Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: April 15 , 2013 CAG-13-044
Awarded to: Rodarte Construction, Inc .
' 17 East Valley Hwy E
Auburn, WA 98092
Award Amount: $733 ,033 .95
' Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of the
' Contract, Plans and Specifications
Construction of:
President Park Water Main
Re placement Project
' PROJECT NO.
WTR-27-3638
■
March 2013
City of Renton
' 1055 South Grady Way
Renton, WA 98057
Project Manager: Andrew Weygandt,PE,(425)430-7208
' i of
O E
1
___ROD►ARTE CONSTRUCTION_, Inc.
' 17 E. Valley g Hi hwa Y East — Auburn WA 98092
April 19,2013
t
City of Renton
Public Works
1055 South Grady Way
Renton,WA 98057
RE:President Park Water Main Project(CAG-13-044)
Emergency Contact List
JR Rodarte
' Responsible Officer/Project Manager
17 East Valley Hwy E
Auburn,WA 98092
9r(iDrodarteconstruction.com
Office(253)939-0532
Cell(253)632-2724
' Kevin Lawson
Superintendent
17 East Valley Hwy E
Auburn,WA 98092
' Cell(253)632-2734
' Ken Frick,Bonding Agent
Terril Lewis&Wilke
PO Box 1789
Yakima,WA 98907
' Ken_frick @yahoo.com
Office(800)244-2615
1
L ' Office (253) 939-0532 Fax(253) 939-0557
RODARTE*225D9
' Board of Directors Resolution
Rodarte Construction, Inc.
A meeting of the directors of Rodarte Construction, Inc. was held at Rodarte Construction, Inc., 17 East Valley Highway; Auburn,
' Washingon 98092 on March 23, 2011 at 10:00 AM. At the meeting a quorum was present, and the following resolution was adopted:
WHEREAS, the Board of Directors notes that Frank Rodarte Jr. has been an officer in the
' Corporation since 2002, and a shareholder since 2006, and a signer of bids during and since that
time. Further, the Board recognizes Frank Rodarte Jr. as the General Manager of Rodarte
Construction, Inc.
t RESOLVED, Frank Rodarte Jr is authorized, and empowered for and on behalf of the Corporation
and in. its name to execute Construction Project Bid Documents, Bid Bonds, and all other Bid
Related Documents for and on behalf of Rodarte Construction, Inc. as may be required.
' RESOLVED, Frank Rodarte Jr. is authorized and empowered to enter into agreements and
contracts on behalf of Rodarte Construction, Inc in the execution of his role as the General
Manager and Vice President of Rodarte Construction, Inc.
tAuthorized Signature:
Frank Rodarte, Jr.
tIN WITNESS WHEREOF as the Board of Directors of Rodarte Construction: Inc, we do hereby certify that the resolution appearing
above is a full, true, and a correct copy of the resolution of the Board of Directors which was duly and regularly called and held in all
respects as required by law and that the signature appearing above is the genuine signature of the person mentioned in said resoltion
and authorized to act on behalf of the Company as set forth in said resolution.
Arank<Rodahe,^Sr.—President Date
' Shirley` odart6—Vice President, Secretary,Treasurer Date
Frank Rodarte, Jr.—Vice Presio, Date
' Acknowledged
On this 23rd day of March, 2011, before me the undersigned, a Notary Public in ad for the State of Washington, duly commissioned and
sword, personally appeared Frank Rodarte Sr., Shrey Rodarte, and Frank Rodarte Jr. to me known to be the individuals described in
and who executed the foregoing instrucment,and acknowledged to me that they signed and sealed the said instrument as their fread
' voluntary act and deed for the uses and purposes therein mentioned.
Witness my hand and official selaffixed the day and year in this certificate above written.
Notary Public in and for the State of Washington
' Residing at
My Commission expires: `j` �� ��
�ustness License
City at w }
Annual Out of C �, `Expiration Date.
01 i3l 1201
1Q55.,Sb,uth-G rady Way : Renfon WA 98057..(425).430 6851
'Business Location Issued Date License #
17 E VA LLEY 02108/2013 BL029683
AUBURN, WA 98092 5531
Licensee`has applied.for a City.o.f Renton business
license m accordance with Renton Municipal Code m .
(tli'e Code), Title-V Business;_Chapter.5 Business
RODARTE CONSTRUCTION INC
:License The Licensee agrees to'com.plywith all
17.E VALLEY WAY E requirements o#the Code, as wefl;as State laws and`
AUBURN,.WA b809-25531'1,-
regulations ap.plicab e o the:business activity
licensed
Post this`License at_the lace of bu
,p siness.
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
forthe
President Park Water Main Replacement Project
PROJECT NO.
WTR-27-3638
March 2013
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
i
A�.G
■ � zr
�. 44853
� '`�IDNAL��'��l
i
3638-01—COVER August 2012.doc
City of
D Q��0 ss.
President Park Water Main Replacement Project
WTR-27-3638
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
* Proposal & Combined Affidavit & Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
* Department of Labor and Industries Certificate of Registration
* Bid Bond Form
* Schedule of Prices
** Subcontractors List (If bid exceeds $1,000,000 and includes HVAC, plumbing, or electrical
subcontractors per RCW)
❖ Bond to the City of Renton
❖ Fair Practices Policy Affidavit of Compliance
❖ Contract Agreement (Contracts other than Federal -Aid FHWA)
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Special Provisions
Standard Plans
-Traffic Control Permit Application
-Pay Estimate Submittal Form
-Standard Plans
' Documents marked as follows must be submitted at the time noted and must be executed by
the Contractor, President and Vice President or Secretary if corporation by-laws permit. All
pages must be signed. In the event another person has been duly authorized to execute
contracts,a copy of the corporation minutes establishing this authority must be attached to the
bid document.
* Submit with Bid
** Submit with Bid or within 1 hour of bid
❖ Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
3638-02_CONT August 2012.doc\
i
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION N0. 4085
It i's the policy of the City of Renton to promote and provide equal treatment and service
to all citizens and to ensure equal employment opportunity to all persons without regard
to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non-discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner Which is
based on job-related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
' Renton will cooperate fully With all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this 7 th day of
' March 12011
CITY O R.ENTON CITY COUNCIL
��—&'-A:4�
n
Denis Law, Mayor until Pr sident
Attest:
za �\
Bonnie L. Walton, City Clerk _
SEAL
TEM
� ;-
i
CITY OF RENTON
SUA&MRYOFAAlERICANS WITH DISABI ffMACTPOLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WTTH 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. o
day f Octo er 1993:
C RENTON RENTON CITY COUNCIL:
Mayor until President
Attest:
City Clerk IV
CITY OF RENTON
President Park Water Main Replacement Project
WTR-27-3638
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation
of the facilities, as shown on the plans and as described in the construction specifications, to include
but not be limited to:
• Installation of approximately 4,200 linear feet of Class 52, 8-Inch Diameter Cement Lined
Ductile Iron Water Pipe with Poly-wrap, including fittings,valves, and fire hydrant
1 assemblies.
• Trench excavation, including removal of existing unsuitable material, stockpiling excavated
material, and maintenance of existing utilities.
• Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs,
gutters,and driveways.
• Testing, poly-pigging, disinfecting and flushing of water mains.
• Connecting to existing water mains.
• Installing and maintaining adequate TESC measures and restoring all disturbed areas.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans
and specifications of this contract document. A total of 100 working days will be allowed for the
completion of this project.
3638-04_SCOPE.DOC\
McKnight
' School
k f
Aaxfsr
V-
00)
_ t a !t'n r
CC
Him.lands
Honey De
�..
E
j si
Renton
Ali
Greermood
, , PROJECT LOCATION
�+�lt tit','�} ( .•'
r.
ud park �
k t N 61 a a KC Department of
TransporaVon
Ofvet
VICINITY MAP
t N.T.S.
i
1
t
I
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be ublicl opened and read, after which the bids will be considered and the
p Y P
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing,to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in anyway,
modify the contract documents, whether made before or after letting the contract.
3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be
only approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
I 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
S. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of
Finance of the City of Renton in an amount not less than 5%of the total amount of the bid shall
accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following
the decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse
to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No 0 opportunity will be offered for oral explanation except as the
pP Y P P
City may request further information on particular points.
10. The bidder shall, upon request,furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance e. .fire and extended coverage,( g g . worker s
compensation, public liability, and property damage as identified within Special Provisions,
Specification Section 1-07.18 "Public Liability and Property Damage Insurance".
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City
of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
lCity of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage".
16. Basis for Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid
forms to be considered responsive for award. The total price of all schedules will be used to,
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the
Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
tAs required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter
49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs
of trench safety systems shall not be considered as incidental to any other contract item and any
attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
tIn accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein,there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates is included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates".The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
tcontract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
t3638-06_[NSTR August 2012.doc Revised:August 2011
L
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA"2008 Standard Specifications for Road, Bridge and Municipal Construction" and
Division 1 APWA Supplement hereinafter referred to by the abbreviated title Standard
Specifications."
1 " ,, " „
A. Any reference to State, State of Washington, Department of Transportation,
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read "City of Renton," unless specifically referring to a standard specification or test
method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14, Measurement
and Payment (added herein) shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer,the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit
their bid. Upon approval of the City,the Bidder may make such subsurface explorations and
investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities,
utilities and other buried or surface improvements and shall restore the site to the satisfaction of the
City.
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior
to bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit with Bid"?
❑ Has the bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
❑ Has the proposal been signed?
t ❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List (If required)?
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
❑ Have you submitted the Department of Labor and Industries Certificate of Registration form?
3638-06_INSTR August 2012.doc Revised:August 2011
CAG-13-044
CITY OF RENTON
CALL FOR BIDS
President Park Water Main Replacement Project
WTR-27-3638
Sealed bids will be received until 2:30 p.m.April 9,2013 at the City Clerk's office, 7`h floor and will be
opened and publicly read in conference room 620 on the 6th floor, Renton City Hall, 1055 South
Grady Way, Renton WA 98057 for the President Park Water Main Replacement Project.
The work to be performed within 100 working days from the date of commencement under this
contract shall include, but not be limited to:
i • Installation of approximately 4,200 linear feet of Class 52, 8-Inch Diameter Cement
Lined Ductile Iron Water Pipe with Poly-wrap, including fittings, valves, and fire
hydrant assemblies.
• Trench excavation, including removal of existing unsuitable material, stockpiling
excavated material, and maintenance of existing utilities.
• Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete
curbs, gutters, driveways, and sidewalk.
• Testing, poly-pigging, disinfecting and flushing of water mains.
• Connecting to existing water mains.
• Installing and maintaining adequate TESC measures and restoring all disturbed areas.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available March 25, 2013. Plans, specifications,addenda, and plan holders
1 list for this project are available on-line through Builders Exchange of Washington, Inc., at
http://www/bxwa.com. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton",
"Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List.")Questions
about the project shall be addressed to, Andrew Weygandt, City of Renton, Public Works—Water
Utility, 1055 Grady Way, Fifth Floor, Renton,WA,98057, phone (425)430-7208,fax{425)430-7241.
LA certified check or bid bond in the amount of five percent (5%) of the total of 7each bid must
accompany each bid.
` . The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply.
1C�lLi (d/GZL��
Bonnie I.Walton, City Clerk
Published: Daily Journal of Commerce March 25,2013
Daily Journal of Commerce April 1, 2013
3638-07_CALL_E August 2012.doc
City Of
President Park Water Main replacement Project
' WTR-27-3638
t Proposal & Combined Affidavit &Certificate Form
TO THE CITY OF RENTON
' RENTON,WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the°proposed-work.and have read
and thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work; and hereby propose to
undertake and complete the work embraced in this improvement,or as much.thereof,as can be completed
with the money available, in accordance with the said plans, specifications and contract and the schedule
' of prices.
