.
line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS
Crosswalk Stripe FOLLOWS.
A SOLID WHITE line,-12 8 inches wide and 10-feet
lam, installed parallel to another crosswalk stripes 8-22.5 Payment (RC)
and
parallel to the direction of traffic flow and centered in pairs on lane "Painted GQ4eApproach Stripe",per linear foot.
lines and the center of lanes. See detail sheet..
Stop Bar "Painted Traffic fLegend",per each.
A SOLID WHITE line,--I$ 12, 18 or 24 inches wide "Plastic Traffic Lgitc-FLegend", per each.
unlogs as noted on the Contract plans_ "Remove Paint Line ...... wide," per linear foot.*
Page-SP47
Revision Date.May 19, -1997
8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markin
"Remove Plastic Line .......wide," per linear foot.; 8-23 Temporary Pavement Markings
"Remove existing traffic markings, 'per lump sum.*
*The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH 7W
"Remove Plastic Line' and the lump sum contract price for FOLLOWING:
"Remove existing traffic markings" shall be full compensation for
removal of existing traffic markings as per the plans, specifications 8-23.5 Payment(RC)
and detail sheets If these pay items do not appear in the contract
schedule of prices then the removal of old or conflicting traffi c 1f no pay item is included in the contract for installation� ft
markings required to complete the channelization of the project as removal of temporary pavement markings then all costs assa tc
shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in`d
other items in the contract and no further compensation shall be contract or included under "Traffic Control,* if that item_
made included as a bid item.
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.
Page-SP-48
t
Revision Date:May 19, 1997
9-00 Definitions and Tests
9-02 Bituminous Material!:
Division 9 material for payment may be produced for use on a project until the'
Job mix formula has been approved by the engineer The mixture
Materials shall be designed to meet the test criteria listed in Section 9-03.8(2)-
and remain within the limits set forth m 9-03.8 The
determination of the job mix formula shall be the responsibility of
9-00 Definitions and Tests the Contractor.
The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single
FOLLOWING: job mix formula established for the class of asphalt concrete
9-00(A) Recycled Materials (RC) specified unless there is a need to make an adjustment toin the
JMF.
The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to
practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations
applicable requirements described elsewhere in the contract and shall include as a minimum:
sp�cifications. Should recycled materials be utilized the City a. Percent passing each sieve size
requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement
the Contractor. c. Asphalt grade.
d. Mixing temperature.
9-02 Bituminous Materials e. Compaction temperature_
f. Anti-strip agent content
9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without
SECTION 9-02.1(10)IS A NEW SECTION. prior written approval of the Engineer.. Should a change in source s
of materials be_made, a new JMF must be approved by the
9-02.1(10) Loop Sealant (RCS Engineer before the new material is used
Unless specified otherwise in the contract or permitted by the
Engineer upon request from the contractor, loop sealant shall be bcon ostahlighad
hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant
or approved equal) shall meet the penetration flow and resilience 2110E-ago grada4ion of the compk4ad--afLak
specifications of ASTM D3407 and shall be installed with an
approved applicator in conformance with manufacturer's P1:qPQ1;al5 A& required S@Gtioa 043 8(6) and the
recommendations.
The contractor shall request and obtain approval from the now JMP,
Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_;iad-Adjtistuiew.&.
detector loops and shall submit manufacturer cutsheets or other a. knGe. After the JMF is
data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of
determine the acceptability of the sealant All loop sealant shall acceptance shall conform to the following tolerances: i
only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits
applied in conformance with the methods required as to The tolerance limit for each
temperature and means of application such as to completely fill the mix constituent shall not
sawcut area, encapsulate the loop wires and adhere to the exceed the broad band
pavement. specification limits specified
in Section 9-03.8(6).
9-03 Aggregates Aggregate passing 1", Broad band specification
314 5/8", 1/2" and limits Section 9-03.8(6).
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS. 3/8" sieves
9-03.8(6)A Basis of Acceptance(RC) Aggregate passing 1/4" sieve ± 6%
I. Asphalt Concrete will be accepted based on its Aggregate passing No. 10 sieve f 5%
conformance to the project job mix formula (JMF). For the Aggregate passing No. 0 sieve ± 4%
2
Aggregate passing No. 200 sieve f2% Notet
Asphalt cement ±0.5%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.
and :16phalt Fetention fa
These tolerance limits constitute the allowable limits used in
Section 5-04.3(8)A to determine acceptance
96.2(1).
No
Page-SP-49
Revision Date:May 19, 1997
9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits
SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE
FOLLOWING:
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Joint assembly design shall be reinforced concrete bell and
9 Adjur,4mcms spigot type incorporating a fully retained single rubber gasket in
accordance with ASTM C361 or AWWA C302. Rubber gasket
material shall be neoprene.
;M 41 pw:row fQr. tho aee;:@g;1tC retained on the No. 10 SECTION 9-05.7(4) IS SUPPLEMENTED BY THE
FOLLOWING:
200 ria*@- There fiold adju;smentg to the IMF may be made by the 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints
(RC)
Hydrostatic testing of rubber gasket joints shall be performed
in accordance with ASTM C361 or AWWA C302 except test
pressure shall be 5 psi.
SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS
s{eciftsatiews, FOLLOWS.
approve the cgiur-acto;,& request Co GhRoge asphalt GoAtOPA—a 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
im of 0 3 per-cont Uom the AppF@;,@d AW No fiold S:061 gpi;al 4b sto;m s@3A,@; p-pe shall moo! the ;cqmimmenw,
!be Spec;if-;casion&.
The manufacturer of spiral rib storm sewer pipe shall furnish
9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating
that the materials furnished comply in all respects with these
SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State. '
9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall
be furnished with pipe ends cut perpendicular to the longitudinal
Butyl rubber shall conform to ASTM D2000,M1 BG 610. 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
9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib.
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 3- 3.0-inch wide by = inch doop as !'7 incher center. 4o
AASHTO M 36, Type I and Type II. Welded seam aluminum ;-
coated (aluminized) ,corrugated steel pipe and pipe arch with thas Gan be `
metallized coating applied inside and out following welding is
acceptable and shall be asphalt treatment coated.
SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE to the requicementr of S@4;9;ons SA(3)and 9 05 444-)�
FOLLO.WNG. Steel spiral rib storm sewer pipe shall be manufactured of
9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and
(RC) and in conformance with Section 9-05.4. The size, coating,
and metal shall be as shown in the Plans or in the Specifications.
Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe helical ribs shall project
requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a
in the manufacture of reinforced concrete pipe shall be Type H in single thickness of material The ribs shall be essentially
conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 314 inch plus two times the wall thickness
otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a
SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical
FOLLOWING. distance from the outside of pipe wall immediately adjacent to the
)ockseam or stiffener to the top surface of rib). The maximum
9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center measured
All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the
(D-load) test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch
test of rubber gasket joints in accordance with ASTM C361 o_r and a maximum of 0.17 inch. If the sheet between adjacent ribs
AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included midway
Page-SP-50
Revision Date:May 19, 1997
9-06 Structural Steel and Related Materials 9-08 Paints
aw between ribs,having a nominal radius of 0.25 inch and a minimum 118 inch wide (measured outside to outside) and a minimum-
height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing; of ribs shall be 4.80 inches center to center (measured
fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the
bands. metal at the corners of the ribs shall be 0.0625 inch with an
'rn When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent.
be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe helical ribs shall
spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated
05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch +
For narrow pitch spiral rib sewer pipe the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95
project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the
from a single thickness of material. The ribs shall be .375 in — outside of pipe wall to top surface of the rib). The maximum
1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured
.4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the
shall be 4.80 inches center to center (measured normal to the metal at the comers of the ribs shall be 0.0625 inch with an
direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent.
lr corers of the ribs shall be 0.0625 inch with an allowable tolerance
of-10 percent. 9-06 Structural Steel and Related Materials
SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION:
w
9-05.12(3) CPEP Sewer Pipe(RC) 9-06.5 Bolts
CPEP - Smooth interior pipe and fittings shall be SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING:
manufactured from high density. polyethylene resin which shall
meet or exceed the requirements of Type 111 Category 4 or 5 9-06.5(4)- Anchor Bolts(RC)
Grade P33 or P34, Class C per ASTM D1248. In addition the All anchor bolts nuts washers and anchor plates for signal
pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall
AASHTO M294. meet the recommended specifications of the
pole manufacturer.
trr The Contractor shall be responsible for providing to the Engineer
SECTION 9-05.14 IS DELETED: any and all data concerning fabrication strength test results mill
SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor
FOLLOWS: bolts meet those specifications.
The following standard specifications shall apply to anchor
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the
(RC) Contractor can submit documentation from the manufacturer
tAr Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are
be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon:
axis of the pipe.Pipe ends shall be cut evenly. Spiral rib pipe shall I. The standard anchor bolt for aluminum street light poles
be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of
ag sket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall
Spiral rib &to hall h2;,@ helkal ;ibs that projOG4 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
Gonf"M to one of she fQ1104ving on the top end.
l e A_SHTO A4 lox co,-.;,,..7 1 2. The anchor bolts for signal poles and strain poles shall
0375 inch -� 118 in(;h wide by 0 4375 inGh (minimum). meet the specifications as designated on the approved
deep a;4 90 inOws contev to rower.- manufacturer's pole plans and/or supplemental plans or
3 314 inch !L--Us-inch wide by 0 95 inch (Mii;imum) dcop specifications provided by the manufacturer.
Q949"to All anchor bolts, nuts and washers shall meet the pole
4 3.4 inch wide by 5.19 inGh deep at » ipchar Ge;jter- sg manufacturer's specifications and shall be hot dipped galvanized
cantor. unless such galvanization is not permitted for the type of steel as
pipe shall be fab;ir.246d v4sh OR& that can be amctively per Section 9-06.5(4).
J04"Ied with GoupliAg bands 9-08 Paints
SECTION 9-08.8 IS A NEW SECTION:
9-08.8 Manhole Coating System Products(RC)
For spiral rib storm sewer.-pipe helical ribs shall project
outwardly from the smooth pipe wall and shall be fabricated from a
single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification(RC)
inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for
Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces
with coupling bands. of sanitary sewer manholes when required.