The undersigned further certifies and agrees to the following provisions:.
NOWCOLLUSION 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. Therefore, vendor hereby assigns to.purchaser any
and all claims for such over-charges as to goods and materials purchased in connection with this order or
contract, except as to overcharges resulting from anti-trust violations commencing after the date of the
bid, quotation, or other event establishing the price under this order or contract. . In addition, vendor
warrants and represents hat such of his suppliers and subcontractors shall assign any and;all such claims to
purchaser,subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
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.mecha.nic
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.
1
I
ge 12 Proposal&Combined Affidavit&Certificate Form _ ..............................._ ___ __
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
' Proposal&Affadvit/Certificate-Page 2 of 2'
tI have read .the above and foregoing statements and certificate, know the contents.thereof and the
substance as set forth therein is.true to my knowledge and belief.
' FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS-TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
Rodarte Construction,Inc.
Name of Bidder's Firm
' Signature of Authorized Representative of Bidder: � �-
1
Printed Name: &" Title: T 1 ,
�..]� �C�
Address: C. � W� q
' Contact Name (please print): �C)Ky\ E-�ks
n ,
Phone: d��3 —C{�Q —0 1;'3 Email:
If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY(LLCj,please-complete this section':
' Name: Title(Partner, Member, Manager): .
' If business is a CORPORATION,please complete this section:
Name of.President of Corporation
Name of Secretary.of Corporation \
Corporation Organized under the laws of
\J a1w� E`a
With Main Office in State of Washington at
I
Subscribed and sworn to before me on this day of. ,20 V3
1 \\\111111//�� , •
�\��s••ONY••.,y�L����.. Notary Public in an�for theS tat f Washington
•••�+ `tom
_=N � NOTARY 9N Notary(Print) t�1 kv� N La-kA
. P. PUBLIC
' -fs O2� My appointment expires: Q
i' 08 DRAFT COMBINED]PROP and TRIPLE FORM Au' st:201.2 DRAFT.doc
ge'l 3 _....._
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
7
' Department of Labor and Industries
PO Box 44450 D CONSTRUCTION INC
TE
Olympia, WA 98504-4450 5 e : CROIDARI*225D9
6Ob 2644403
AZ
. g Reg ere EC, 6vided by Law as:
construction Contractor
GENERAL
RODARTE CONSTRUCTIO `TN' ate: 329/1978
t 17 EAST VALLEY HWY E ���g atoi Dat 6/3/2014
AUBURN WA 98092
M
III
Department of labor and Industries
' Certificate of Registration
Rodarte Construction, Inc.
Name on Registration:
Registration Number-
Ex piration Date,: L, 3 l
Note: A copy of the certificate will be requested as part of contract execution when project
is awarded.
i
i
i
1
1
' 3638-10_L$I REGISTRATION August 2012.doc1
ige --°14 Certificate of Registration _..____.. _ ._ ._.__....__ _..__. .........
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
i
' BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
' amount of$ 5% CE teal ariaalt laid which amount is not less than five percent of the
total bid.
Signature
' Know All Men by These Presents:
That we, Rodarte Construction, Inc. as Principal, and
casualty and 9-zie y CtrrPay cf Pica as Surety,are held and firmly bound unto the City of Renton,
■ as Obligee,in the penal sum of �� Pmt Cf tOtal 22-r± lid Dollars,for the payment of
which the Principal and the Surety bind themselves,their heirs,executors,administrators, successors
'
and assigns,jointly and severally,by these presents.
_. , .. .._ ...._......,_.._.._. .._. ..
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
Prt�c;r7ar,(- Pa3c Vti:bE 'M n Igalaoe according to the terms of the proposal or bid made by the
t Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee iR-
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 -
the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full
force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and
' liquidated damages,the amount of this bond.
' SIGNED,SEALED AND DATED THIS 5th DAY OF Ax" 12013
7;ipaIJR o�vCVo�T
' urety Lori N13{iniYy, —ire-F�ct
` Received return of deposit in the sum of$
09_DRAFr BID BOND Fonn August 2012 DRAFT.doc1
age 15 Bid Bond Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
,G POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
Attorney-In Fact No. 223473 Certificate No. 005233969
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,_and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the
laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint
Donna S. Martinez,Keneth J.Frick,Alex B.Hodge,and Rodney C.Lewis
of the City of Yakima State of Washington their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in theirr,business off,guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pertnttte&m anyactions or-proceedings allowed by law.
KV
16th
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,'and their,corporate seals to be hereto affixed,this
day of October 2012
v
Farmington Casualty Company i V St.Paul Mercury Insurance Company
Fidelity nd Guarant Insurance Co an Travelers Casualty and Surety Company
Y Y`; -�: r P Y,, Y Y P Y
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
pASUA� FINE TN IRS +'� ,'"�NSII�`'•, lTV ANp Y .
�OPP�AIJ T~ d1°�gA r i E O(, • W 4 A Q RPOR %0�1t0 A>F ORAT�::.�i1 9 8 2 O :n. 5 a J � ' � SEAi .o; o•STsA....z S.......*a AN1
State of Connecticut By:
City of Hartford ss. Robert L.Raney,Fru.r Vice President
On this the 16th day of October 2012 before me personally appeared Robert L.Raney,who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers
Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
PD Ter
i In Witness Whereof,I hereunto set my hand and official seal.
My Commission expires the 30th day of June,2016. 'OUBU� * %%-Marie C.Tetreault,Notary Public
�s
58440-8-12 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardiad`Insurance
Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United Staes
Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and
Surety Company,Travelers Casualty and Surety Company of America,and United'St tes Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies„which•is in1ull force and effect and has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed -seals of saaiijdrCopanies this 5th day of April 20 13
Kevin E.Hughes,Assistant Sec tart'
�M NgU.. tY AN vY
@ \.-....SG at qq t Jp� O m Nyl Suq�,� FY
Q, .9J:............ a �P
�ygppq'� tl 4 92 ry�ORPOR •'!
Y J6 0 �° N('OAPORArED t- i�14 ry A>F m :�W rC�RPORATE-.°i
t r •n �'. 'o i m pONM. 1896 -�
19Jr1 SEALiodo: CoNN. � @ n ,�
4 �a � � o•.• S8ALJ3 ;, o
Ae+eE
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attomey-In-Fact number,the
above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
i
CITY OF RENTON
PUBLIC.WORKS DEPARTMENT
t SCHEDULE OPP.RICES
PRESIDENT PARK WATER MAIN REPLACEMENT PROJECT
'Note:Show price per unit in figures only. Figures written to.the right of the dot(decimal)in the price per unit column shall be interpreted as cents.
' SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON`BID ITEMS.
ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT
NO: QUANTITY Dollars Cents Dollars Cents
Mobilization, Demobilization,Site Preparation&Clean-up
1 1 iGoO 344 �vc�
�
May not be more than ten percent(10%)of the iotal amount of the bid. Lump Sum Per Lump Sum
2 Traffic Control 1 a5poo, bU
Lump Sum Per Lump Sum
3 Trench Excavation Safety Systems
Lum Sum. Per Lump Sum
' 4 Construction Surveying and Staking `ID 60
'
Lump,Sum Per Lump Sum
5 As=Built Surveying for Progress Payments and Final As-
Builts Lum .Sum`Per Lump Sum '
6 Temporary_Erosion and Sedimentation Control 1. , 00 �a(
' Lump Sum Per Lump Sum
7 Site Specific Potholing 20
��
Each Per Each
' 8 Furnish and Install 8":CI 52 DI Water Pipe&Fittings w/ 4,210 ' On
Polywrap Lineal Foot Per Lineal Foot
9 Furnish and Install 8"Gate Valve Assembly 28 at coo
Each Per Each
I
Cam? Co
10 Concrete for Thrust Blocking; Dead-Man Anchor.Blocks
' Cubic Yard Per Cubic Yard
11 Furnish and Install Fire Hydrant Assembly 5 'l-A �) 0_0Q.
Each Per Each
12 Furnish&&Install 1"Water Service Connection
Each Per Each
13 Furnish&Install 2"Water Service Connection tf—\
$ Each Per Each
14 Connection to Existing Water,Main 8 AE)00•
1 Each Per Each I
15 Cut,Cap,and Block Existing Water Main 1 ' +
�too,
' Each Per Each
16 Removal and Replacement of Unsuitable Foundation 150 L� LA co CU
Material Ton Per Ton
i
Ige 16 Schedule of Prices
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
CITY OF-RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES.
PRESIDENT PARK WATER MAIN REPLACEMENT PROJECT
"Note: Show price per unit in figures only.Figures written to the right otthe dot(decimal in the price per unit column shall be interpreted'astents.
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITEM ITEM WITH UNIT PRICED BID APPROX., UNIT PRICE TOTAL AMOUNT
NO QUANTITY Dollars Cents 'Dollars Cents
17 Select Imported Trench,Backfill 11100
Ton Per Ton
Crushed Surfacing Top Course,Crushed Rock Backfill, 2
18 Crushed Rock for Shoulder Restoration 1`'150 ��' 0 > •e>0
Ton Per Ton
•00
a 19 2"Temporary Cold Mix Asphalt.Trench Patching 360 1 10 co ;
Ton Per Ton
20 H.M.A.Class 1/2"PG 64-22 for Roadway.Reconstruction 720 t �
It Ton Per Ton
i 21 Removal and Replacement of Concrete Curb and Gutter 250
Lineal Foot Per Lineal Foot
1 ob,
' 22 Concrete Driveway nd/or Sidewalk Restoration 100 `-1 � .
Y �A�
Scare-Yard Per S uare=Yard
' 23: Property&Landscape Restoration 1 ,CT)
Lump Sum Per Lump Sum
tSubtotal Pofo 7�I 1©
9.5%Sales Tax 6 �!15 45 VeoI X13,95
Total -751 3 61 `{5 733�o°s.9S
-Cot OF
And9cc4,,j Ar,o4+-
ge 17
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Bond No. 105911135
BOND TO THE CITY OF RENTON
' KNOW ALL MEN BY THESE PRESENTS:
' That we,the undersigned Rodarte Construction, Inc.
as principal, and Travelers Casualty and Surety Company of America
corporation organized and existing under the laws of the State of CT 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 $733,003.95 for the payment of
' which sum on demand we bind ourselves and our successors, heirs,administrators or person
representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of
' the City of Renton.
Dated at Ax ,Washington,this (o day of APr-41 20L L.
Nevertheless,the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Public Works Construction Contract CAG-13-044 providing for
construction of President Park Water Main Replacement Proiect,the principal is required to furnish a
bond for the faithful performance of the contract;and
WHEREAS,the principal has accepted,or is about to accept,the contract, and undertake to perform the
work therein provided for in the manner and within the time set forth;
NOW,THEREFORE,if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth,or within such extensions of time as may be granted
under said contract,and shall pay all laborers,mechanics,subcontractors and material, men,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.
' Travelers Casualty and Surety
Rodarte Construction, Inc. Company of America
Principal Surety
Signature Signature Lori McKimmy
'(A- e,n Attorney-in-Fact
' Title Title
13 DRAFr BOND August 2012 DRAFT.doc
1
I
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
AGE POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
Attorney-In Fact No. 226181 Certificate No. 005363804
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the
laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint
Donna S.Martinez,Keneth J.Frick,Alex B.Hodge, Rodney C.Lewis,and Lori McKimmy
of the City of Yakima State of Washington their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their-business o�f,guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permittedin any actions or proceedings allowed by law.
R J
,� t
1 t f�$ � ^ 12th
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed-and their corporate seals to be hereto affixed,this
day of February 2013 ✓y ^ Y: v
Farmington Casualty Company �, e1 '} St.Paul Mercury Insurance Company
Fidelity and Guaranty In!l rance,Company f j Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
G,•SU,F� w V F\FE 4 STN INS '� 1Y AN° �vY t,
2°pV017� rL � ' ���QF�
1- % �1COFVORA>F�m IW`:`OaPORgT �jni 9�
a I
° cry- y; 1951 �'•S E 11[,io f 1 ° CONN. n E OONN. P N 1896 -+
bra� ��' ! � ��bV�ANCE G ° S.AN L�i o1.. +° 's Lr . •�t8'' `P
%171 Ald�
State of Connecticut By:
City of Hartford ss. Robert L.Raney,Fenior Vice President
On this the 12th day of February 2013 before me personally appeared Robert L.Raney,who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers
Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G,TlT
In Witness Whereof,I hereunto set my hand and official seal.
My Commission expires the 30th day of June,2016. �j0t/BL�� * Marie C.Tetreault,Notary Public
�s
58440-8-12 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance
Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United Slates o.
Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and
Surety Company,Travelers Casualty and Surety Company of America,and United Sit4ates Fidel y and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Co � s�which4s�m full fo ce and effect and has not been revoked.
"Iry IN TESTIMONY WHEREOF,I have hereunto set my hand an&affixed the-seals of said Companies this day of 20 13
Kevin E.Hughes,Assistant Sec tary
r p�SUA��L Jy 410.E 4 Oo,N..�NSG9 Jpt•'" NSUy�,� JP�1V 4Npe Rwz A� s`f Fi! � '9 SE EAL:3 £F�NC¢4 °"1S.AN�a_ D . "W AtNo'
memo .......vim g......* t �,d
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the
above-named individuals and the details of the bond to which the power is attached.
` WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
' D City of t(0�1 I -cs�x
tCITY OF RENTON
FAIR PRACTICES POLICY
' AFFIDAVIT OF COMPLIANCE
hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
' disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status;
' or veteran's status.
II. The above-named contractor/subcontractor/consultant complies with all applicable federal,
' state and local laws governing non-discrimination in employment.
1 III. When applicable, the above-named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
f) ._ Q ; _I ca t-e J r
' Print Agent/Representative's Name
�
C1 M+
1 Print Agent/Representative's Title
' Agent/Representative's Signatur
C1 I
Date Si ned
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
' supplier. Include or attach this documents) with the contract.
a
' CI-2009
' CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this day of 222a,(4 — by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and CI CtC tC (j 6a___4 L( bon, ,
hereinafter referred to as "CONTRACTOR."
' WITNES SETH:
' 1) The Contractor shall within the time stipulated, (to-wit: within `. 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 workman 'ke manner, in connection with the City's
Project identified as No. C,M—\_)--D�- for improvement by construction and
' installation o£
Work for the President Park Water Main Replacement Project, as described in
"Scope of Work"dated March,2013`, attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed
' in strict conformity with the plans and specifications, including any and all addenda issued
by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans,
' specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
' hereto attached.
a) This Agreement
' b) Instruction to Bidders
c) Bid Proposal
d) Specifications
' e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
1
' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the
benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the provisions of this
' Contract, the City may then serve written notice upon him and his surety of its intention to
terminate the Contract, and unless within ten(10) days after the serving of such notice, such
violation or non-compliance of any provision of the Contract shall cease and satisfactory
' arrangement for the correction thereof be made, this Contract, shall, upon the expiration of
said ten (10) day period, cease and terminate in every respect. In the event of any such
termination, the City shall immediately serve written notice thereof upon the surety and the
' Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after the serving upon it of
such notice of termination does not perform the Contract or does not commence
performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
advisable, for the account and at the expense of the Contractor, and his surety shall be liable
' to the City for any excess cost or other damages occasioned the City thereby. In such event,
the City, if it so elects, may, without liability for so doing, take possession of and utilize in
completing said Contract such materials, machinery, appliances, equipment, plants and
other properties belonging to the Contractor as may be on site of the project and useful
' therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
' remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents,
' representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of.every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
' Contract to be performed hereunder, including loss of life, personal injury and/or damage to
property arising from or out of any occurrence, omission or activity upon, on or about the
premises worked upon or in any way relating to this Contract. This hold harmless and
' indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the performance
of the Contract, including its use by the City, unless otherwise specifically provided for in
this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory
primary basis. In the event the City shall, without fault on its part, be made a party to any
' litigation commenced by or against Contractor, then Contractor shall proceed and hold the
City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay
' all costs, expenses and reasonable attorney's-fees that may be incurred or paid by City in the
enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless
' the City, .from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
from the concurrent negligence of(a)the Contractor's agents or employees and(b) the City,
2
' its agents, officers and employees, and involves those actions covered by RCW 4.24.115,
this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractor's negligence
or the negligence of the Contractor's agents or employees.
1
Should a court of competent jurisdiction determine that this agreement is subject to RCW
' 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
' hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely
for the purposes of this indemnification. This waiver has been mutually negotiated by the
' parties. The provisions of this section shall survive the expiration or termination of this
agreement.
' 6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative
of such party. Any such notice as heretofore specified shall be given by personal delivery
' thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than 100 working days from the date of commencement. For each and every working-
day of delay after the established day of completion, it is hereby stipulated and agreed that
' the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of
Standard Specifications as liquidated damages (and not as a penalty) for each such day,
which shall be paid by the Contractor to the City.
i) Neither the final certificate of payment not any provision m the Contract nor part ial or
' entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
' year from the date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct
and remedy any such defect, fault or breach at the sole cost and expense of Contractor.
Defective or Unauthorized Work. The City reserves its right to withhold payment from
' Contractor for any defective or unauthorized work. Defective or unauthorized work
includes, without limitation: work and materials that do not conform to the requirements of
this Agreement; and extra work and materials furnished without the City's written approval.
' If Contractor is unable, for any reason, to satisfactorily complete any portion of the work,
the City may complete the work by contract or otherwise, and Contractor shall be liable to
the City for any additional costs incurred by the City. "Additional costs" shall mean all
' reasonable costs, including legal costs and attorney fees, incurred by the City beyond the
maximum Contract price specified above. The City further reserves its right to deduct the
cost to complete the Contract work, including any Additional Costs, from any and all
amounts due or to become due the Contractor.
3
tThe Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
' Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL
PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A
WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND
' PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE
TIME FINAL PAYMENT IS MADE AND ACCEPTED.
' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance
of the Contract, including the payment of all persons and firms performing labor on the
' construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
' possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The
' Contractor 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 01),? q(�)
numbers
� ►� hundreb Nr-Vq one e:: tncU,S(Lr_d mire e 6161 ktr�
—Jen words
' including Washington State Sales Tax. Payments will be made to Contractor as specified in
the"Special Provisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-
' Employer Relationship will be created by this Agreement and that the Contractor has the
ability to control and direct the performance and details of its work, the City being
interested only in the results obtained under this Agreement.
' 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN
' 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE
OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE
FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE
' STATUTORY LIMITATIONS PERIOD.
15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of
' the covenants and agreements contained in this Agreement, or to exercise any option
4
' conferred by this Agreement in one or more instances shall not be construed to be a waiver
or relinquishment of those covenants, agreements or options, and the same shall be and
remain in full force and effect.
' 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at
the addresses listed on the signature page of the Agreement, unless notified to the contrary.
t Any written notice hereunder shall become effective three(3)business days after the date of
mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the
addressee at the address stated in this Agreement or such other address as may be hereafter
' specified in writing.
17) Assignment. Any assignment of this Agreement by either party without the written consent
of the non-assigning party shall be void. If the non-assigning party gives its consent to any
assignment, the terms of this Agreement shall continue in full force and effect and no
further assignment shall be made without additional written consent.
' 18) Modification. No waiver, alteration, or modification of any of the provisions of this
Agreement shall be binding unless in writing and signed by a duly authorized representative
of the city and Contractor.
' 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and
municipal laws, rules, and regulations that are now effective or in the future become
applicable to Contractor's business, equipment, and personnel engaged in operations
covered by this Agreement or accruing out of the performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of
II' ' which shall constitute an original, and all of which will together constitute this one
Agreement.
' IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
first above-written.
' CONTRACTOR CITY OF NI"ON,
7 t.
<
' President/Partner/Owner/Manage ember Mayo e s +_
ATTES t !
J
Secretary Bonnie I . Walton, City Clerk
' Firm Name
check one dcorporation Individual C3 Partnership Incorporated in`&)WU MV'OM I ' %101 1 CA-1�
' ❑ Limited Liability Company formed in .)
5
1y
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract
document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
(doing business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear
followed by d/b/a and name of the company.
' If business is a LIMITED LIABILITY COMPANY(LLC),name of the company should be listed
in full and the contract signed by a Manager or Member who has management authority for the
LLC. Please furnish,to the City, a copy of the Certificate of Formation, a copy of the LLC
agreement addressing management authority, and a copy of the latest annual report filed with the
Secretary of State for the LLC.
' 6
t
1 �
1
1
1
1
� PREVAILING MINIMUM HOURLY
WAGE RATES
1
1
1
1
1
1
1
i
1
1
1
2113 about:blank
' State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of
fringe benefits. On public works projects, worker's wage and benefit rates must add to not
less than this total. A brief description of overtime calculation requirements are provided on
the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 3/22/2013
lCounty Trade Job Classification I Wage flolidayOvertime Note
;King Asbestos Abatement Workers Journey Level i $40.831 5D 1H
�—__.
King Boitermakers :Journey Level $62.34; 5N 1C
I
King EBrick Mason ?Brick And Block Finisher $42.21 5A 1M l
__..._.... E
LKing iBrick Mason Y ;Journey Level $49.071 5A 1 1M
King 'Brick Mason Pointer-Caulker-Cleaner ! $49.071 5A 1 M
King .Building Service Employees iJanitor 1 $19.98 1 2F
.........__.___...._
sKing ;Building Service Employees Traveling Waxer/shampooer ; $20.39; 5S 2F
KingBuitding Service Employees 'Window Cleaner (Scaffold) _ $24.521 55 2F
.- _-______._.___._----._--
IKing !Building Service Emplovees {Window Cleaner(non-scaffold) $23.66; 5S 2F
King iCabinet Makers (In Shop) :Journey Level $22.74; 1 }
King Carpenters ;Acoustical Worker $49..57; 5D 1M
King I'Carpenters 'Bridge, Dock And Wharf $49.57 5D 1 1M
I 1
;Carpenters
iKing ;Carpenters !Carpenter $49.57! 5D 1M
'King lCarpenters :Carpenters on Stationary Tools j $49.70' 5D 1M i
King Carpenters Creosoted Material $49.67; 5D 1M
tKing Carpenters ;Floor Finisher $49.57! 5D 1M
' iKing 1! a nters Floor Layer 1 $49.57= 5D i 1M rn-
3_..m ..........