For narrow pitch spiral rib storm sewer pipe helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material- The ribs shall be 0.375 inch +
Page-SP-51
Revision Date:May 19, 1997
9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Eiectri
Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTS Al
FOLLOWS:
General
1.. Buried Manhole 9-29.3 Conductors, Cable (RC)
Surface Color Paint System Each wire shall be numbered at each terminal end tth
wrap-around type numbering strip bearing the circuit numb
a. Buried, and W__hite_ _ C-1 shown on the plans_
exposed No splicing of any traffic signal conductor shall be peritt,
concrete unless otherwise indicated on the plans. All conductor run
surfaces. be pulled to the appropriate signal terminal compartment boa
with pressure type binding posts. The only exceptions shall d
9-08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loc
A. High Solids Urethane The contractor shall provide and install all the necessa
wiring, fuses and fittings so as to complete the installation of d
Coating System: C1 signal and lighting equipment as shown on the plans. All ma is
Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, N
Surfaces: Concrete comply with applicable sections of the National Electrical Code.
(S
Surface Preparation: accordance with SSPC SP-7 8. Detector loop wire shall be No. 1244 AWG st
(Sweep el brush off blast) copper wire, Class B, with chemically cross-linked polyet radt
Application: Shop/Field The drying time type RHH-RHW insulation of code thickness.
between coats shall not exceed (11) &x-pa"t:ommunications cable( -sha)l meet RE
6.0 mils d any case specification PE-39 and shall have si�pait~-No. 19 AWG --in
System Thickness: Primer:mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The Alk
Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the ins t
MC-Conceal high solids the cable.
urethane 2( 0 DFT)Finish: The shielded communications/signal interconnect cable hs
Two or more coats of Wasser meet the following:
MC-Conseal (min.4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, sid 1
awg.
9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylet <
Admixtures polypropylene, with telephone industry color coding.
3. Cable core assembly: insulated conductors are twiste
SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross tal
and meet strict capacitance limits.
9-23.9 Fly Ash(RC) 4. Shielding: A corrosion/oxidation resistant tinted ether,..er.
Fly ash shall not be used around water lines. copolymer coated (both sides) _008" thick corrugated aluminut
tape shield is applied longitudinally with shielding coverage _
9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable
5. Outer jacket: A black, low density high molecular wgl
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunligh
FOLLOWING. temperature variations and other environmental conditions Flo
abuse during installation) is extruded overall to provi _
9-29.1 Conduit_(RC) continuous covering.
The conduit P.V.C- - non-metallic shall be of the two types 6. Footage markings: footage markings must be printe
indicated below: sequentially a minimum of 2' along the outer jacket.
1. Schedule 80 Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is flc le
ASTM,Standards, to be used in all installations under roadways. with petroleum-polyethylene gel filling compound including'th
2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield.
Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING 9i
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 9-29.9 Ballast, Transformers (RC)
9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and ten ❑a
Junction boxes shall be reinforced concrete with galvanized board.
steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING —'h
(Diamond pattern) as indicated on detail sheets. FOLLOWING:
The inscriptions on the covers of the junction boxes shall be as
follows: 9-29.10 Luminaires (RC)
1. Signal only: "Signals" The filter shall be charcoal with elast-omer gasket.
2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing f the
3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor.
The above inscriptions shall not be higher than the top surface
of the cover plates.
Page-SP-52
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 111umination,Signals,Electrical
w The manufacturer's name or symbol shall be clearly marked re-energize without change.
on each lummatre_
9-29.11 Control Equipment
5- Conflict Monitor. Upon sensing conflicting signals or
SECTION 9-29.11(2)IS DELETED AND REPLACED WITH unsatisfactory operation voltages, the conflict monitor shall
9-29.11(2) Photoelectric Controls (RC) immediately cause the signal to revert to flash; however, the
controller shall stop time at the point of conflict. After the conflict
#W Photoelectric controls shall be a plug-in device rated to monitor has been reset, the controller shall immediately take
operate on 120 volts 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery
sensitive element connected to necessary control relays The unit gW" eIY tow
shall be so designed that a failure of any electronic component will 6- Flash unit shall be a two circuit type capable of
go energize the lighting circuit.
switching loads up to 1000 watts per circuit alternately at a rate of
The photo cell shall be a solid state device with stable tutu-on 60 flashes per minute per circuit plus or minus two flashes per
values to the temperature range of-55 degrees C to +70 degrees minute.
WO C. The photo cell shall be mounted externally on top of the
lummaire. In a contactor controlled system the photo cell to SECTION 9-29.13(3)IS REVISED AND SUPPLEMENTED AS
control the system shall be mounted on the luminaire nearest to the FOLLOWS:
service/contactor cabinet. The photo cell shall be capable of
„„ switching "ON" 1,000 watts of incandescent load as a minimum 9-29.13(3) Emergency Pre-emption (RC)
Immediately after a valid call has been received, the
SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required
FOLLOWING: clearance intervals and subsequent pre-emption intervals.
an 9-29.13 Traffic Signal Controllers (RC) Pre-emption shall sequence as noted in the contract. Pre-emption
equipment shall be installed so that internal wiring of the
The unit shalt operate on 120 volt 60 cycle single phase controller, as normally furnished by the manufacturer, is not
alternating current and shall use the power line frequency as a time altered.
or base. The traffic signal controller shall meet the requirements of
the National Electrical Manufacturers Association (NEMA)
Standard Publications.
Components such as resistors capacitors diodes and Emergency vehicle pre-emption shall be furnished as modules
"'a' transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator
standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible
mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City
aw soldering. All components shall be standard"Off the shelf"items of Renton is currently using and shall be capable of being activated
The traffic signal controller shall be capable of interfacing by the same transmitters.
with the Multisonic real time master computer. The controller The optical signal discriminator system shall enable an
shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a
,,,,,,, master computer) and standby operation The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed
establish the sequence of signal phases including overlaps in "line of sight" path. The system shall cause the traffic signals
conformance with the signal phasing diagram on the plans When controller to move into an appropriate fire pre-emption program
operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software for
.r with volume density on each phase as required All clearance field programmability. It shall consist of the following
timing and pedestrian timing shall be accomplished at the local components:
intersection. a. Optical energy detectors which shall be mounted on the
SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy
FOLLOWS. emitter's signal.
b. Discriminators which shall cause the signal controller to
9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle
2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence
located behind the police panel door is turned to the flash position, diagram,
the signals shall immediately revert to flash; however, the c. Pre-emption Indicator Lights.
controller shall "STOP TIME." When the switch is placed on Optical Detector
automatic, the signals shall continue to flash for an additional a. Shall be of solid state construction.
8 second flash period. At the completion of the continued 8 second b. Fittings shall meet the specifications of the system
flash period, unless otherwise specified, the controller shall manufacturer to facilitate ease of installation.
immediately resume normal cyclic operations at the beginning of c. Shall operate over an ambient temperature range of-40°F
artery grams S ow. to +I80°F -40°C to +8508
4. Power Interruption. On "NEMA" controllers any power d. Shall have internal circuitry encapsulated in a semi-
interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture
shall re-energize consistent with No.2 above to ensure an 8 second e. Shall respond to the optical energy impulses generated by
flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro
of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, a rise time less than one
resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than
rr+ thirty microseconds.
Page-SP-53
Revision Date:May 19, 1997
r
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,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 and pcdcs;rkm call that caA be vicwed M,;;14
optically isolated output.
When a pre-emption detector detects an emergency vehicle, indicatiom for. timing iWoptal& ia both riAgs tha; can be viewed
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. aswatiel•.
When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully-
not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance
are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards.
received channel called. Switches shall control system power and The controller shall provide for setting each timing interval by
simulate detector calls for each phase, means of positively calibrated settings. The timing functions shall
be on the front of the controller unit or shall have keyboard entry
SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic
FOLLOWING: - signal controller shall include all circuitry required to provide all
timing and all functions for signal operation in a fully-actuated
9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening
The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when
side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be
of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of
and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not
SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow.
FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.13(6) Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test
A Cornell-Dubiler radio interference filter NF 10801-1 30
amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic
Additionally, all power supplies shall have noise immunity from Controllers (RC)
other devices within the cabinet. The traffic signal controller assemblies, including the traffic
signal controller, auxiliary control equipment and cabinet shall he
SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check-
FOLLOWS: out of all timing circuits phasing and signal operation shall be at
the City of Renton Signal Shop Renton Washington. The Signal
9-29.13(7) Traffic-Actuated Controllers(RC) Shop will make space available to the contractor for the required
Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and
when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete
1 both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components
more intersections. satisfactorily functioning shall start the test period. -Any
All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are
supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a
The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the
permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The
NEMA -specifications. demonstration by the contractor to the Engineer of all components
rhAl coii4)Fm to P113MA publication IV:79 16 as functioning properly shall not relieve the contractor of
responsibility relative to the proper functioning of all aforestate_d
Actuated traffic signal controllers shall be 8-phase control control gear when field installed.
units. Volume-density timing features shall be provided on all
SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED
controllers.
PiA of Connecting plug shall he wilizod ag AS FOLLOWS.
9-29.13(7)B Auxiliary Equipment for Traffic Actuated
Controllers (RC)
f]l.+ .,rc .,1,. rn vil' nMQA
13-1aslors, _
g. police 1 swischer, r 1 r
Page-SP-54
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Power Switches Computer Interface Unit
There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate
shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case The
4W off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control
controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector
maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command
or load switching devices. information from the computer all in conformance and within the
capability of the multisonic master computer unit and the
Stop Time Bypass Switch interconnect cables.
There shall be a switch in the cabinet identified as the stop SECTION 9-29.I3(7)D IS REVISED AND SUPPLEMENTED
time bypass switch. If the intersection is placed on flashing AS FOLLOWS:
gyration either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RC,
controller shall immediately stop time The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness
go switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness cku
normal cycling operation while the intersection remains in flashing anodize)-sheet aluminum, or cast aluminum. Cabinets shall be
operation. finished inside with an approved finish coat of exterior white
enamel and outside with an approved enamel finish light gray or
DETECTOR test switch aluminum in color. As an alternate to painting the outside and
inside of the aluminum cabinets may be clear anodized aluminum.
Each vehicle and pedestrian phase shall have a momentary 5. The-cabinet door shall be provided with:
(spring return) detector test switch. When depressed the switch a. A spring loaded construction core lock capable of
wr shall place a call on its respective signal phase accepting a Best CX series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
The convenience outlet and lamp socket shall have a three point latch.
ow b. A police panel door with a stainless steel hinge pin and
A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 13/4 inch long
and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet.
cabinet. A door switch for the lamp shall be provided THIS Inside the police panel there shall be a signal on-off
circuit shall be protected by a circuit breaker rated at 20 amps switch which shall prohibit any signal display in the field but will
allow the control equipment to operate when placed in the "off
Fail Safe Unit position. A second switch shall be the auto-flash switch When
placed in the "flash" position controller power shall remain on and
ow shall safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the
shall monitor both the positive and negative portions of the A C auxiliary panel described later.
sine wave for Al green amber and pedestrian walk indications C. R041; Main door. al4d police page! door. rhall h2*9 one
The duration of a display of conflicting indications shall not be long - Cabinet doors shall be gasketed
No enough to be visible to motorists or pedestrians before the monitor with one piece, close cell neoprene. They shall be equipped with
initiates flashing operation. There shall be a visual indication that some type of stops so the door maybe held open in either of two-
the monitor has preempted normal operation positions at approximately 90 degrees and 180 degrees and be of
The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind..