King liCarpenters :Scaffold Erector $49.57 5D i 1M
King iCement Masons Journey Level $50.13i 7A 1M
1
King IDivers Et Tenders ;Diver i $100.28; 5D 1M 8A
I
,King ?Divers Et Tenders !Diver On Standby ? $56.683 5D 1Mt
in ;Divers Et Tenders ;Diver Tender $52.23; 5D 1M
s
'King ;Divers Et Tenders ;Surface Rcv Et Rov Operator $52.21 5D 1M i
ut:blank 1/20
2/13 abouttlank
I'M ng Divers Ft Tenders !Surface Rcv Et Rov Operator $48.67; 1B
-----------
King ;Dredge Workers Assistant Engineer $51.371 5D
jG
---- ------
King iDredee Workers Assistant Mate(deckhand) $50.861 5D 3G
lKing I Dredge Workers Boatmen $51.371 5D 3G
',King !Dredge Workers 'Engineer Welder $51.42 5D 3G
,,King Dredge Workers Ieverman, Hydraulic $52.991; 5D I 3G
T
"King ;Dredge Workers ;Maintenance
$51.11 5D
3G
IKing ;Dredge Workers Mates $51.371 5D 3G
!King 'Dredge Workers !Oiler $50.991 5D 3G
,King Drywall Ap2plicator Journey Level $49.741 5D 1 H
King Drywall Tapers 3Journey Level $49.79' 5P 1 E
King Electrical Fixture Maintenance iJourney Level $25.34; 5L 1E
Workers
;Electricians - Inside 'Cable Splicer $64.24 ZC 2W
King ;Electricians - Inside iCable Splicer (tunnel) $69.07; # 2W
King lEtectricians - Inside !Certified Welder $62.04; 7C 2W
King !Electricians - Inside Certified Welder (tunnel) $66.651 7C 2W
King "Electricians - Inside Construction Stock Person 1 $34.19! 7C ZW
;King ;Electricians - Inside ;Journey Level $59.851 7C I 2W
,King 'Electricians - Inside- Journey Level (tunnel) $64.24' 7C 2W
King !Electricians - Motor Shop iCraftsman $15.37'
King 'Electricians - Motor Shop Jo urney Level $14.691
;King !Electricians - Powerline ;Cable Splicer $64.95 IA AA
'Construction
;King Electricians - Powerline 'Certified Line Welder $59.37T 5A 4A
!Construction
-------------------------
King Electricians - Powerline IGroundperson $42.16 5A 4A
'Construction
-----------
King Electricians - Powerline Head Groundperson
$44.5 0 5A I 4A
,Construction
i King !Electricians - Powerline 'Heavy Line Equipment
$59.37: 4A
;Construction 'Operator
King ;'Electricians - Powerline 'Jackhammer Operator $44.50 5A 4A
;Construction
...........
�King !;Electricians - Powerline 'Journey Level Lineperson $59.37; IA 4A
!Construction
King !Electricians - Powerline I Line Equipment Operator $49.95;' 5A
-A
!Construction
,!King !Electricians - Powerline ',Pole Sprayer $59.37; AA
'Construction
'Electricians - Powerline!King Powderperson $44.501 5A 4A
luttlank 2/20
2/13 about:blank
'Construction
King EElectronic Technicians Journey Level $31.00 1
-----_---
.
King Elevator Constructors IMechanic ;'; $77.70; 7D 4A
King !Elevator Constructors Mechanic In Charge $84.24 7D 4A
King ;Fabricated Precast Concrete All Classifications - In-Factory f $14.60; 5B 2K
!Products j Work Only
King !Fence Erectors ;Fence Erector ; $15.181 1
!King {Flag_ rs Journey Level $34.61 i 7A 2Y ;
King !Glaziers 'Journey Level $52.761 7L 1Y
?King !Heat Et Frost Insulators And ;Journeyman $56.93; 5J 1S
!Asbestos Workers I
King Heating Equipment Mechanics ;Journey Level $68.52; 7F 1 E
King !Hod Carriers Et Mason Tenders !Journey Level
$42.111 7A 2Y i
King Industrial Power Vacuum ;Journey Level $9.241 1
i I
Cleaner
King !Inland Boatmen ;Boat Operator ! $52.32 5B 1K
ok $48.89: 5B � 3
1K
King .Inland Boatmen Co __..___.__.__.________._________..n.,__�_._.____.__�..___�______.__�_.._._..:_..___.__....
King !Inland Boatmen iDeckhand $48.96. 5B 1K
fi =
Mrig !Inland Boatmen Deckhand Engineer I $49.95 5B 1 K
.._._
;King ;Inland Boatmen yLaunch Operator $51.W 5B 1K
!King !Iland an te 16; 5B
i _. ._ - _ _
n Boatmen Ma $51. 1K
_ _
'King !Inspection/Cleaning/Sealing Of f Cleaner Operator, Foamer $31.49; 1
s
Sewer Et Water Systems By 'Operator ! i
Remote Control
;King !Inspection/Cleaning/Sealing Of !Grout Truck Operator $11.48; 1
' ;Sewer Et Water Systems By r i
!Remote Control I I
,'King 'Inspection/Cleaning/Sealing Of ;Head Operator ! $24.91 ; 1
;Sewer Et Water Systems By
Remote Control
"King 'Inspection/Cleaning/Sealing Of !Technician $19.33! 1
!Sewer Et Water Systems By ! I
i
!Remote Control g
King ilnspection/Cleaning/Sealing 0 1Tv Truck Operator $20.45? 1
Sewer Et Water Systems By
i I I
j Remote Control I 1.
King ?Insulation Applicators ;Journey Level $49.57; 5D 1M l
"King Ironworkers ;Journeyman $59.021 7N 10
King =Laborers 'Air, Gas Or Electric Vibrating $40.83! 7A 2Y
j 'Screed
King !Laborers Wrtrac Drill Operator ' $42.11 ! 7A 2Y
King Laborers Ballast Regular.Machine $40.83= 7A 2Y
[ King FLaborers Batch Weighman ! $34.61 ; 7A 2Y ;
Ablank
2113 abouttlank
King 11 Laborers !Brick Pavers $40.83 7A 2Y
lKing _ 1'Laborers - Brush Cutter $40.83' 7A 2Y
King 'Laborers ;Brush Hog Feeder $40.83; 7A 2Y ;
i King i Laborers Burner _$40.831 7A 2Y
i t
;King 1Laborers ;Caisson Worker $42.11' 7A r_ 2Y
7A 2Y �
,King Laborers
Carpenter Tender $40.8,3; '
,King ;Laborers Caulker $40.83; 7A �2Y
?King ;Laborers ICement Dumper-paving $41.59' 7A 2Y
i r ,
°King ;Laborers 'Cement Finisher Tender ' $40.831 7A ' 2Y
Kin Laborers $ 1 7A 2Y
i g I ;Change House Or Dry Shack $40.83
King Laborers u� __._..._._._...._-,--, Chi _in Gun under 30 Lbs. Y�= $40.83_ _..._...—_._.___._.__..._______.-__.
_g PP g_ ( )
7A 2Y
�...__—_..._.. ..__._.,—_____-.-- _..__.._._
King �-._. Laborers 'Chipping}Chipping Gun(30 Lbs. And _✓_-�_ 1A^$41.59 7A 2Y (
Over) i t
,iKing 1Laborers =Choker Setter $40.83' 7A 2Y
King =Laborers }Chuck Tender 1 $40.83' 7A 2Y
King Laborers ?Clary Power Spreader $41.59] 7A 2Y
King 'Laborers 'Clean-up Laborer $40.831 7A ' 2Y
King 'Laborers Concrete Dumper/chute
Operator $41.591 7A 2Y
'
i
King iLaborers =Concrete Form Stripper $40.83; 7A 2Y
King iLaborers Concrete Placement Crew $41.591 2Y
fXing iLaborers 1Concrete Saw Operator/core $41.59' 7A 2Y
r � ;
ri tier
;King iLaborers Crusher Feeder $34.611 7A 2Y
King Laborers _..._.._._._-._'Curing Laborer_ ._,_..._...._.._....___.._._.__ __$40.83; 7A 2Y
King Laborers Demolition: Wrecking Et 3 $40.83; 7A 2Y tl
'Moving (incl. Charred Material)
t ,King 'Laborers ;Ditch Digger $40.83;, 7A 2Y
i (
2Y
King iLaborers Diver $42.11; 7A
King Laborers DrillOperator $41.59' 7A 2Y
;(hydraulic,diamond)
a
King iLaborers Dry Stack Walls ' $40.83; 7A 2Y
'King ;Laborers Dump Person $
; 7A 2Y
40.83
King iLaborers ;Epoxy Technician $40.831 7A 2Y g
,King (Laborers Erosion Control Worker ? $40.83 2Y
hKing #Laborers ;Faller Et Bucker Chain Saw . _ $41.59; 7A ' 2Y i k
FKing ?Laborers ;Fine Graders i $40.831 7A 2Y
ipppKing ?Laborers Firewatch $34.611 7A 2Y
,,King Laborers Form Setter $40.831, 7A 2Y _
lKing iLaborers Gabian Basket Builders $40.831 7A 2Y
luttlank
2/13 about:blank
`King `s Laborers EGeneral Laborer $40.83; 7A 2Y
King Laborers 'Grade Checker Ft Transit i $42.11: 7A 2Y
' i
Person
hKing �iLaborersW _ 'Grinders $40.83 7A _ 2Y
._._.__._-_.._. .__._.._.___
King !Laborers !Grout Machine Tender $40.833- 7A i 2Y f
"King ;Laborers ;Groutmen (pressure)including $41.59: 7A 2Y
I ; I
! `Post Tension Beams
!King yLaborers ;Guardrail Erector $40.8-3! 2Y
$King ;Laborers Hazardous Waste Worker (level; $42.11; 7A 2Y
3 A)
'King ;Laborers Hazardous Waste Worker (level= $41.59; 7A 2Y
;King Laborers Hazardous Waste Worker (level; $40.83; 7_A 2Y
r t `C)
i
3King ;Laborers !High Scaler $42.111 2Y ;
i
!King 'Laborers :Jackhammer $41.591 7A 1 2Y
King FLaborers Laserbeam Operator 1 $41.59; 7A I 2Y
_......
_
,King ;Laborers ;Maintenance Person $40.83= 7A 2Y
_ ____ _.__..__._._-__._.__°_.__..._..__.__..-_._ ___r-----_._. . . ____ M_-_..._.
King !Laborers 'Manhole Builder-mudman $41.59: 7A 2Y
!King ;Laborers 'Material Yard Person $40.83! 7A 2Y
Laborers 'Motorman-dink Locomotive $41.59; 7A 2Y
King y L i ------------- .
King !Laborers Nozzleman (concrete Pump, $41.59; 7A 2Y
E 'Green Cutter When Using '
Combination Of High Pressure
Et Water On Concrete Et
xRock, Sandblast, Gunite, s f
6 I I I 3
?S
hotcre
te, Water Bla
King Laborers !Pavement Breaker 1 $41.59' 7A 2Y
King aborers =Pilot Car 1 $34.61' 7A 2Y
g
___-
`King ;Laborers ;Pipe Layer Lead $42.11' 7A 2Y
;King Laborers !Pipe Layer/tailor $41.59; 7A 2Y
King Laborers ;Pipe Pot Tender $41.59 7A ! 2Y
£King 'Laborers iPipe Reliner $41.59 7A 2Y i
iKing !Laborers ,Pipe Wrapper $41.59# 7A 2Y r
_.�_. - ;
'King ,Laborers ;Pot Tender $40.83 7A 2Y
;King Laborers lPowderman. $42.111 2Y
IKing ;Laborers ;Powderman's Helper ; $40.83; 7A 2Y I _
King ;Laborers Power Jacks $41.59' 7A i 2Y
King =Laborers Railroad Spike Puller - Power $41.59 7A 2Y
King Laborers IRaker - Asphalt $42.11 7A 2Y
'King 'Laborers !Re-timberman $42.11=' 7A 2Y
I
out:blank
2/13 about blank
!King Laborers Remote Equipment Operator $41.593
.7A .2Y
i'King laborers 'Rigger/signal Person $41.59; 7A 2Y
King
;Laborers Rip Rap Person $40.831 7A 2Y
-----------
King Laborers Rivet Buster $41.591 7A 2Y
�King Laborers 'Rodder $41.591 7A 2Y
,King Laborers Scaffold Erector $40.83 7A 2Y
...............