.r manufactured by Eberle Design Inc. or approved equal d. A two position door stop assembly.
e. The Controller cabinet shall have a load bay panel with at
Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer
relays; load switches; and terminal blocks for termination of all
The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall
shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications).
damage the controller or any of its components This load bay panel shall be mounted so that when the screws
are removed, it will be possible to obtain full access to the
Field Wiring Terming! terminations on the back of the load bay panel
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 plans If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE
numbering system is used for the cabinet wiring then both FOLLOWING:
L numbers shall label each terminal and the cabinet wiring schematic
drawing shall include the field wiring numbers where the terminal 9-29.16 Vehicular Signal Heads (RC)
strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless
terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head
provided. housings shall consist of separate sections and be expandable type
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
r
9-29 illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical -
Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RC)
All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of
border. Signal heads,_including outside of visors and back of back back plates, shall be finished with two coats of factory applied
plates shall be finished with two coats of factory-applied traffic traffic signal gFeen- ely low baked enamel. The inside of visors,
signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of
back plates shall be finished with two coats of factory-applied flat flat black enamel.
black enamel. t
SECTION 9-29.16(3)(RC)IS DELETED.
Mounting hardware will provide for a rigid connection
between the signal head and mast arm. All mounting hardware X29 16(3) Pojycarbonat T4:qtr c Signal Hea (RQ
will be of the top-mount plumbizer type as shown on the standard
plans unless specified otherwise on the plans. SECTION 9-29.-16(3)A(RC)IS DELETED.
Position of the signal heads shall be located as close as
possible to the center of the lanes. Signal heads shall be mounted (RQ
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 SECTION 9-29.16(3)B(RC)IS DELETED.
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 9'79 16(3)B 12 inch P^t"^.,rhonato Traffic Signet
miscellaneous mounting hardware shall be stainless steel. $earls (RC)
SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS. SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: ,
9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
(RC}
Eight inch conventional signals shall employ a 67 to 69 watt
traffic signal lamp rated for 130429 volt operation, 595 minimum Fittings for Type 44 and N mount° °h.,rr be i=21°a
initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpainted—All ethor-hardware for ether--mounts shall be painted
2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow
traffic signal lamp. Twelve inch traffic signal heads require baked enamel.
429130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS
length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS.
base. Bulbs shall be installed with the opening between the filament
ends up. 9-29.18(1) Induction Loop Detectors (RC)
Detector amplifiers shall be Detector Systems model 810A or
SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. equal.
9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall
conform to current NEMA specifications. Amplifiers-ittst
m ,+11�
Each lens shall be protected with a removable visor of i wigh Type 1;10 cowr-ols F4211 co;lrorm to
aluminu of the tunnel type, unless specified a 6. i
otherwise in the contract. Visors shall have attaching ears for
installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS.
have square doors. 9-29.20 Pedestrian Signal (RC)
SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either incandescent.- fiber optic or
neon-grid type, or other types as specified in the contract.
9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to TTE Standards (Standard for
Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975).
furnished and installed. Directional louvers shall be constructed to
have a snug fit in the signal visor. The outside cylinder shall be ' ffi ' lamp rated f 110 k operation. It Ah2l i o
t constructed of aluminum , and the louvers shall
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract.
Symbol messages, when
specified, shall be a minimum of 12 inches high and 7 inches in
SECTION 9-29.16(2)D HAS BEEN DELETED AND width.
REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with
two coats of factory applied traffic signal ellow enamel.
9-29.16(2)D Back Plates (RC) VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING
Back plates shall be furnished and attached to the signal THE FOLLOWING NEW SECTION:
heads. Back plates shall be constructed of anodized, 3-S
half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type (RC)
5-inch square cut border_ and painted black in front and yellow in p .
The fiber optics shall be drawn from optical glass of hi
back.
purity The fibers shall be temperature resistant The fibers shall
be resistant to the UV light emitted by the halogen lamp and shall
maintain their high transmission properties throughout the lifetime
Page-SP-56
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH
53 microns. Each single arm in the harness shall contain THE FOLLOWING:
approximately 300 fibers. The optical sheathing shall have a wall
thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting(RC)
do shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel light grey
and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked
The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of
dichroic reflector. The lamp shall use built-in lead-in wires instead exterior grade of white metal enamel.
aw of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of
to withstand a temperature of 400 degrees Centigrade rapid Section 8-20.3(12).
temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH
shall be tested by soaking in Oxalic Acid 071N for a period of 2 THE FOLLOWING:
hours. The coating shall not dissolve during this period The lame
shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors
together with the fiber shall produce a light intensity as high as (RC)
ow 3800CD. The 115-volt primary, 10-volt secondary transformers The electrical -circuit breakers and contactors shall be as
light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets The following
housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet.
aluminum sheet protected by a 0.125 polycarbonate sheet. The 1_ Main circuit breaker
air signal housing shall be weather tight. Each common end of a 2_ Branch circuit breakers
bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.T.Type
Orange and one of Lunar White.The viewing end of the fiber optic 4. Lighi control test switch(120 volt-15 Amp)
do display shall not require a cone for magnification and shall provide 5. Contactor relay for each circuit
a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240
light points. All components shall be fastened to the flat black volt
matrix plate. When the sign is not illuminated it shall blank out 7. One 120 volt 20 Amp single pole branch breaker (for
with no message legible. The low power consumption lamps shall utility plugs)
be serviceable without any tools.
8. Type 3-single phase 120/240 volt grounded neutral
SECTION 9-29.20(2)IS REVISED AND SUPPLEMENTED AS service
FOLLOWS. 9. One 120 volt 40 Amp single pole branch breaker (signal
rr service
9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles
All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except
made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name
Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws.
a rugged plastic module. 12. Meter base sections are unnecessary
SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
+� THE FOLLOWING:
The pedestrian signal shall have a solid state message module 9-29.25 Terminal and Interconnect Cabinets (RC)
electronic ballast no external transformer,and operate at 30 watts
rr
The heads shall display two symbol messages "hand" (for the The pole mounted terminal box shall be made of molded
do not walk mode) in Portland orange and "Man" (for the walk fiberglass, be grey in color, be approximate) 16" high x 13-7/8"
mode) in lunar white. The message module shall consist of two wide x 5-7/8" deep and have a minimum of 16 terminals on the
neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight have a single door
r plastic. The lens material shall be polycarbonate plastic The with continuous hinge on one side and screw hold downs on the
visors shall be flat black in color. door locking side. All hardware will be stainless steel. All
mounting hardware shall be stainless steel and shall be incidental to
SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box.
�r FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each
9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip. The marker strip
shall be permanently marked with the circuit number indicated in
The signal/street lighting service cabinet shall be as indicated the Plans. Each connector shall be a screw type with No. 10 post
rw on the contract plans and detail sheets. All electrical conductors capable of accepting no less than 3 #12 AWG wires fitted with
buss bars and conductor terminals shall be copper or brass The spade tips.
cabinet shall be fabricated from galvanized cold rolled sheet steel Cabinet doors shall be gasketed with a one-piece closed cell
with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge.
panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each
and no screws, rivets or bolts shall be visible outside the enclosure terminal cabinet and amplifier cabinet.
The cabinet door shall be fitted for a Best internal type lock The Mounting shall be as noted in the contract.
cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F with
complete with screens filters and have rain tight gaskets The nominal dimensions of 22" high x 13" wide x 11" deep and
cabinet door shall have a one piece weather proof neoprene gasket constructed of cast aluminum and fitted with a Best internal lock.
Page-SP-57
Revision Date.May 19, 1997
r
9-30 Water Distribution Materials 9-30 Water Distribution Materials
9-30 Water Distribution Materials SECTION 9-30-3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC)
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
SECTION 9-30.1(])IS REVISED AS FOLLOWS:
SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED
9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING:
1. Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC)
cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in I
conformance with the Standard Drawings.
All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker
Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0"or approved equal with blue label "water.
the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS
9-30.3 Valves FOLLOWS:
SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW: 9-30.3(7) Combination Air Release/Air Vacuum Valves (RC)
9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and
Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty,' combination air release valve, or
pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller a-gual'
Company No.A2380,Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail,
Approval of valves other than models specified shall be latest revision.
obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air
All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation
24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line.
diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS:
Water Standard Detail for 12" gate valve assembly vault and V
bypass installation. 9-30.3(8) Tapph;g Sleeve and Valve Assembly(RC)
Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron staialess sisal,
body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material.
and O-ring stuffing box.
RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION:
Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC)
exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow-off assembly shall be#78 Kupferle Foundry
All external and internal ferrous metal surfaces of the gate Co. or a
valve shall be coated for corrosion protection with fusion bonded approved eq ual. Installation of blow-off permanent blow-
epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail,
parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow-off
requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans.
Temporary blow-off assembly on new dead-end water main shall
shall be provided with two (2) internal O-ring stems seals. The
valves shall be equipped with one (1) anti-friction washer. The be installed at location shown on the plans.
resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the
new water mains will not be included under this item and shall be
directional flow. The stem shall be independent of the stem nut or
considered incidental to the contract and no additional payment
integrally cast.
shall be made.
Manufacturers of Resilient Seated gate Valves shall provide
the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE
specifications. FOLLOWING:
Valves shall be designed for a minimum water operating
pressure of 200 psi. 9-30.5 Hydrants (RC)
End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa Corey Type (opening with the
mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening_
Clow, M&H Style 3067,Mueller Series 2370,Kennedy, Compression type fire hydrants (opening against pressure)
Approval of valves other than model specified shall be shall be Clow Medallion M&H 929 Mueller Super Centurion
obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85.
in diameter shall include an 8"x24" cast iron gate valve box and
extensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE
All 12 inch diameter and larger resilient seated gate valves FOLLOWING:
shall have a l inch by-pass assembly and shall be installed in a_
concrete vault per City of Renton Standard Details, latest revision. 9-30 Hydrants 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
9-30 Water Distribution Materials 9-30 Water Distribution Materials
SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket and shall be attached to hydrant
THE FOLLOWING: a_dapter with 1/8"coated stainless steel aircraft cable
Fire hydrants shall be installed per City of Renton Standard
9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants latest revisions.
Fire hydrants shall be Corey type (opening with the pressure)
or compression ripe (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS
AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS.
valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose
nozzles with National Standard Threads 7 1/2 threads per inch and 9-30.6(3) Service Pipe
one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC)
per inch, 60 degrees V_ Threads outside diameter of male tread Polyethylene pipe shall not be used.
4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
pentagon operating nut opened by turning counter clockwise(left) 9-30.6(3)C Polybutalene Pipe (RC)
The two 2-112" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used.
threaded caps with operating nut of the same design and
proportions as the hydrant stem nut Caps shall be fitted with SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS:
suitable neoprene gaskets for positive water tightness under test Fittings used for copper tubing shall be compression type with
pressures. gripper ring.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS
Seattle Thread z 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS:
extruded 6061-T6 aluminum alloy hardcoat anodized Threaded
end portion shall have no lugs and 2 set screws 180 degrees apart 9-30.6(5) _ Meter Setters (RC)
Stortz face to be metal no gasket to weather. Stortz cap to have 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
WSDOT AMENDMENTS WSDOT AMENDMENTS
�- INDEX TO WSDOT AMENDMENTS
�. WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the W3DOTIAPWA 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.
r
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
dw
specified 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 2 SECTION 2
02-API SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION
CONDITIONS AND EMBANKMENT
(March 3, 1997) (March 3, 199;9
"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 "Embankments at Bridge and Trestle Ends"
Quantities" revised.
formula revised.
07.AP1 SECTION 1-07, LEGAL RELATIONS AND
RESPONSIBILITIES TO THE PUBLIC 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION
(March 3, 1997) (March 3, 1997)
A new Amendment. Sub-section 1-07.9(5) A new Amendment. Sub-section 2-09.3(4)
low Required Documents is revised. Sub-section Construction Requirements, Structure Excavation,
1-07.13(4)Repair of Damage is added. CIass B, Sub-section 2-09.4 Measurement, and
"Required Records and Retention" revised. Sub-section 2-09.5 Payment are revised. Sub-
section 2-09.3(1)E Backfilling, Controlled Density
Im 09.AP1 SECTION 1-09,MEASUREMENT AND Fill is added.
PAYMENT "Measurement" drywells added.
(March 3, 1997)
VW "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) (March 3, 1997)
Temporary Traffic Control Devices is revised. "Asphalt 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
PAVEMENT
(September 30, 1996)
A new Amendment. Sub-section 5-04.3(10)B
Control is revised.
Page-SP-60
Revision Date:May 19,1997
W.WU 1 AML'IN VM;N Is WSDOT AMENDMENTS
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT
(March 3, 1997) MARKERS
A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997)
Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1
section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub-
Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is
02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is
Subsection 6-023(6)A Temperature and Time for supplemented and revised.
Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular.
Curing Concrete is added. l0.AP8 SECTION 8-10, GUIDE POSTS
"Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996)
and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials
10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction
(March 3, 1997) Requirements is revised.
A new Amendment. Sub-section 6-10.5 Payment 11.AP8 SECTION 8-11, GUARDRAIL
is supplemented with an additional item. Sub- (March 3, 1997)
section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised.
added.
"Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RH'RAP
(March 3, 1997)
SECTION 7 "Materials", and "Measurement" are revised.
17.AP8 SECTION 8-17, IMPACT ATTENUATOR
05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS
CATCH BASINS (March 3, 1997)
(March 3, 1997) Construction Requirements revised.
Revised to include drywells. New standard item
1062 "precast Conc. dryweIl". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC
Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL ,
Manhole". (March 3, 1997)
A new Amendment. Sub-section 8-20.3(4)
06.AP7 SECTION 7-06, CONCRETE PIPE Foundations is revised. Sub-section 8-20.3(13)A
ANCHORS Light standards is added.
(March 3, 1997) "Equipment List and Drawings" revised.
This section is deleted in its entirety.
21.AP8 SECTION 8-21, PERMANENT SIGNING ,
08.AP7 SECTION 7-08, GENERAL PIPE (March 3, 1997)
INSTALLATION REQUIREMEN'T'S A new Amendment. Sub-section 8-21.3(6) Sign
(March 3, 1997) Refacing is revised. Sub-section 8-21.2 Materials
A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added.
Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is
Sub-section 7-08.3(2)D Pipe Laying-- Steel or added.
Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials-
Sub-section 7-08.5 Payment are revised. are revised.
"Materials", "Trenches", "Jointing of Dissimilar
22.AP8 SECTION 8-22, PAVEMENT MARKING
Pipe", and "Payment" are revised.
"Standard plan for pipe collars pending. (March 3, 1997)
A new Amendment. Sub-section 8-22.4
17.AP7 SECTION 7-17, SANITARY SEWERS Measurement is revised.
(March 3, 1997) "Materials" revised.
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)
Page-SP-61
Revision Date_May 19, 1997
WSDOT AMENDMENTS
WSDOT AMENDMENTS
SECTION 9 10.AP9 SECTION 9-10, PILING
(September 30, 1996)
O1.AP9 SECTION 9-01,PORTLAND CEMENT, Anew Amendment. Sub-section 9-I0.I Timber
(September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling
rrr 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, 199;9 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
�r Material for Rigid Pipe is revised. Sub-section 9- 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPACES,
03.14(2) Select Borrow is revised. SLOPE PROTECTION, AND ROCK WALLS
"Gravel Backfill", revised to include drywells. (March 3, 1997)
"Concrete Slab Riprap" section deleted.
+rr 04.AP9 SECTION 9-04,JOINT AND CRACK
SEALING MATERIALS 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL
(March 3, 1997) (March 3, 1997)
"Joint Mortar" revised. "Posts and Blocks", revised.
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS
CULVERTS, AND CONDUITS (September 30, 1996)
„■, (March 3, 1997) A new Amendment. Sub-section 9-17.1 General
A new Amendment. Sub-section 9-05.6(4) is revised.
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 Wail PVC Culvert Pi and
Pe (September 30, 1996)
Profile Wall PVC Storm Sewer Pipe are revised. Anew Amendment. Sub-section 9-21.1(1)
Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section
r "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub-
06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5)Foundation Hardware is revised.
RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS,
(March 3, 1997) 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
Aw "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
am 09.AP9 SECTION 9-09, TIMBER AND LUMBER GEOTEXTILE
(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
law
e" SPECIAL PROVISIONS
am
1
1
1
1
1
1
1
1
1
1
DIVISION 1
GENERAL REQUIREMENTS
The following Special Provisions are made a part of this contract and supersede any
conflicting provisions of the 1996 Standard Specifications for Road, Bridge and Municipal
Construction (English) including the American Public Works Association (APWA)
Supplement to the Division 1, and the foregoing amendments to the Standard
Specifications.
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:
CPEP Corrugated Polyethylene Pipe
Conn. Connection
DI Ductile Iron
x� DIP Ductile Iron Pipe
E East
Ex, Exist Existing
FF Finished Floor
w 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
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 1
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):
Locations of existing utilities shown on the Drawing 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.
The Owner assumes no responsibility for any conclusions or interpretations made by the
Contractor on the basis of the information made available.
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 Phone 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.
1-03.3 Execution of Contract (Revised Supplemental Section
Replace first paragraph of supplemental section with the following:
Within 5 calendar days after receipt from the City of the forms and documents required to
be completed by the Contractor, the successful bidder shall return the following:
1. Signed Contracting Agency-prepared contract;
2. Insurance certificate as required by Sectionl-07.18; and
3. Satisfactory bond as required by law and Section 1.-03.4.
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 2
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the 5 calendar days after the award date, the Contracting Agency
may grant up to a maximum of 5 additional calendar days for return of the documents,
provided the Contracting Agency deems the circumstances warrant it.
1-04 SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, and
Addenda
In the Second paragraph of Section 1-04.2 and after the text, "2. Proposal Form," add
"(Proposal and Schedule of Prices)".
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.
1-07 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.
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
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 3
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 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 contractors
violation of construction provisions.
1-07.13 Contractors Responsibility for Work
1-07.13(1) General
Add the following:
The Contractor shall submit a performance and payment bond to the City of Renton, State
of Washington. The bond shall be in the full amount of contract.
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 the 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.
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 4
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 a sod 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" 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 service will 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.
.. H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 5
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.
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).
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.
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 6
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.
M 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 their officers, directors, agents, and
employees as "additional insured" 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).
1-07.28 Responsibility for Damage; Indemnification (New Section)
The Contractor hereby agrees to indemnity and hold the City harmless from all loss or
damage occasioned to the City, or to any third person (including Contractor's or
subcontractors' employees), by reason of any acts or omissions on the part of the
Contractors, subcontractors, agents, employees, or persons working directly of indirectly in
the performance of the contract, including acts or omissions attributable jointly to the City,
its officers, agents, or employees (but excluding those attributable solely to the negligence
of the City, its officers, or employees) and shall, after reasonable notice thereof, defend and
pay the expense of defending any suit which may be commenced against the City by any
third person alleging injury by reason of such acts or omissions, and will pay any judgment
which may be obtained against the City in such suit. The Contractor agrees to repair and
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 7
replace all property of the City and all property of others damaged by itself, its employees,
its subcontractors, and agents. In this regard, the Contractor recognizes that Contractor is
waiving immunity under Industrial Insurance Law Title 51 RCW. This indemnification
extends to the officials, officers, and employees of the City and also includes attorneys' fees
and the costs of establishing the right to indemnification thereof in favor of the City of
Renton.
In the event Contractor fails, after receipt of timely notice from the City, to appear, defend,
or pay as required by the first paragraph of this section, then in that event and in that event
only, the City may in its sole discretion, deduct from the progress payments to the
Contractor and pay any amount sufficient to pay any claim, or which the City may have
knowledge and regardless of the informalities of notice of such claim, arising out of the
performance of this contract, provided the City has therefore given notice of receipt of such
claim to the Contractor and the Contractor has failed to act thereon.
The Contractor acknowledges, and by signing this contract, agrees that the indemnification
provisions set forth in this section, including the industrial insurance immunity waiver, are
totally and fully a part of this contract and within the context of the competitive bidding laws
have been mutually negotiated by the parties.
It is understood that the whole of the work is to be done at the Contractor's risk, and that he
has familiarized himself with the conditions of excavation, backfill, materials, climatic
conditions and other contingencies likely to affect the work and has made his bid
accordingly and that he is to assume the responsibility and risk of all loss or damage to
materials of work which may arise from any cause whatsoever prior to completion.