King Laborers =Scale Person $40.831 7A 2Y
----------- -------
King
King Laborers 'S toper (over 20") $41.591 7A 2Y
King Laborers iSloper Sprayer $40.83 7A 2Y
..........
Laborers 'Spreader (concrete)
King $41.59' 7A 1 2Y
King Laborers Stake Hopper $40.83 7A 2Y
..............
-King I Laborers iStock Pi ter $40.83' 7A 2Y I
Ki ng Laborers 'Tamper Et Similar Electric, Air $41.59' 7A 2Y
Et Gas Operated Tools
I
King l Self-Tamper (multiple Et Se $41.59! 7A
2Y
propelled)
King Laborers 'Timber Person - Sewer (tagger, $41.591 7A 2Y
iShorer 8t Cribber)
King ;Laborers 7oolroom Person (at Jobsite) $40.83; 7A 2Y
iKing ;Laborers Topper
$40.83! 7A
2—Y
�King 11-aborers Track Laborer $40.83i 7A 2Y
`King Laborers Track Liner (power) $41.5 9 7A 2Y
.
,'King I Laborers ;Traffic Control Laborer $37.01; 7A 2Y 8R
.King Laborers Traffic Control Supervisor $37.015 7A 8R
'
King Laborers
Truck Spotter $40.83( 7A 2Y
................. -------
I
IKing laborers .'Tugger Operator $41.591 7A 2Y
King 'I Laborers Tunnel Work-Compressed Air $55.891 7A
2Y
Worker 0-30 psi
,King Laborers
'Tunnel Work-Compressed Air 1 $60.92 7A 2Y
Worker 30.01-44.'00 psi
----------
'King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y
;Worker 44.01-54.00 psi
'King i Laborers Tunnel Work-Compressed Air $70.301 ZA
'Worker 54.01-60.00 psi
,King 'Laborers 'Tunnel Work-Compressed Air $72.42' 7A 2Y
'Worker 60.01-64.00 psi F4N
King Laborers
Tunnel Work-Compressed Air $77.52 7A 2Y
;Worker 64.01-68.00 psi
King Laborers
Tunnel Work-Compressed Air i $79.421 7A 2Y 8
Worker 68.01-70.00 psi
lKing ILaborers iTunnel Work-Compressed Air $81.42. 7A 1H
Worker 70.01-72.00 psi
A
out blank
2/13 abouttlank
i
King ELaborers Tunnel Work-Compressed Air $83.42 i 7A 1 H
A
Worker 72.01-74.00 psi
1 1King Laborers ;Tunnel Work-Guage and Lock $42.21; 7A 2Y 8D
;Tender
King Laborers :Tunnel Work-Miner $42.21= 7A 2Y
;King 'Laborers Vibrator $41.591 2Y
King `Laborers Vinyl Seamer ! $40.83; 7A 2Y
'King 1Laborers ;Watchman $31.461 7A 2Y i
=King {Laborers Welder ws $41.59E w 7A 2Y
xKing laborers iWell Point Laborer $41.59' 7A 2Y
King ;Laborers ?Window Washer/cleaner $31.46; 7A 2Y
'King ;Laborers - Underground Sewer sGeneral Laborer Et Topman ; $40.83 7A 2Y
1Et Water
:King =Laborers - Underground Sewer ;Pipe Layer $41.59= 7A 2Y
f Et W ater
__.._. ----_.....
—
__
King ;Landscape Construction ;Irrigation Or Lawn Sprinkler $13.56;_ 1
jinstallers
i � 4
±King Landscape Construction ;Landscape Equipment $28.17; 1
;Operators Or Truck Drivers
King 'Landscape Construction 'Landscaping or Planting $17.873 1
j ;Laborers f
—--------------------
King Lathers 'Journey Level 1 $49.74' 5D 1H
;King ;Marble Setters Journey Level $49.07; 5A m Wn1M»
King 1Metal Fabrication (in Shop) 'Fitter $15.86; �� 1
.
,King ;Metal Fabrication (in Shop) °Laborer 1
$9.78=
-----------
King ;Metal Fabrication (In Shops Machine Operator $13 04f 1
--------------_.____ __..__.___.-_-_.____________..__-----
..__..._
King 'Metal Fabrication (In Shop) Painter $11.101
11 10 1
4King 3Metal Fabrication (in ShoPj Welder $15.48; 1
a
King ;Millwright ;Journey Level $50.671 5D 1M
King ±Modular Buildings =Cabinet Assembly $11.56i 1
sKing 'Modular Buildings Electrician $11.563 1
King (Modular Buildings ?Equipment Maintenance $11.561 1
King 'Modular Buildings ;Plumber $11.56; 1 3
"King `Modular Buildings ;Production Worker $9.40; 1
{
$King ;Modular Buildings Tool Maintenance $11.56, 1
'King 'Modular Buildings ;Utility Person $11.561 1
{'King FModular Buildings Welder $11.56 1 i
,King ;Painters 'Journey Level $36.53 2B
King Pile Driver Journey Level $49.82; 5D 1M
_
King =Plasterers ;Journey Level $48.23; 7D 111
i
7/20
2/13 abouttlank
King ;Playground Et Park Equipment Journey Level $9.191 1
,
s
1lnstallers
'King 1Plumbers Et Pipefitters !Journey Level $71.69; 6Z 1G
King._ Power Equipment Operators v ^^'Asphalt Plant Operators �_- LL« $5219; _._._7A._. _, . ._..__3C__.___.____8P._._
kKing Power Equipment Operators 'Assistant Engineer $48.92? 7A 3C i 8P
King 1Power Equipment Operators Barrier Machine (zipper) $51.701 7A 3C 8P
King iPower Equipment Operators 'Batch Plant Operator, Concrete $51.70; 7A 3C 8P l
i _ _.
;King ;Power Equipment Operators ;Bobcat $48.92; 7A 3C 8P i
;King Power Equipment OperatorsBrokk - Remote Demolition $48.921 7A 3C 8P
I Equipment
_._._. _
t
t ._ �. _i .}..._ ___.._...._._..__..._- .._._ ._._.-__..._..,.._a.. . .:
=King .Power Equipment Operators !Brooms $48.921 7A 3C 8P 3
King ;Power Equipment Operators ;Bump Cutter $51.7011 7A 3C 8P
rz..___-__.____! _ ._ _ __ ._.________ __ ._ ______._ -______ ____ _.�_ _._�
l<ing _�..._.__Eq_._p.. ._._ t Operators :Cableways 1 $52.19' 7A ? 3C ' 8P
___ Power E ut ment_-__.____...�__.__.._;_.____....____._.____ _.._._.___.._____._._______._._.-.___.._.._..____._:__.__--.._-_.__.__._...--_ .......-_ .__._.___..__
-King !Power Equipment Operators =Chipper $51.70` 7A 3C 8P
_-___..,__ __..E_._.._...___. _.-__....___..._.,,.._.._..-.._ _. _._._._.._.M..__ __.._.. . _ ___...__._...__.._.t..,,. _ i .._. .. ___..._......_,_..__.._. _
King 'Power Equipment Operators ;Compressor $48.921 7A 3C 8P
King ;Power Equipment Operators 'Concrete Pump: Truck Mount 1 $52.19: 7A 3C 8P
` a 'With Boom Attachment Over
142 M
___.______..___..._.._..._.... ._.._,....__....._..____._.._____.____ ....__,- Concrete Finish Machine -la...er__M 48.92, —_7 A".._......-._«..._...._.__..._....-..__...--__..� __.
(King iPower Equipment Operators 1 $ 3C 8P
IScreed
:King ;Power Equipment Operators ;Concrete Pump - Mounted Or $51.2811 7A 3C 8P
}
1Trailer High Pressure Line
'Pump, Pump High Pressure.
I
-King Power Equipment Operators ;Concrete Pump: Truck Mount $51.70 7A 3C SP i
1With Boom Attachment Up To
542m + i
King =Power Equipment Operators ;Conveyors $51 28 7A 3C 8P
SKing ;Power Equipment Operators Cranes: 20 Tons Through 44 11 $51.701 7A 3C 8P
a
I
;Tons With Attachments
'King iPower Equipment Operators :.Cranes: 20 Tons Through 44 $51.7011 7A 3C 8P
' 'Tons With Attachments
;Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
1 King :Power Equipment Operators Cranes: 100 Tons Through 199 $52:74; 7A 3C 8P
_t I 'Tons, Or 150' Of Boom }
3
l j 1(including Jib With g
TKing ;Power Equipment Operators ;Cranes: 100 Tons Through 199 $52.74; 7A 3C 8P
s
;Tons, or 150' of boom
E
(including jib with
j !attachments); Overhead,
bridge type, 100 tons and over;'
!Tower crane up to 175' in
% S
;height, base to boom.
King 'Power Equipment Operators 1Cranes: 200 Tons To 300 Tons, $53.31 ; 7A 3C 8P
i t y
.
ut:blank g/2p
2/13 abouttlank
v ;Or 250' Of Boom (including Jib � 35
,
With Attachments)
fiKing £Power Equipment Operators ;Cranes: 45 Tons Through 99 $52.19; 7A 3C V 8P
;Tons, Under 150' Of Boom
(including Jib With
k s ttachments)
_ A
;King ;Power Equipment Operators ;Cranes: A-frame - 10 Tons And i $48.92; 7A 3C 8P
zKing :Power Equipment Operators Cranes: Friction 100 Tons i $53.31, 7A 3C 8P
Through 199 Tons
King ;Power Equipment Operators Cranes Friction Over 200 Tons $53.87 7A 3C 8P l
;King {Power Equipment Operators Cranes: Over 300 Tons Or 300' $53.87 7A 3C
8P
E
{Of Boom (including Jib With
s I _
,
,Attachments) I K l
King 'Power Equipment Operators Cranes: Through 19 Tons With $51.28: 7A 3C 8P
;Attachments A-frame Over 10
'Tons ;
'King {Power Equipment Operators 'Crusher $51.701 7A 3C 8P x
King 'Power Equipment Operators ;Deck Engineer/deck Winches $51.70: 7A 3C 8P
f (power) 3
_ -------
t ,King iPower Equipment Operators Derricks, On Building Work $52.19 7A 3C 8P
King ;Power Equipment Operators Dozer Quad 9, HD 41, D10 and $52.19♦ 7A 3C 8P
Over
3
;King 'Power Equipment Operators ;Dozers D-9 Et Under $51.28; 7A 3C 8P i
AKing ?Power Equipment Operators 'Drill Oilers: Auger Type, Truck $51.28' 7A 3C p 8P
Or Crane Mount
y
'King 'Power Equipment Operators EDrilling Machine $51.70; 7A 3C 8P
Kin —
King Power Equipment Operators Elevator And Man-lift: $48.92- 7A 3C 8P
'Permanent And Shaft Type f
s
King iPower Equipment Operators Finishing Machine, Bidwell And E $51.70; 7A 3C _ 2 z
l
'Gamaco Et Similar Equipment
King Power Equipment Operators "Forklift: 3000 Lbs And Over "$51.281 7A 3C ~ 8P
With Attachments
3
zKing ;Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.92' 7A 3C 8P
a ;Attachments
.King .Power Equipment Operators Grade Engineer: Using Blue $51.70: 7A 3C � 8P
`Prints, Cut Sheets, Etc
§King IPower Equipment Operators Gradechecker/stakeman = $48.92; 7A 3C 8P
;King ;Power Equipment Operators `Guardrail Punch $51.703 3C 8P
,King ;Power Equipment Operators Guardrail Punch/Auger $51.70; 7A 3C 2P
,-King ;Power Equipment Operators 'Hard Tail End Dump $52.19= 7A 3C 8P
;Articulating Off- Road
;Equipment 45 Yards. Et Over
:King :Power Equipment Operators =Hard Tail End Dump $51.70' 7A 3C 8P
)
luttlank 9/20
2/13 about blank
g ( ;Articulating Off-road
I I
I 'Equipment Under 45 Yards
,King ;Power Equipment Operators ;Horizontal/directional Drill $51.28; 7A 3C 8P
F � 'Locator
-'King !Power Equipment Operators ;Horizontal/directional Drill $51.70 7A 3C 8P
I t
! ;Operator
I � � � t
King Power Equipment Operators {Hydralifts/boom Trucks Over $51.28 3C ! 8P
I
'10-Tons
,,King ?Power Equipment Operators Hydralifts/boom Trucks, 10 ! $48.92 7A _ 3C 8P
;Tons And Under
:King PPower Equipment Operators ;Loader, Overhead 8 Yards. 8t ! $52.741 3C 813
s
1Over
King !Power Equipment Operators ;Loader, Overhead, 6 Yards. But! $52.193 7A 3C 8P
'Not Including 8 Yards ! i
King 'Power Equipment Operators Loaders, Overhead Under 6 i $51.70; 7A 3C 8P
� :Yards i
3
,King ;Power Equipment Operators :Loaders, Plant Feed $51.70! 7A 3C 8P
King !Power Equipment Operators !Loaders: Elevating Type Belt ! $51.28, 7A ! 3C 813
°King 'Power Equipment Operators £Locomotives, All $51.70; 7A 3C 8P
_..v_..-...__.._._.----
_ _ __. ....__-..._..._..._.. _ __ ._...__. .._... _ ..._..