1-08 PROSECUTION AND PROGRESS
1-08.1(3) Hours of Work (Addition)
Work hours shall be limited to week days only, between the hours of 7:00 a.m. and 5:00
p.m. unless otherwise approved in advance 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.
1-08.13 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
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 8
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
1-09.1 Measurement of Quantities
Section 1-09.1 of the APWA Division I General Requirements is supplemented and/or
modified as follows:
Where items are specified to be paid for by the ton, it will be the Contractor's responsibility
to see that a certified weight ticket is given to the inspector on the project at the time of
delivery of materials for each truckload delivered. Pay quantities will be prepared on the
basis of said tally tickets, delivered to the inspector at time of delivery of materials. Tickets
not received by inspector on day of delivery will not be honored for payment.
1-09.2(2) Lump Sum Breakdown
Section 1-09.2(2) of the APWA Division I General Requirements is supplemented with the
following:
The Contractor shall, within ten (10) days of receipt of notice to proceed, submit a complete
breakdown of all lump sum bid items showing the value assigned to each part of the work
including an allowance for profit and overhead. Upon acceptance of the breakdown of the
contract price by the Engineer, it shall be used as the basis for all requests for partial
payment.
1-09.3 Scope of Payment
Supplement this section with the following:
It is the intention of these Special Provisions that the performance of all work under the bid
for each item shall result in the complete construction, in accepted operating condition, of
each item.
Work and material not specifically listed in the Schedule of Prices but necessary to provide
a complete and finished project according to the Contract Plans, Specifications, and general
practice shall be considered incidental to the construction of the project and the Contractor
shall include the cost within the unit bid prices in the contract.
1-09.3(1) Basic Bid (New Section)
This section is an outline of the basic bid which determines the low bidder for this project.
All work specified or shown in the contract Documents and not specifically listed in the
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 9
following items is considered incidental to the listed bid items and shall be included in the
unit prices.
Bid Item 1 Mobilization (LS)
This bid item includes the complete cost of furnishing and providing, complete and in-place
all work and materials necessary to move and organize equipment and personnel onto the
job site, provide and maintain all necessary support facilities and utilities, prepare the site
for construction operations, and maintain the site and surrounding areas during
construction.
This item aslo includes final cleanup, dressing, and trimming the project area after
construction of improvements and the moving of all personnel and equipment off the site
after the work is completed. In addition, any shrubs or trees that are damaged shall be
replaced in-kind at this time.
The Contractor shall plan the work such that construction is completed by no later than
September 30, 2002 to satisfy the HPA permit. The Contractor is responsible for complying
with the HPA permit, and all other permits, per Special Provisions section 1-07.5.
Payment for this item will be made at the lump sum bid amount bid and 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 80% of this item
will be paid prior to the final payment.
Bid Item 2 Construct Bypass Structures, Divert Creek, Rescue Fish, and Drain
Sediment Basin (LS)
�- This items includes construction of two bypass structures (i.e. upstream and downstream),
diversion of Maplewood Creek at two locations, draining of the sediment basin in
preparation of sediment removal, and coordination with adjacent private property owner
ow regarding water supply into fish pond.
Upstream Bypass Structure and Creek Diversion
The upstream bypass structure will be located upstream of the basin, next to the 18-inch
bypass inlet. The purpose of this structure is to divert the entire creek flow into the 18-inch
bypass pipe and prevent water from flowing to the sediment basin. Water shall be kept
flowing to the fish channel on the golf course at all times. The upstream bypass structure
will be at least as high as the top of the bypass pipe, plus 3 inches. One type of material
that could be used for the bypass structure would be sandbags and plastic sheeting, keyed
into the creekbed to limit potential underflow. Dirt fill shall not be used to construct the
bypass structure.
r
Downstream Bypass Structure and Creek Diversion
The downstream bypass structure will be constructed within the low/high flow splitter basin.
The purpose of this bypass structure is to divert all the creek flow around the material to be
removed and either 1) directly into the low flow splitter section entrance or 2) entirely around
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 10
the low flow splitter entrance and directly into the low flow channel. Regardless of the
procedure chosen by the contractor, the diversion must allow the removal of accumulated
sediment from the low/high flow splitter basin without impacting the turbidity in the low flow
channel.
Drain Sediment Basin
After the upstream bypass structure is constructed and the creek is diverted, the sediment
basin may be drained using two 8-inch valves in the concrete structures. Before draining
starts plastic sheeting and sandbags will be placed on the bottom of the basin in front of the
valves, out to about 3 to 4 feet, to prevent bottom sediment from being discharged through
the valves. Vertical filter fabric fences will be placed about 3 to 4 feet from the valve to
prevent sediment laden water from flowing out of the valves.
After the water is drained as low as the valves will allow, the 8-inch underdrain will be
opened and the sediment will be allowed to dewater. It may take two or three days to
dewater the sediment using the underdrain. A small dam and silt fencing may be needed to
be placed in the overflow structure to filter silt out of the underdrain water. If the water from
the underdrain is too silty to discharge to the creek other means may need to be used to
dewater the sediment. The contractor shall not discharge sediment laden water to the
creek.
Fish Rescue
Any fish and other aquatic life shall be rescued from the basin and fish ladder, and
transferred to the downstream creek per the HPA and Fisheries regulations. The City
Project Manager will assist the contractor with the fish/aquatic life rescue as needed.
However, the contractor must have ample laborers and resources to rescue fish all fish in
one working day. The contractor shall have resources such pails, coolers, and nets
(appropriate for the size and type of fish anticipated) onsite. As the water is lowered fish life
shall be captured and transferred. Each pail (or similar) shall be emptied within 1 hour after
a fish is placed in it. It may take several attempts to capture all fish life as the basin drains.
Coordination with Private Property Owner
The private property owner (Mr. Casey McCarthy) adjacent to Maplewood Creek operates a
fish pond on his property. The Contractor will be responsible for coordinating and working
with Mr. McCarthy to keep his fish pond full of water during maintenance operation. The
City will assist the Contractor with coordination by notifying Mr. McCarty of the work no less
than 1-week prior to the anticipated start date. During the maintenance period, the
Contractor will be responsible for closing the valve (located within the sedimentation pond)
that supplies water to the fish pond. This must occur before dewatering begins to avoid
discharge of any silt laden water into the fish pond. After the inlet valve is close, Mr.
McCarty will be responsible for supplying water to his fish pond from the creek.
The Maplewood Creek Sediment Basin Operations and Maintenance Manual is included as
part of the bid documents for additional reference to the Contractor. Chapter 3 of this
document includes general maintenace guidelines related to this and other bid items, as
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 11
well as information (including photographs) pertaining to previous sediment basin
mainteance projects.
Payment for this item will be made at the lump sum amount bid and considered complete
compensation for all design, labor equipment and materials required to complete this item of
work in accordance with the Contract Documents.
Bid Item 3 Remove Sediment(CY)
This item includes removing accumulated sediment from three distinct locations (i.e.
sediment basin, channel at the north of the basin, and low/high flow splitter basin) and
loading all removed material into vehicles for disposal. Approximately 500 to 1,000 cubic
yards of material will be removed and loaded.
The sediment basin and channel at the north end of the basin have a 12-inch layer of
imported backfill placed above a 30 mil PVC liner. The contractor shall use the sediment
basin as-built plans to mark the location and elevation of the top of the 12-inch imported
backfill layer. Test holes shall be hand dug to confirm the backfill layer (or PVC liner)
location and elevation at the start of construction, and during excavation when needed. The
locations and elevations shall be reviewed with the City prior to starting excavation. The
accumulated sediment above the backfill layer shall be removed and loaded into vehicles
for disposal.
In addition, accumulated sediment in the upper channel north of the sediment basin will be
removed to restore the area so it is similar to the post construction photos and as-built
plans. The center section of the channel is approximately 8 to 12 feet wide. The sediment
must be carefully removed from between the rock berms without disturbing them. Some
rocks may need to be adjusted or added to the berms. City personnel will be available to
help identify the extent of sediment removal and any adjustment needed to the rock berms.
The contractor is responsible for protecting the PVC liner during excavation, and is
responsible for repairing any punctures or tears that may be caused by operational
mistakes. Operational mistakes may include digging too deep, digging beyond the liner
limits shown on the as-built plan, and not properly protecting the liner from potential damage
from vehicle traffic. Any major punctures or tears shall be repaired by seaming a new PVC
patch over the affected area in accordance with manufacturers recommendation and
industry practice. Seaming shall be done by a company with experience in PVC liner
construction and seaming. Minor tears may be repaired by other means (tape or gluing) as
approved by the City.
The accumulated sediment in the low/high flow splitter basin consists of gravel and fines.
The material shall be removed to match the elevation of the bottom of the high flow weir.
The bottom of the weir is located approximately 2.5 feet below the weir crest. Test holes
shall be hand dug to confirm the location and elevation at the start of construction, and
during excavation when needed. The locations and elevations shall be reviewed with the
City prior to starting excavation. The accumulated sediment above the bottom of the high
flow weir shall be removed and loaded into vehicles for disposal.
The Maplewood Creek Sediment Basin Operations and Maintenance Manual is included as
part of the bid documents for additional reference to the Contractor. Chapter 3 of this
document includes general maintenace guidelines related to this and other bid items, as
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 12
well as information (including photographs) pertaining to previous sediment basin
mainteance projects.
Measurement for this item will be based on actual cubic yards as determined by physical
surveys conducted before and after removal. The survey work shall be contracted directly
by the City and will not be part of this contract. The pre-excavation survey work shall be
completed less than 1 week before the proposed project start date. The survey shall be
completed no more than three days following the final day of excavation. The sediment
volume removed will be computed by the City's authorized agent for review and approval by
both the City and Contractor.
Payment for this item will be made by at the per cubic yard bid price and considered
complete compensation for all design, labor equipment and materials required to complete
this item of work in accordance with the Contract Documents.
Bid Item 4 Haul and Stockpile Material on Golf Course (CY)
This item involves hauling excavated material from the sedimentation pond, channel at
north end of pond, and low/high flow splitter to specified locations on the golf course and
subsequently placing it in storage piles. Two of the possible sites are shown on the as-built
plans. Up to two additional sites may be added as directed by the City Golf Course staff.
All sites will, however, be located on the City of Renton Maplewood Golf Course Site.
All material must be approved by the City before being hauled to the stockpile. The City
may halt disposal on the golf course at any time and require that all material excavated from
the basin be disposed of offsite. However, it is expected that the majority of the soil will be
disposed of on the golf course.
Measurement for this item will be based on actual cubic yards of material. If the excavated
material is stockpiled entirely on the golf course, the actual cubic yards of material will be
determined per the results of the survey work conducted for Bid Item 3. If any material is
hauled off-site, the amount of material hauled and stockpiled at the golf course will be
determined by physical survey of the stockpiles. The survey work, if needed, shall be
contracted directly by City and will not be part of this contract. The total stockpile volume will
be computed by the City's authorized agent for review and approval by both the City and
Contractor.
The Maplewood Creek Sediment Basin Operations and Maintenance Manual is included as
part of the bid documents for additional reference to the Contractor. Chapter 3 of this
document includes general maintenace guidelines related to this and other bid items, as
well as information (including photographs) pertaining to previous sediment basin
mainteance projects.
Payment for this item will be made at the per cubic yard bid price and considered complete
compensation for all design, labor equipment and materials required to complete this item of
work in accordance with the Contract Documents.
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 13
Bid Item 5 Haul Material to Offsit:e Disposal Site (CY)
This item involves hauling excavated material offsite and disposing of it at an approved site.
Types of materials included with this item shall include earthen materials, gravel and rocks,
vegetation, random woody debris such as stumps, roots and logs, other miscellaneous
innocuous materials, and any other materials removed from the sediment basin.
x Excavated 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. Before starting work the contractor
shall identify all disposal sites that will be used, and provide proof that they meet the
required regulations, if necessary.
Measurement for hauling and disposing material off-site will be based on actual cubic yards
of material. The amount of material removed will be determined by subtracting the amount
of material in the stockpile (per Bid Itemm 4) from the total amount of material removed from
the sediment basin (per Bid Item 3). The bid quantity for this item is included to provide a
common proposal for bid purposes. The actual quantity used in construction may vary.
Payment for this item will be made by at the per cubic yard bid price and considered
complete compensation for all design, labor equipment and materials required to complete
this item of work in accordance with the Contract Documents.
Bid Item 6 Refill Basin and Remove Creek Bypass Structures (LS)
This item includes refilling the sediment basin with water(including the fish ladder, if
needed), restoring flow out of the sediment basin into the fish ladder, and removing the
temporary upstream and downstream bypass structures.
During the refilling process approximately 1/2 the creek flow shall be kept flowing to the fish
channel via the bypass pipe on the golf course at all times. An opening will be made in the
temporary upstream bypass structure and approximately 1/2 the creek flow will be used to
refill the sediment basin. When the basin is full water flow can be reestablished through the
fish ladder. The temporary upstream and downstream bypass dams will be completely
removed and the area restored.
The Maplewood Creek Sediment Basin Operations and Maintenance Manual is included as
part of the bid documents for additional reference to the Contractor. Chapter 3 of this
document includes general maintenace guidelines related to this and other bid items, as
well as information (including photographs) pertaining to previous sediment basin
mainteance projects.
Payment for this item will be made at the lump sum amount bid and considered complete
compensation for all design, labor equipment and materials required to complete this item of
work in accordance with the Contract Documents.
Bid Item 7 Hydroseed (SF)
This item includes furnishing and installing hydroseed, fertilizer, and mulch on the inner
banks of the sediment basin, and on all outer banks where vegetation was disturbed by the
work, and in any bare or sparse areas. The contractor shall submit seed vendor's
certification for the grass seed mixture, indicating percentage by weight, percentage of
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 14
purity, germination, and weed seed for each grass species.
Measurement for this item will be determined by measuring the actual square feet of
disturbed area to be seeded. Measurement will be made by the contractor and submitted to
the City for review and approval. The bid quantity for this item is included to provide a
common proposal for bid purposes. The actual quantity used in construction may vary.
Payment for this item will be made by at the per square feet bid price and considered
complete compensation for all design, labor equipment and materials required to complete
this item of work in accordance with the Contract Documents.
1-09.5 Ordering Materials
Section 1-09.5 of the APWA Division I General Requirements is supplemented with the
following:
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 Owner 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.
1-09.8 Payment for Material on Hand
Section 1-09.8 of the APWA Division I General Requirements is supplemented with the
following:
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:
"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.
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 15
1-09.9(2) Retainage
Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the
following:
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
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.
4. At least 30 days have elapsed 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.
& 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.
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 1.doc
Page 16
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP
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) Tree and Shrub Removal (New Section)
If it is necessary to move trees and/or shrubs during construction, the Contractor shall
remove the shrubs and replant them in the original locations. If a shrub is damaged
during construction, the Contract shall 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.
2-02.3 Construction Details
x. 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.
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002
Pond Cleaning\Specials-Section 2.doc
Page 1
2-02.3(9) Waste Disposal (New Section)
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:
Bid items with descriptions, units of measure, and payment are outlined in Section 1-
09.3(1).
aw
law
Ow
40
Ow
go
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03 2002
Pond Cleaning\Specials-Section 2.doc 1W
Page 2
err
DIVISION 8
MISCELLANEOUS CONSTRUCTION
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
• Covering Soil with Plastic Covering
• Sediment Control Fencing
• Miscellaneous Erosion Control
8-01.2 Materials
Supplement this section with the following:
Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 10OX or
approved equal.
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:
Bid items with descriptions, units of measure and payment are outlined in Section 1-
09.3(1).
If a Bid Item for Erosion Control is not listed, the cost of all such work shall be
considered incidental and included within the unit bid prices in the contract.
8-04 CURBS, GUTTERS AND SPILLWAYS
8-04.1 Description
Add the following:
Work includes replacement of curb and gutters removed or damaged due to construction �.
activities.
8-04.3 Construction Requirements
Add the following:
Curb and gutters shall match the existing curb and gutter, including type and
dimensions. Grade shall meet adjacent curb and gutter in a smooth transition.
8-04.3(3) Width of Replacement (New Section) .
Contractor shall replace curb and gutter to the nearest construction joint, unless
otherwise authorized by the Engineer.
8-04.5 Payment
Supplement this section with the following: `
Bid items with descriptions, units of measure and payment are outlined in Section 1-
09.3(1).
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
Add the following:
Work includes replacement of sidewalks removed or damaged due to construction
activities. Replacement of sidewalks shall include driveways and handicap access
areas.
8-14.3(2) Placing and Finishing Concrete
Add the following:
Contractor shall match the existing dimensions of the sidewalk. Grade shall meet
adjacent sidewalks in a smooth transition.
8-14.3(5) Width of Replacement (New Section)
Contractor shall replace sidewalk to the nearest construction joint, unless otherwise
authorized by the Engineer.
8-14.5 Payment
Delete entire section and replace with the following:
Bid items with descriptions, units of measure and payment are outlined in Section 1-
09.3(1).
8-22 PAVEMENT MARKING
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.
8-22.5 Payment
Supplement this section with the following:
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.
DIVISION 9
MATERIALS
9-14.6(28) Hyroseeding Bid Item (addition)
28.0 Description
Contractor shall install the following:
A. Hydroseed distrubed areas - as a result of the construction activities- adjacent to
the sedimenation pond and stockpile areas.
28.1 Products
Hydroseeding
Submittals
Submit seed vendor's certification for required grass seed mixture, indicating percentage by
weight, and percentages of purity, germination, and weed seed for each grass species.
A. Perform seeding work only after planting and other work affecting ground surface
has been completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established.
Erect signs and barriers as required.
C. Provide watering equipment as required.
Materials
Hydroseeding
A. Seed
A.1. On the inner pond slopes (i.e. from elevation 111.5 to 115 on the as-built
drawings) the following grass/forb mixes shall be used at a rate of 65 lb/acre:
Red fescue Festuca rubra 25%
Colonial bentgrass Agrostis tenuis 25%
Meadow foxtail Alopecurus pratense 40%
Water smartweed Polygonum hydropiperoides 10%
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 9.doc
Page 1
A.2. On the inner pond slopes (i.e. from elevation 115 to the top of the disturbed
area, and on the outer pond slopes and other upland areas disturbed by
construction) the following grass/forb mixes shall be used at a rate of 65 lb/acre:
Red fescue Festuca rubra 20%
Colonial bentgrass Agrostis tenuis 30%
Perennial rye Lolium perenne 30%
Birdsfoot trefoil Lotus corniculatus 20%
B. Wood Cellulose Fiber Mulch: Degradable green dyed wood cellulose fiber free from
weeds or other foreign matter toxic to seed germination and suitable for
hydromulching.
C. Soil Binder or Tacking Agent: Liquid concentrate diluted with water forming a
transparent 3-dimensional film-like crust permeable to water and air and containing
no agents toxic to seed germination. Contractor shall comply with all environmental
regulations and manufacturers recommendations regarding fertilizer use.
28.2 Transportation, Delivery, Storage and Handling
Hydroseeding
A. Submit seed vendor's certification for required grass seed mixture, indicating
percentage by weight, and percentages of purity, germination, and weed seed for
each grass species.
28.3 Installation
Hydroseeding
A. Perform seeding work only after planting and other work affecting ground surface
has been completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established.
Erect signs and barriers as required.
C. Provide watering equipment as required.
D. Limit preparation to areas which will be immediately seeded.
E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches.
F. Grade area to be seeded. Remove ridges and fill depressions as required to drain.
G Seed immediately after preparation of bed. Spring seeding shall occur between
April 1 and June 1 and fall seeding shall occur between August 15 and October 31
or at such other times acceptable to the City.
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 9.doc
Page 2
H. Seed indicated areas within contract limits and areas adjoining contract limits
disturbed as a result of construction operations.
I. Perform seeding operations when the soil is dry and when winds do not exceed 5
miles per hour.
J. The contractor shall use the double application method for all hydroseeding as
follows:
Mulching
A. Mulch cover shall be applied at 2,000 Ibs/acre as follows:
1. First application: 100 percent seed mix with 25 percent of mulch.
2. Second application: tackifier with 75 percent of mulch
Tacking Agent
A. Tacking agent shall be applied by approved hydraulic equipment. distribution and
discharge lines shall be equipped with a set of hydraulic discharge spray nozzles
which will provide a uniform distribution of the material. Tacking agent shall be
applied at 80 gal/acre. Contractors shall comply with all environmental regulations
and manufacturers recommendations.
28.4 Cleaning
A. 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.
28.5 Warranty
Hydroseeding
A. Hydroseeded areas will be inspected 1 week after germination to determine if
coverage of seeding is acceptable.
B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be
obtained by watering and maintaining until final acceptance. Areas which fail to
provide a uniform stand of grass shall be reseeded. Areas reseeded will not be
accepted until the coverage required herein is obtained.
28.6 Payment
Payment will be made per Section 1-09.3(1).