AKing ?Power Equipment Operators =Material Transfer Device $51.701 7A 3C 813
;King !Power Equipment Operators ;Mechanics, All (leadmen - $52.74; 7A 3C 8P
{ _ ---__-.-_.
=$0.50 Per Hour Over Mechanic)
=King ;Power Equipment Operators ;Mixers: Asphalt Plant $51.70! 7A 3C 813
;King 'Power Equipment Operators ;Motor Patrol Grader - Non- $51.281 3C 8P
I
'finishing
King !Power Equipment Operators Motor Patrol Graders, Finishing $52.19: 7A 3C 813 i
%King ;Power Equipment Operators Mucking Machine, Mole, Tunnel; $52.19 3C 8P
- I I
Drill, Boring, Road Header
€ ; I
And/or Shield _._. _._._..
x E
King PPower Equipment Operators Oil Distributors, Blower I $48.921 7A 3C 813
'Distribution I*Mulch Seeding
I Operator i
'King ;Power Equipment Operators 'Outside Hoists (elevators And $51.28= 7A 3C 8P
I I �
,Manlifts), Air Tu gg ers strato ,
S
'King `Power Equipment Operators ;Overhead, Bridge Type Crane: $51.70 7A 3C 8P
'20 Tons Through 44 Tons 1
King !Power Equipment Operators !Overhead, Bridge Type: 100 $52.74= 7A 3C 8P
! Tons And Over ' I i
=King Power Equipment Operators "Overhead, Bridge Type: 45 $52.19' 7A 3C 8P
;Tons Through 99 Tons
aKing ;Power Equipment Operators !Pavement Breaker $48.92; 7A 3C 1 8P
'King 'Power Equipment Operators ;Pile Driver (other Than Crane ' $51.701 7A 3C 8P a
;Mount) i
luttlank 10/20
2/13 abouttlank
King Tower Equipment Operators ;Plant Oiler - Asphalt, Crusher $51.28! 7A ? 3C 8P
King (Power Equipment Operators iPosthole Digger, Mechanical ( $48.921! 7A i 3C 813
!King 1Power Equipment Operators Power Plant $48.926 7A 3C 8P
!King 'Power Equipment Operators 'Pumps - Water $48.92; 7A 3C 813
King Power Equipment Operators Quad 9 Hd 41 D10 And Over $52.19= 7A 1 3C 8P s
;King iPower Equipment Operators 'Quick Tower - No Cab Under $48.92; 7A 3C 8P
l ' 1100 Feet In Height Based To
r
I ;Boom i t
King Power Equipment Operators Remote Control Operator On # $52.19' 7A I 3C i 8P
!Rubber Tired Earth Moving
a ; Equipment
;King !Power Equipment Operators ;Rigger And Bellman ! $48.92Iw 7A F 3C 8P
"King !Power Equipment Operators lRollagon I $52.19; 7A 3C 813
;King ;Power Equipment Operators ?Roller, Other Than Plant Mix $48.92; 7A f 3C 8P
iKing 'I Power Equipment Operators ;Roller, Plant Mix Or Multi-lift $51.28, 3C 8P
'Materials
f S .
King !Power Equipment Operators ;Roto-mill, Roto-grinder $51.70; 7A 3C 8P
"King :Power Equipment Operators 'Saws - Concrete p $51.281 7A 3C 8P
axing #Power Equipment Operators !Scraper, Self Propelled Under $51.70; 7A 3C 8P
t
145 Yards
„King ;Power Equipment Operators iScrapers - Concrete 8t Carry All $51.28; 7A I 8P
Scra�ers Self-propelled:_45_.----3 ._... 7A .. ._.__.._.3C—._.._r8P_-wF
aKing Power Equipment Operators p $52.191
J i
i =Yards And Over
;;King 'Power Equipment Operators ;Service Engineers - Equipment I $51.28; 7A 3C 8P A
King ;Power Equipment Operators Shotcrete/gunite Equipment $48.92; 7A 1 3C 8P
?King !Power Equipment Operators IShovel Excavator Backhoe $51.28; 7A 3C 8P z.
i Tractors Under 15 Metric Tons. I
_2 -i_ _ —____ .._._.._-------
;King !Power Equipment Operators ;Shovel, Excavator, Backhoe: # $52.19, 7A 3C 8P
:Over 30 Metric Tons To 50
;Metric Tons s
a ;
"King Power Equipment Operators 3Shovel, Excavator, Backhoes, i $51.70' 7A 3C 813
I
!Tractors: 15 To 30 Metric Tons i
'Shovel., Backhoes: !- $52.74; -- 7A -_3C—
King Power Equipment Operators I 8P
t
IOver 50 Metric Tons To 90
fi
!Metric Tons
;King ,Power Equipment Operators !Shovel, Excavator, Backhoes: $53.31 ; 7A 3C 8P
3
Over 90 Metric Tons i
E � y
;King !Power Equipment Operators `Slipform Pavers $52.19' 7A 3C 8P
;Ki ng iPower E ui ment Operators Spreader, Topsider at $52.19; 7A 3C 8P I
4 �
? !Screedman
;King ;Power Equipment Operators Subgrader Trimmer $51.70; 7A 3C i 8P
,King Power Equipment Operators ;Tower Bucket Elevators $51-28; 7A 3C 8P x
l !King 'Power Equipment Operators :Tower Crane Over 175'in ! $53.31 3C 813
f � i
uttlank 11/20
2/13 about:blank
i 'Height, Base To Boom
King EPower Equipment Operators ;Tower Crane Up To 175' In $52.74' ; 3C 8P
y
'Height Base To Boom
King !Power Equipment Operators !Transporters, All Track Or $52.191 7A ? 3C 8P
;
;Truck Type i
King EPower Equipment Operators 'Trenching Machines $51.28? 7A 3C 8P
bKing jPower Equipment Operators !Truck Crane Oiler/driver - 100 ; $51.701 7A s 3C 8P
;Tons And Over
King +Power Equipment Operators 'Truck Crane Oiler/driver Under $51.28; 7A E 3C 2
j c 100 Tons i
t__King !Power Equipment Operators !Truck Mount Portable Conveyor; $51.70 7A 3C 8P
_.. .. .__._� _.._..._...
.
;King !Power Equipment Operators ;Welder ! $52.191 7A 3C 813
�.__...__---_----
King 'Power Equipment Operators ;Wheel Tractors, FarmallType ! $48.92 7A 3C 8P
;_--._.__..__.__...
;King ;Power Equipment Operators No Yo Pay Dozer $51.70` 7A 3C 8P
'King :Power Equipment Operators- ;Asphalt Plant Operators ' $52.19` 7A 3C 1 2
!Underground Sewer Et Water i
King :Power Equipment Operators- ;Assistant Engineer ` $48.92; 7A ! 3C 8P
t !Underground Sewer Et Water
:King Power Equipment Operators- ;Barrier Machine (zipper) $51.70± 7A 3C 8P
!Underground Sewer Et Water
;King ;Power Equipment Operators-
Batch Plant Operator, Concrete $51.70` 7A 3C 813
!Underground Sewer Et Water
:King 'Power Equipment Operators- !Bobcat $48.92' 7A 3C 8P
(Underground Sewer 8t Water j
- _------
_.._
'
,,King IPower Equipment Operators- Brokk - Remote Demolition $48.923 7A 3C M�8P�
jUndemround Sewer Et Water 'Equipment I -
King Power Equipment Operators- Brooms ! $48.92; 7A 3C 8P i
t ;Underground Sewer Et Water
------.__..___._
King !Power Equipment Operators- Bump Cutter } $51.70! 7A 3C 8P
3 j
!Underground Sewer Et Water
;King ;Power Equipment Operators $52.19; 7A 3C _ 8P
?Underground Sewer Et Water
King Power Equipment Operators- Chipper i $51.70; 7A 3C 813
jUndergrOund Sewer Et Water i
1
,King !Power Equipment Operators- !Compressor I $48.92; 7A 3C 8P
ry !Underground Sewer Et Water
-King !Power Equipment Operators- 'Concrete Pump: Truck Mount i $52.19 7A 3C 8P
!Underground Sewer Et Water "With Boom Attachment Over 3
42 M
King Power Equipment Operators- ;Concrete Finish Machine -laser 3 $48.921 7A 3C 8P
!Underground Sewer Et Water ;Screed
;King ;Power Equipment Operators- i'Concrete Pump - Mounted Or $51.284 7A 3C 8P
Underground Sewer Et Water Trailer High Pressure Line ! s
0 ut:blank
2/13 abouttlank
!Pump, Pump High Pressure.
King !Power Equipment Operators- !Concrete Pump: Truck Mount $51.70; 3C
8P
;Underground Sewer Et Water !With Boom Attachment Up To
'42m
King ';Power Equipment Operators- 'Conveyors s $51.28 7A IC 8P
]Underground Sewer F± Water
-------------
.,King 'Power Equipment Operators- !Cranes: 20 Tons Through 44 $51.70; 7A 3C 8P
!Underground Sewer Ft Water ;Tons With Attachments
King IPower Equipment Operators- !Cranes: 20 Tons Through 44 $51.701 ZA 3C 8P
!Underground Sewer Et Water Tons With Attachments
iOverhead, Bridge Type Crane:
120 Tons Through 44 Tons
King ;Power Equipment Operators- !Cranes: 100 Tons Through 199 $52.741, 7A 1 X 8P
;Underground Sewer Et Water ;Tons, Or 150' Of Boom
!(including Jib With
King 'Tower Equipment Operators- ICranes: 200 Tons To 300 Tons, 1 $53.315 7A i 3C.