H:\FILE.SYS\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\03
2002 Pond Cleaning\Specials-Section 9.doc
Page 3
PERMITS
Hydraulic Project Approval
am HYDRAULIC PROJECT APPROVAL State of Washington
Dt io1 RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife
Region 4 Office
FISH and 16018 Mill Creek Boulevard
WIN Mill Creek,Washington 98012
flit
DATE OF ISSUE: July l6,2002 LOG NUMBER: ST-F4720-02
At the request of Gary Schimek on July 15,2002,this Hydraulic Project Approval (MIA),which now supersedes the previous HPA
for this project, is a change of the original HPA issued June 19,20021
PERMITTEE AUTHORIZED AGENT OR CONTRACTOR
City of Renton Surface Water Utility Not Applicable ?&%U-1V
ATTENTION:Gary Schimek 9
1055 South Grady Way-5"floor
Renton, Washington 98055 JUL 19 )nnq
25 430-7205
_ _ r
UT1LliY "r-N I4ON
PROJECT DESCRIPTION: Maintenance of Permanent Fixed Fresh Water On Bed Natural Earth Gravel Channel
Modification Dredging Bed Load Traps=>800 Cubic Yards
PROJECT LOCATION: Maplewood Golf Course,4050 Maple Valley Highway,Renton,Washington
# WRIA WATER BODY TRIBUTARY TO 1/4 SEC. SEC. TOWNSHIP RANGE COUNTY
1 08.0302 Maplewood Creek Cedar River SW 15 23 North 05 Fast King
PROVISIONS ,
I. TIMING LIMITATIONS: 'The project may begin immediately and shall be completed by June 19,2007,
provided that work below the ordinary high water tine(OHWL)shall occur between June 15 and September 30,
w 2002 or between June 15 and September 15,2003 through 2006, unless otherwise approved by the Area
Habitat Biologist (AHB).
2. Work shall be accomplished per plans and specifications entitled, "OPERATIONS AND MAINTENANCE
MANUAL MAPLEWOOD CREEK SEDIMENT BASIN AND FISH CHANNEL",dated September 1999,and
submitted to the Washington Department of Fish and Wildlife(WDFW),except as modified by this Hydraulic
Project Approval. These plans reflect design criteria per Chanter 220-110 WAC. These plans reflect mitigation
procedures to significantly reduce or eliminate impacts to fish resources. A copy of these plans shall be available on
site during construction.
" 3. The sediment basin and fish channel shall be maintained by the City of Renton per RCW 77.55.060 to ensure
continued, unimpeded fish passage. If the structure becornes a hindrance to fish passage,the City of Renton shall be
responsible for obtaining an HPA and providing prompt repair. Financial responsibility for maintenance and repairs
shall be that of the City of Renton. NOTE: At the time of the last WDFW AHB inspection,there was a large
angular rock which was installed by the City blocking fish passage midway between the sediment pond and
flow splitter which needs io be altered so the blockage is removed.
4. A temporary bypass to divert flow around the work,area shall be in place prior to initiation of other work in the
wetted perimeter.
r
5. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the
bypass.
J ■. Page 1 of 4
HYDRAULIC PROJECT APPROVAL State of Washington
WaAkvtm
DDoarb�ntO RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife
Region 4 Office
FISHand 16018 Mill Creek Boulevard
WI LN Mill Creek,Washington 98012
DATE OF ISSUE: July l6, 2002 LOG NUMBER: ST-F4720-02
6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater
from entering the work area.
7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project.
8. Prior to releasing the water flow to the project area, all dredging shall be completed.
9. Upon completion of maintenance activities, all material used in the temporary bypass shall be removed from the site
and the site returned to pre-project or improved conditions.
10. Due to interception of spawning gravels in the sediment basin, spawning gravels shall be supplemented in the fish
channel downstream of the sediment basin, as determined to be necessary by the WDFW AHB at the time of each
sediment basin maintenance dredging.
11. The permittee shall capture and safely move food fish, game fish, and other fish life from the job site. The permittee
shall have fish capture and transportation equipment ready and on the job site. Captured fish shall be immediately
and safely transferred to free-flowing water downstream of the project site. The permittee may request WDFW assist
in capturing and safely moving fish life from the job site to free-flowing water, and assistance may be granted if
personnel are available.
12. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish guard to prevent passage
of fish into the diversion device pursuant to RCW 77.55.040. The pump intake shall be screened with 1/8-inch mesh
to prevent fish from entering the system. The screened intake shall consist of a facility with enough surface area to
ensure that the velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be adequate to
prevent injury or entrapment to juvenile fish and the screen shall remain in place whenever water is withdrawn from
the stream through the pump intake.
13. Dredged streambed materials shall be disposed of upland so they will not re-enter state waters.
14. Equipment shall be operated to minimize turbidity. During excavation, each pass with the bucket shall be complete.
Dredged material shall not be stockpiled in the stream.
15. Dredging shall be accomplished by starting at the upstream end of the project boundary and working downstream.
16. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality
problems develop(including equipment leaks or spills), operations shall cease and WDFW at(360) 534-8233 and
Washington Department of Ecology at(425) 649-7000 shall be contacted immediately. Work shall not resume until
further approval is given by WDFW.
17. Erosion control methods shall be used to prevent silt-laden water from flowing downstream. These may include,but
are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or
other material, and/or immediate mulching of exposed areas.
18. Prior to starting ork temporary filter fabric straw bale or ea gravel-filled burlap bag check dams shall be
g p ry P b P g ( )
installed downstream. Accumulated sediments shall be removed during the project and prior to removing the check
dam(s)after completion of work.
Page 2 of 4
HYDRAULIC PROJECT APPROVAL State of Washington Department d RCW 77.55.100- appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife
FISH and Region 4 Office
16018 Mill Creek Boulevard
KDLH Mill Creek,Washington 98012
.r
DATE OF ISSUE: July 16, 2002 LOG NUMBER: ST-F4720-02
+r.
19. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be
deposited above the limits of flood water in an approved upland disposal site.
wr
20. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow
subsides.
21. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid,fresh cement, sediments, sediment-
laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into downstream state
waters.
�. SEPA: DNS by City of Renton final on February 1996.
APPLICATION ACCEPTED: July 15, 2002 ENFORCEMENT OFFICER: Boone 030 [P2]
for Director
Larry Fisher (425)649-7042 WDFW
Area Habitat Biologist
,w
cc: WDFW, Burns, Oppenrrann
rr,s
GENERAL PROVISIONS
This Hydraulic Project Approval (HPA)pertains only to the provisions of the Fisheries Code(RCW 77.55). Additional authorization
from other public agencies may be necessary for this project.
This HPA shall be available on the job site at all times and all its provisions followed by the permittee and operator(s)performing the
.. work.
This HPA does not authorize trespass.
The person(s)to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results from
failure to comply with the provisions of this HPA.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars
per day or a gross misdemeanor-charge,possibly punishable by fine and/or imprisonment.
All HPAs issued pursuant to RCW 77.55.100 are subject to additional restrictions,conditions or revocation if the Department of Fish
and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right
pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to RCW 77.55.103 may be modified by the
Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such
40 modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.130.
Page 3 of 4
HYDRAULIC PROJECT APPROVAL State of Washington
De RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife
FISH ,d Region 4 Office
16018 Mill Creek Boulevard
W OLIF'E' Mill Creek,Washington 98012
4
f
DATE OF ISSUE: July 16. 2002 LOG NUMBER: ST-F4720-02
APPEALS-GENERAL INFORMATION
r
IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL,
THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. t i
A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100,
77.55.103,77.55.106,AND 77.55.160: '
A person who is aggrieved or adversely affected by the following Department actions may request an informal review of:
(A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA;or
(B) An order imposing civil penalties.
It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are
resolved at this level,but if not,you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW
shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North,Olympia,Washington 98501-1091 and
shall be RECEIVED by the Department within 30-days of the denial or issuance of a HPA or receipt of an order imposing civil r
penalties. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved F'
party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her
designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results
of this informal appeal,a formal appeal may be filed.
B. FORMAL APPEALS(WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR
77.55.106:
A person who is aggrieved or adversely affected by the following Department actions may request an formal review of:
(A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA;
(B) An order imposing civil penalties;or
(C) Any other"agency action"for which an adjudicative proceeding is required under the Administrative Procedure Act,
Chapter 34.05 RCW.
A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North,
Olympia,Washington 98501-1091,shall be plainly labeled as "REQUEST FOR FORMAL APPEAL"and shall be RECEIVED
DURING OFFICE HOURS by the Department within 30-days of the Department action that is being challenged. The time period
for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal
appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in
response to the infonnal appeal.
1
C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.103 or 77.55.160:
A person who is aggrieved or adversely affected by the denial or issuance of a HPA,or the conditions or provisions made part of
a HPA may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board
per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE,Building Two-Rowe Six,Lacey,Washington
98504;telephone 360/459-6327.
D. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL
RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL.,THE DEPARTMENT ACTION SHALL BE FINAL
AND UNAPPEALABLE.