8P
;Underground Sewer Et water lur 250' Of Boom (including Jib
Vith Attachments)
King ;Power Equipment Operators- ;Cranes: 45 Tons Through 99 $52.191 7A X 2P
;Underground Sewer 8t Water !Tons, Under 150' Of Boom
L i (including Jib With
Attachments)
King !Power Equipment Operators- Cranes: A-frame 10 Tons And $48.92 IC ZA P
:Underground Sewer Et Water 4Under
King Tower Equipment Operators- Cranes: Friction 100 Tons $53.31 7A 1C. 8P
,Underground Sewer Et Water 'Through 199 Tons
----------
King Power Equipment Operators- !Cranes: Friction Over 200 Tons s $53.87' 7A X 8P
'Underground Sewer Et Water
!King Tower Equipment Operators- !Cranes: Over 300 Tons Or 300' $53.87! 7A X 8P
Underground Sewer 8t Water !Of Boom (including Jib With
!Attachments)
!King Tower Equipment Operators- 'Cranes: Through 19 Tons With $51.281. ZA X
2P
:Underground Sewer Et Water 'Attachments A-frame Over 110
!Tons
"King ;Power Equipment Operators- Crusher
$51.701 7A I X 8P
:Underground Sewer Et Water
#King 'Power Equipment Operators- ;Deck Engineer/deck Winches $51.70, 7A X 8P
!Underground Sewer Et Water i(power)
King 'Power Equipment Operators-
;Derricks, On Building Work $52.19' 7A X 8P
Underground Sewer a Water
.King `Power Equipment Operators- :Dozer Quad 9, HD 41, DIO and $52.19' 7A I X 8P
lUnderground Sewer Et Water !Over
j�King 'Power Equipment Operators- !Dozers D-9 Et Under 1 $51.281 7A 3C 8P
'Underground Sewer Et Water
--------...... ------
..........
King !Power Equipment Operators- Drill Oilers: Auger Type, Truck 1 $51.281 7A Kc
lut:blank 13/20
2/13 aboutblank
'Underground Sewer Et Water !Or Crane Mount
!King 'Power Equipment Operators- 'Drilling Machine $51.70 7A X 81 P
R !Underground Sewer Et Water
'King 'Power Equipment Operators- (Elevator And Man-lift: $48.92' ZA I X 8P
'Underground Sewer Et Water Permanent And Shaft Type
3
King 'Power Equipment Operators- Finishing Machine, Bidwell And C$51.70; 7A 8P
!Underground Sewer Et Water lGamaco Et Similar Equipment
'King '!Power Equipment Operators- !Forklift: 3000 Lbs And Over 4 $51.281 7A X 8P
"Underqaround Sewer Et Water Mith Attachments
"King 'Power Equipment Operators- Forklifts: Under 3000 Lbs. With! $48.921 7A IC IP
!Underground Sewer Et Water �Attachments
ZA
ji�ing ;Power Equipment Operators- !'Grade Engineer: Using Blue $51.701
JQ LP
!Underground Sewer Et Water ;Prints, Cut Sheets, Etc
'King 'Power Equipment Operators- G radechecker/s takeman $48.92' 7A 3C 8P
'Underground Sewer Et Water i
!King Power Equipment Operators- !Guardrail Punch I $51.701 7A 3C 8P
Underground Sewer Et Water i
�King I Power Equipment Operators- I!Guardrail Punch/Auger $51.70 7A
KC 8P
;Underground Sewer Et Water
1Ki n Power Equipment Operators- lHard Tail End Dump $52.19? X aP
Underground Sewer Et Water Articulating Off- Road
,'Equipment 45 Yards. Et Over
...........
King !Power Equipment Operators- !Hard Tail End Dump $51.70: X 8P
:Underground Sewer Et Water 'Articulating Off-road
Equipment Under 45 Yards
;King !,Power Equipment Operators- 'Horizontal/directional Drill $51.28. 7A X 8P
!Underground Sewer Et Water locator
..........
King Power Equipment Operators- 'Horizontal/directional Drill $51.701 7A KC LE
;Underground Sewer 8t Water Operator
�King ±Power Equipment Operators- I Hydralifts/boom Trucks Over $51.28 7A 3C 8P
Underground Sewer Et Water 110 Tons
iKing Power Equipment Operators- I Hydralifts/boom Trucks, 10 $48.92; 7A IC
P
!Underground Sewer Et Water ;Tons And Under
3C. 8P
'Kin $52.74! 7A
King Power Equipment Operators- Loader, Overhead 8 Yards. 8t
!Underground Sewer Et Water 'Over
'King 'Power Equipment Operators- Loader, Overhead, 6 Yards. But' $52.197 7A 3C 8P i
Underground Sewer Et Water Not Including 8 Yards
-------------- ------
!King !Power Equipment Operators- 'Loaders, Overhead Under 6 $51.70; 7A IC 8P
underground Sewer Et Water (Yards
11<ing ;Power Equipment Operators- Loaders, Plant Feed
$51.705 7A X 8P
Underground Sewer 8t Water
lKing I Power Equipment Operators- 'Loaders: Elevating Type Belt i $51.28; 3C 8P
Underground Sewer Et Water
�ut:blank—, 14/20
2/13 about:blank
;King !Power Equipment Operators- ;Locomotives, All ' $51.70; 7A 3C 2
Underground Sewer Et Water I `
King !Power Equipment Operators- Material Transfer Device ; $51.70 7A 3C 8P
!Underground Sewer Et Water
,King ?Power Equipment Operators- 'Mechanics, All (leadmen - j $52.74; 7A - 3C 8P
"Underground Sewer Et Water !$0.50 Per Hour Over Mechanic) ;
j j t i
King 'Power Equipment Operators- Mixers: Asphalt Plant j $51.70; 7A' I 3C 8P 3
Underground Sewer Et Water $
King !Power Equipment Operators- ;Motor Patrol Grader - Non- $51.281 7A 3C 8P
!Underground Sewer Et Water s`finishing
King ;Power Equipment Operators- Motor Patrol Graders, Finishing! $52.19 7A I 3C _
!Underground Sewer Et Water s
King !Power Equipment Operators- 'Mucking Machine, Mole, Tunnel, $52.191 7A 3C 8P
lUnderg-round Sewer Et Water Drill, Boring, Road Header
'And/or Shield
King m Power Equipment Operators- Oil Distributors, Blower MµT mmiy , $48.92' 7A 3C 8P
Underground Sewer Et Water ;Distribution Et Mulch Seeding
'Operator t
King ;Power Equipment Operators- ;Outside Hoists (elevators And ' $51.28' 7A 3C 8P
,
' ;Manlifts Air Tu ers,strato
!Kin � owe, Equipment'ewer Et Water ), gg � ?
r Underground S
King IP Operators- `Overhead, Bridge Type Crane: $51.701 7A 3C 8P
!Water 20 Tons Through 44 Tons ' a
g PowergEqu Equipment Ope.
Kin ,!tors- !Overhead, Bridge Type: 100 a $52.74 7A 3C 8P
qg! 'Underground Sewer Et Water 'Tons And Over
SKing !Power Equipment Operators- !Overhead, Bridge Type: 45 $52.19; 7A 3C � 8P
;Underground Sewer Et Water Tons Through 99 Tons
I ,
King ;Power Equipment Operators- I Pavement Br�-��-
eaker $48.921 7A 3C 8P
,Underground Sewer £t Water
I'King !Power Equipment Operators- 'Pile Driver (other Than Crane $51.70' 7A 3C 8P
'Underground Sewer Et Water "Mount) 3
King ;Power Equipment Operators- ;Plant Oiler - Asphalt, Crusher $51.28; 7A 3C 8P
!Underground Sewer Et Water ! s a
King (Power Equipment Operators- 'Posthole Digger, Mechanical $48.92! 7A 3C 813 F
!Underground Sewer Et Water
King !Power Equipment Operators- Power Plant $48.92; 7A 3C 8P
:Underground Sewer Et Water
King !Power Equipment Operators- tPumps Water $48.92; 7A V 3C 8P
;Underground Sewer Et Water � i
King !Power Equipment Operators- ,Quad 9, Hd 41, D10 And Over ! $52.19; 7A 3C 8P
i ;Underground Sewer Et Water
Kin ;Power_.! ui ment 0 erators- .. ,..__...__.w-__�__w.____..____.__...____.... .._$__.______. ______ ..._._._r-._. . ...._--_.._..t_.__SP___j
g q p p Quuk Tower - No Cab, Under $48.92; 7A 3C a
'Underground Sewer Et Water "100 Feet In Height Based To
I Boom
t 4
!King ;Power Equipment Operators- {Remote Control Operator On $52.19' 7A 3C 8P i
:Underground Sewer Et Water !Rubber Tired Earth Moving
ut:blank 15/20
2/13 abouttlank
:Equipment
King !Power Equipment Operators- {Rigger And Bellman ; $48.921 7A I 3C 8P
Underground Sewer Et Water i
King ,Power Equipment Operators- iRollagon $52.19; 7A 3C t 8P
I � w
jUnderground Sewer Et Water ;
Kin_. Power Equipment 0 erators- Roller--Other Than Plant Mix
g iP p $48.92= 7A 3C 8P
jUnderground Sewer Et Water
,King ;Power Equipment Operators- IRoller, Plant Mix Or Multi-lift $51.28! 7A 3C 8P
!Underground Sewer Et Water iMaterials
;King iPower Equipment Operators- ;Roto-mill, Roto-grinder 51.70! 7A 3C 8P
!Underground Sewer Et Water
!King !Power Equipment Operators- 'Saws - Concrete ; $51.28; 7A 3C 8P
'Underground Sewer Et Water j
"King iPower Equipment Operators- IScraper, Self Propelled Under ! $51.70; 7A 3C 8P
;Underground Sewer Et Water 145 Yards
'King iPower Equipment Operators- ,Scrapers - Concrete Et Carry All $51.28; 7A 3C 8P
F (Underground Sewer Et Water I
King ,Power Equipment Operators- "Scrapers, Self-propelled: 45 $52.19; 7A 3C I 8P l
!Underground Sewer Et Water ;Yards And Over
King iPower Equipment Operators- #Service Engineers - Equipment $51.281 7A 3C 8P
l !Underground Sewer Et Water ;
Q
'King !Power Equipment Operators- {Shotcrete/gunite Equipment $48.92q 7A 3C 8P
`Underground Sewer Et Water 1
;King !Power Equipment Operators- !Shovel , Excavator, Backhoe, $51.28! 7A 3C 8P i
;Underground Sewer Et Water ;Tractors Under 15 Metric Tons.
"King iPower Equipment Operators- 'Shovel, Excavator, Backhoe: ? $52.19 3C 8P
i
!Underground Sewer Et Water Over 30 Metric Tons To 50
!Metric Tons
!King !Power Equipment Operators- ;Shovel, Excavator, Backhoes, i $51.70; 7A 3C 8P
!Underground Sewer Et Water 'Tractors: 15 To 30 Metric Tons
King ;Power Equipment Operators- 'Shovel, Excavator, Backhoes: $52.74; 7A 3C 8P
!Underground Sewer Et Water Over 50 Metric Tons To 90
!Metric Tons ! i
King ;Power Equipment Operators- !Shovel, Excavator, Backhoes: j $53.31= 7A 3C 8P
!Underground Sewer Et Water !Over 90 Metric Tons i
King tPower Equipment Operators- iSlipform Pavers $52.19= 7A 3C 8P
!Underground Sewer Et Water j
King 'Power Equipment Operators- 'Spreader, Topsider Et $52.19; 7A 3C 8P }
!Underground Sewer Et Water Screedman 1
King ;Power Equipment Operators- Subgrader Trimmer $51.70 3C 8P
E !