i
1
1f
Page 4 of 4 t
AS-BUILT PLANS
U
N fmm�lnOaa m mNm Q�MmOm�h Nm O�m NM WmO�rNOMQNO�irnO mrnmad 0O_'KnKNON_'K�D�_'dOO'f LLp♦pp'dO'K�Qppdr'K�KaK0K 0oi M K KbKn K�K�KOMi KMmlKrK r<rnnQ NNmY7mOOlWNmF r MmmaN JumlrnJ Kn Krn K O O
0 O J Of O QH0 X0f HX0X0HX XXXXXXXXXXXXXXXXXXXXXXXX U XXXXXX
KKp JKKK p
aa 0u K 00000 » 000000 J J
O OO J pprHr0rHr0r 0r 0 Ompp000UUOUO v000"n"ow;>M 0 H
I�O n f n
l I�
p M(VOmMaNO atp OD Oi O(VMNV10i(`lnntUNNONmna0 aD0avi.=airia�OOMU)MM(V r7 Nj'-M<Mj Mia�O�d MMj pcVM<Ci.TQMU)Ki Oi O�Oi CnaD aOMMODO M004Oi"n .. ..-N-000i 0i 0im1�1��0 f0
>MMMNNNNNa��.- ANN------------0000.-.-0�����NNN�������� �0�000000000000'^M^MMMMM MMMNNNNNNNN
W
�mmON�IflNmmmm�mN�ONi7hm�p N�MMMjmnm Mnrm Nm Np�Omn��M010N0"mW*WOM�<m�mmmO�immN Nm�O�Mm�Nnm0')MWq QD mNaap OM Mm"n���ONM
f�COMO(f1aCi Ci O0V 0H(O Oi"��O�a`lM���aDi�l�Oi�,q nr-j�[IN�OUI�f�OI��N�Cl t0�1 M1NmnlV OO�Oh�t CaV mOd OOIfiN<Otd�mY<ml�ln0Nnm0D�(V Ol�d'�FM�Omm1�1���0�o"n
NM On NOmmOm ON Qmm ONYmMm mmmmO�mmOm�Mm ONMn O<n�MMMlnmmm�n vlvaav>v�a .000000000 m mm�Mm
«y 000001 ou��nmv���ot omm�onhnnm�nmmm�n�nn<av�wm�nM<c aau_�mmm_�nv��nv��nm_m_viN_m�_nu��n�_nm�iu0000000e 0 neQmm_nNnMMMmM M_M mNmOOmOm_mnmn_mn_mnnmmnM n
W MMhe 717e7Y1i 7Y IMe 7Yle7n-Mf-------------7e7Y1---------MMMMM----MMMMM----- IMMMMM--------- 1Y1------------M1------n2MM
V)f/I VIVI VI
O Mm.-000 m0ia7mMO�nO�Mmn m.-m OQNmON<O+O�.-�µN�n�hNO�<�nO mMmO�htoi(I�On NNOINmOn NO�N�D A�M�n�O"O�pMO)a MO�mNn N�NNMd OMm�Nnm Omdn00 - �y QQQQQ
'-nO-ONM mmOrO��m M rn m .0 ogaq ."MOnpNOmON�On Mm00n Mom<n Ommmam�<mONQmf•�n�MNMMONmn«mN.-N�nY00.-m0000N0.}hhm'A'Nn<O
p t�n MMjm M00w 00 M�n��Q.-h�OMri ariM nmr mmOaV��dOD Oi Q'CM0Mm00MNmg1�Ml ri<ooi�d✓i��`+Oa000 aotd ui 40"i ioDr;�����vi�6��0D.-�OMeM MIN NN��TmOi l��Om� XX UOOXX XX XXUOO XXX4.la_4.1
�-L aM�nMm 000-00-0000 O 0 O�rNm Nmn 0rmo00 moh0<m Nn�r 000 a 000000000 NC-4 0���m�nM 000«OMMN mMy 000 0000mMMMNNN.- -Wm 000wwwmw KOJJm K K 0000
'<YQMMNNMNNNMMMMMMQta���00mmmmm000 moo� �NNM'-�����wwwww�mm�NN�NNNNNNmNt2-.-.-0000.---VOA*IM`�Ma V.<aaa.e
O p0000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000000 NdWJdWWQ_WWdWJdWWD.WWWWWW
oZ^nnnnhnhnnrrnnnnnnn`nnnhrnnnrnnnnnnnnnnnnhnnnnnnrnnnnnnnrnnnnnnrnnnnnnnnnrhnnnnnnnnnnnnnnnnhnhnnnn�n OOOJOOOOOOOOJO000000000
c
NMMMMMMMO�NMa00h0m0 �-NM 000n0mO�NM Y00 n0m0�NM<00nmm0.-NM0000000�NM<MtOnmO�NMOYl ttppnmm0��<00nmm0.-NM000r WwN
mmmmmmmm00pOpp00000.-.-000O00000��� NN NNNNNNNNMM MMMMM MMMQ<Qwwo mo m00000m0Nm00.-000000nnhnnnnnnnmmm
U MMMMMMMM<OQQQa7?O QaQmaDa00p a0maD 400000404040Wa0 a000mmmmm 0000 mmmmmmmmmmmm mmm0mmmmmmmm0mmmmmmON mmmmmmmmmmmmmmm mm m m U MomnM m0�0m ON�0YmV'
Q -mOm OO mn�pmN0m0<�M hO aiai.66
O QO�!)d�6�Ne7.-ENOO�Oi mM mmmmm
U NN NNNNNNNNNNN����00000
<Oh0M0hrtO�O�pmN m�Oh m�nNifl Oq
N�n�0�OM N�mO nNM mm 0000
C mmOOO�Om mC1.-SOD OD 1�m0p 1�ClNNmNj
MMNN.-00000000 0a a a0 NOn r
V ODUVUUV VU gnhnhhh00000000000000a0
V 0 0 0 0 0 0 0 0 N00 W�i7 rl e7he7nhM-------------
r yyV UUU UUUVV WW JJJ �������.-��.-��
1-F ` � VI JJJ JJJJ F- f
V==
U U o U A p C V C U m V A 0)A.C V C 0U t0 U FFppOpO�Kd�3aall WdWd j�'j�Zr-3 KJ Zr K3�Q�Q�Q��OW� a UU UU K��K 23 W D00 00 00 0a 101-Oom00 00 MO aoa ¢¢mOooW0,000, 0a�o.0000000U O HU O H mo0
o L mmUmm0 UV>mm mmm o OaDm�M n 0cim�noav�Soa nan o
N_o•o-ioNoN No.r-m�MnONuiM o
mmmmmmmm000a MMM�Oa�0
"'O<MMMM MMMMMMMMMM M.-���
o co mmt0mmmmmmmm.ommmmmm�ommio
c oZ nhnnnnhnnnnnnnnnnnnnnn
3 Irmo ����om Nna�nmmn�nNm��M�ommo�omomm��ommNNOU�NOmmmmmm<nmNmNino�,nrnnM�m�mm<m�nammaamnnmmnnv�mmnm�om�nm c '-
mmM --mmnm-M>mmm n.-Mm o M aaa
OF NNUi�'" (U I�I�u>v)Oi 01 M)d 01fiu7�7id vi�< aQMi.f YtU V)�LLDu)Yl V1Mj«Mi CJ�� <uj riOaV O`i 01 V)YOOd<QOOOOt`1 M)Q IVQ�m� V MQ00nmmO=N town m mOM Q0p;
>�(j<� aDaDMi riviocl�f�i�00000000---- <vilflQ���� Om�.-�n.-NNN�---- -OHO tONNNNM O 0p 0p0pmmODmmm O�mmmOlmm mNNNNM
o N� N� �.-•- O t,mmmmmmmmm mmmmmmmmNNNNN
an Nm�ma0�M0<��NMm000mOm0�<0N0mN00n0mma�nM�mnMl�ppm.-NOM00ONn"MNn'-MO"nm mMMmmM.-r mm�n�n��n�00N'n�Om�OMd.-nM�nmyl"m0
O<0 M�n"Cl O'mnMMN�00opmin00M0mQM<m<OMOmOmNOpmm MO�r MMI,o00Md mOmNMN�N�h NONMmdN00_m�m Nhm�Omh d mMMNmn'-mnnOnNm�O.-NmM
`nnmo v° OnO0<aa<aae<a<Y�°nNNYOIOdaaaaa°vM<Mmirmia<u`�i�°n�°nvaaavw<avMiv`niv�iv1Oiv�Dimumiumivmirni��umiMmi°<eaMminMnia«a�°n�u'Oivniv°i�n<a�aaaaav`'aivmivivmi�ivmi�nv�oin��°n U
W MMe7Mi7M MI e7MI'MM!7M1171717 M117MMf7M PIMM MilMMM1717M�'117 i7MM MM'17 i7 MI MM1 f717MMMMMMIMMMMMYIMMr7MMM1f7MMf i7MM MN1�MMi�1MhMI7e7^MM MMI!717 i7MMMi7e7 e7MM j
--- -.-.--.- --�-.---�-e-�-----------Pe-------00-pp.-�-- ------.----�----- -.-------------.------------- ----------- --- N N UU ZZ
O O�I��aODNm N0nQ�0VmMNMhOpON.p-<�jM<nMN1Mm M�ONl t00Ya00�d.^-
H O<L,<a 0 1Q�M)O<M000rn0n rn0n 0<00a m00 Nmm.-NmeFNNmN0M<MC 00aMNONM0O� f N- m M1mm 000mN0 O M�t�On r<O-<Oi��MmI00DQha�Na�D i mtON00.}N M01 M0aV NON wonmmOMMMN_. � 0M0l�m 0 MO0 0pMp Mrp O(V hN�alm N^p M10nn Qh«h0m Z- U JOW
:6r,:c4Oi :666=0aDh! m4mn N <NlVYM b Ojai O QOV0 Qm Nm-D"Ln mm0N NNNM .0-0N0000 00 s0000o000000o00pp m00 OOmm0000000000000000000-Y m--O00n00000�mnMN .N N -mm0 =
w Q
U O 00000000000000 000000000000000000000000000 0000000000 000000000000000000000000000000 00000000 00000000000 p N 0 0
C Z^^!^rnnrrnnnnn hnrhnnnnrnnrnrnnhhrrnrnrnhhhhn hrnnrnn hrnnnnhhnnnn nnnhnhnnhnnnnnnrnn hh-----nhhrhrhnhhnn N
NLI Li �=w>n}
NMO�NMt00h0mO�NMY 00h0mO NM<00nmmO�NMa 0h0mO�NM Q00r0mO�NMC00nmmONMO 000000�NM<�mm�mm0�-NMY�nmrmm0�-d'�nmhmm 0�
0000 00000000"0o000000on"n,nn NNNNN NNNNMMMMMMMMMM«A d tF<Q d d 400000000000000000000 hnnrnnnnnm0mmmmmmmm HWw = mZ
0.,. NN NNNNNNNNNMMMMMMMMMMMMMMMM MMMMM MMMMMMMM MM IMMMMMMMMMMMMMMMMMMMMMMMMMMMM nI nnn MMMMM MMMMMMMMMM Mnnnn MMM mm 0mJ O W U
do 0
"00 < Z F D U=N
K
n<Fm
Q
bkWw�p
O zK
? W
F UOdZ �
F a
OW m
K /
S
f J 7
m aN z X
�U
o �
R o $
N
z
O7
Ed
U °sa �y do
o
>
(D >' 9� S y} rc' Q) m
G
Q . / o •� au
m
z >
Q vi
U . W — i3nva��—— —_—---
z L ) 1N3A3AOSdnl 30 mnn
^a
Cn
M U
oW
Z ; o
z n
W O Z. >�
41 _ Nnmm 'Yn0 N¢
Q C U -r _ Dw
U ' F-
L�LI ^^ c >> 0 0
V/ n
m�4141 m�IJW
JoIoJislwwpy `•3•d uouuawwlZ 66ai0 � 8ddV AVO AS NOISIA38 •ON
-jdaO siNoM o!I9nd/6wplms/ uluuold
}oafoJd UiSO8 }Uau.IipaS 140 Ali O
199jo pooMaldoyy , ZI �.
LSOZ-LZ-dMS
m aM aor ms ,au am svu >,