'Underground Sewer Et Water +
a
King !Power Equipment Operators- !Tower Bucket Elevators $51.281 7A 3C 8P
' !Underground Sewer Et Water !
King 'Power Equipment Operators- !Tower Crane Over 175'in ! $53.31 j 7A 3C 8P
!Underground Sewer Et Water !Height, Base To Boom E F
ut:blank 16/20
2/13 about:blank
King ;Power Equipment Operators- 'Tower Crane Up To 175' In i $52.741 7A 3C 8P
Underground Sewer Et Water ;Height Base To Boom j F
!King Power Equipment Operators- !Transporters, All Track Or $52.19; 7A 3C 8P
!Underground Sewer Et Water ;Truck Type
King tPower Equipment Operators- ;Trenching Machines j $51.28; 7A F 3C 813
'Underground Sewer Et Water {_..__....____.
King Power Equipment Operators- 'Truck Crane Oiler/driver - 100 $51.70; 7A 3C 8P
"Underground Sewer Qt Water !Tons And Over f t
King ;Power Equipment Operators- ;Truck Crane Oiler/driver Under j $51.28} 7A 3C 8P
i
!Underground Sewer Et Water ;100 Tons
X 8P
;King 'Power Equipment Operators- Truck Mount Portable Conveyor $51.70; 7A
!Underground Sewer Et Water
!King Power Equipment Operators- !Welder $52.19; 7A 3C 8P
!Underground Sewer Et Water
'King 'Power Equipment Operators- 'Wheel Tractors, Farmall Type $48.921 7A 3C ~8P
'Underground Sewer Et Water
!King Power Equipment Operators- Yo Yo Pay Dozer $51.70 7A 3C i 8P g
!Underground Sewer Et Water ;
3 i
s
King !Power Line Clearance Tree Journey Level In Charge $42.91= 5A 4A
;Trimmers
King !Power Line Clearance Tree Spray Person $40.731 5A 4A
t
;Trimmers f
=King Tower Line Clearance Tree 'Tree Equipment Operator 1 $41.29; 5A 1 4A
!Trimmers j t
-._.......
_.
'King TPower Line Clearance Tree !Tree Trimmer '
g $38.38} 5A 4A
i
i !Trimmers 3 i
!King ,Power Line Clearance Tree :Tree Trimmer Groundperson $28.95 4A
Trimmers
=King (Refrigeration Et Air ;Journey Level $70.46; 6Z 1G
lConditioninQ Mechanics
:King iResidential Brick Mason !Journey Level $49.07` 5A 1M
King ;Residential Carpenters Journey Level $28.20s 1 _
_ King Residential Cement Masons 'Journey Level I $22.64; 1
"Xing Residential Drywall Applicators Journey Level $38.60' 5D ! 1M 1. i
King !Residential Drywall Tapers Journey Level $49.79; 5P 1 E
:King (Residential Electricians 'JOURNEY LEVEL $30.44 �1
•
,King !Residential Glaziers iJourney Level $35.10; 7L I 1H
!King ;Residential Insulation !Journey Level $26.28' 1
Applicators.
King ,Residential Laborers !Journey Level $23.03; 1
,
jKing !Residential Marble Setters =Journey Level $24.09: 1 {
fiKing !Residential Painters 'Journey Level
,
'King IResidential Plumbers Et ;Journey Level ? $34.69' 1 N
f
d L 3
outflank 17/20
2/13 abouttlank
ipefitters i
;King I Residential Refrigeration Et Air 'Journey Level $70.46; 6Z 1G
jConditioning- Mechanics
King €Residential Sheet Metal 'Journey Level (Field or Shop) $41.30' 7F 1R
Workers
Journey Level $41.78 5A i 3D _r
;King Residential Soft Floor Lavers y
King
Residential Fitters ;Journey Level $40.81 ; 5C 2R
jjFireProtection)
:King Residential Stone Masons ;Journey Level $49.071 1M
,
gKing Residential Terrazzo Workers ;Journey Level $45.43; 5A 1M
=King ,ResidentialTerrazzo/Tile ;Journey Level $21.46: 1 #
p ; i
!Finishers s
,King (Residential Tile Setters Journey Level $25.17; 1
J -
?King ;Roofers ;Journey Level $43.90; 5A 1R
_
--_.__
BKing Roofers ;Using Irritable Bituminous $46.90: 5A 1R
;Materials
King 'Sheet Metal Workers Journey Level (Field or Shop) 7F 1 E
Kin
'King ;Shipbuilding- Et Ship Repair ;Boilermaker $39.66' 7M 1H
_
__.. ___-_____.__..._
King !Shipbuilding Et Ship Repair !Carpenter $38.24 3B
}King !Shipbuilding Et Ship Repair =Electrician r $37.82; 70 313 I
;King 'Shipbuilding Et Ship Repair :Heat Et Frost Insulator $56.93f 5J 1S
King Shipbuilding Et Ship Repair Laborer ! $36.78 70 313 x
a King 'Shipbuilding Et Ship Repair 'Machinist 1 $37.81 = 70 3B
'King ;Shipbuilding Et Ship Repair i0perator $40.151 313 a
King !Shipbuilding Et Ship Repair ;Painter $37.81 70 E�
t 3B
King ;Shipbuilding- Et Ship Repair Plpefi tter $37.77' 70 3_B
t
King `Shipbuilding Et Ship Repair Rigger $37.76; 70 3B
;King Shipbuilding F± Ship Repair Sandblaster $36.78' 313 l
3King iShipbuilding Et Ship Repair ;Sheet Metal $37.74! 70 3B
..__ —.._.... _...
King ;Shipbuilding Et Ship Repair Shipfitter $37.764 70 3B
King ;Shipbuilding £t Ship Repair (Trucker $37.61 70 1 313 s
-----_----
..__.______.__.___
King :.Shipbuilding- Et Ship Repair ;Warehouse $37.65 70 3B
-
_ -._.._.__......._._...._-__.-.-__.._._
King '•.,Shipbuilding Et Ship Repair 'Welder/Burner F $37.76: 3B
!King !Sign Makers Et Installers :Sign Installer $22.92; 1
R (Electrical)
King ;Sign Makers Et Installers ;Sign Maker $21.36' 1
(Electrical) k
K ng sSign Makers Et Installers (Non- ;Sign Installer ' $27.281 1
Electrical
;King iSign Makers Et Installers (Non ;Sign Maker $33.25;: 1
Electrical
3
l !King `Soft Floor Layers `Journey Level = $41.78; 5A 3D
uttlank 18/20
King ;Solar Controls For Windows -Journey Level 12.441 1
------------.._.__..._._._____.-_ __v
yKing SRrinkler Fitters (Fire Journey Level E $69.59; 5C 1X
F y
i
!Protection) _
King :Stage Rigging Mechanics (Non Journey Level 1 $13.23;
�Structurat
,,King ;Stone Masons 'Journey Level $49.07; 5A 1M
}King (Street And Parking Lot Sweeper Journey Level € $19.09; 1
j `Workers
t
,King `Survey ;Assistant Construction Site $51.28. 7A 3C 8P
;Surveyor
King 'Surveyors Chainman $50.76; 7A R 3C 8P
-----__._........._
(King :Surveyors 'Construction Site Surveyor € $52.19; 7A 3C 8P Q
King Telecommunication Technicians ;Journey Level $22.76{ 1 4
&King 'Telephone Line Construction -� Cable Splicer $35.09; 5A 213
'Outside
King {Telephone Line Construction - ;Hole Digger/Ground Person $19.221 5A 1 2B
!Outside
F s
_._...........
. ._____.___
=King {Telephone Line Construction - 5lnstaller (Repairer) $33.63 5A 2B t
{Outside _ !
King ;Telephone Line Construction - :Special Aparatus Installer 1 $35.09: 5A 2B
Outside ;
'King ;Telephone Line Construction - 'Special Apparatus Installer II $34.373 5A 2B
"Outside '
,King ;Telephone Line Construction - 'Telephone Equipment Operator $35.09; 5A 2B
;Outside (Heavy) l
King ;Telephone Line Construction - Telephone Equipment Operator = $32.62£ 5A 2B
!Outside (Light)
King ;Telephone Line Construction - ;Telephone Lineperson i $32.623 5A 2B
# 'Outside ? i
lKing Telephone Line Construction - =Television Groundperson $18.65. 5A 2B
;Outside
.King !Telephone Line Construction - ,Television Lineperson/Installer $24.661 5A 26
I 'Outside
;King ;Telephone Line Construction - jTelevision System Technician it $29.42; 5A 2B
;Outside
;King ;Telephone Line Construction - Television Technician $26.43: 5A 2B
Outside
King Telephone Line Construction - ;Tree Trimmer ! $32.95; 5A 2B
`Outside
4 King ;Terrazzo Workers 'Journey Level $45.43; 5A 1M
King !Tile Setters 'Journey Level $21.651 1 i
King 'Tile. Marble Ft Terrazzo Finisher $37.76' 5A 1B
r
Finish
€
} es ,
2/13 abouttlank
King ;Traffic Control Stripers ;Journey Level $41.531 7A 1K
Ki n, 'Truck Drivers i,Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L
;WA-Joint Council 28)
King Truck Drivers !Asphalt Mix To 16 Yards (W. $47.07' 5D 3A 8L
'WA-Joint Council 28)
King Truck Drivers Dump Truck It Trailer $47.91.1, 5D t 3A 8L
King ITruck Drivers 'Dump Truck (W. WA-Joint $47.075 5D 1 3A I 8L
Council 28)
King 'Truck Drivers :Other Trucks (W. WA-Joint 1 $47.911 5D 3A 8L
'Council 28)
iKing !-T-r—u-c-k--,Drivers"-,- Transit Mixer i $43.231
King Welt Drillers Et Irrigation Puml? ;Irrigation Pump Installer $17.711 1
i I nstatters
-King 'Welt Drillers Ft Irrigation Pump 'Oiler
$12.97{
'Installers
Kin XeR Drillers Et Irrigation Pump ,Well Driller
$18.00'
!installers
out:blank 20/20
Clt
Department of Labor and Industries l
Prevailing Wage �*�< S;TAT1 NUT QF INTEI�T'PQ
2� o�
.60 902-5335"
..) F (
'Y FREUIrXNG WAGTS
wvk'%v.lni.wa.gov//TradesLicetuing/Prevaitinglyd
>rbXic Wprks onl#fact
This form must be typed or printed'in ink " ;:. : Pioject Name • .t : '',:Gor<a3ct# .!,:: "" a:
Large,bold numbers match insfntcgons on back of to
Please allow 9 mirtiinum of 7 0"worktng days for.processtng Confract Awardm .Agericy'(public 04ey-not T,..em
I or priv ife)
Once approved yourform will be "ostadh ne at';tlie:ali"4y'e y✓e6§i[e..`''.
Address
`Contractor,company'or agency name address,t:ity,state 8c 7IPt}
City State ZIP+4
M6.ding Agency.Project.ContaotiP;z h Phone# "
County where wort:was performed `,City where work was performed
Bid due date (mitJdd/}y) Date contract awarded (mmldd/yy)
Will all NJork be subcontracted? Myou intend to use subcontractors?
LJ Yes ❑:No ❑ Yes ❑'.No
Pririte contractor(has contract with the public agency) Contractor Registration If .EYurected job start date(mmlddlyy) , ,Do.yo6;mtend to use apprentices?
U.Yes Ll No
Craft/tradel occupation(Do NOT list apprentices) Estimated no R ale'of Rate of hourly fringe
Indicate number of owners expected;to perform work. of workers hourly pay benefits
1
Company name Indicate total dollar amount of your contract
or time and materials if applicable.
Address I hereby certify that the above information is correct and that all
workers I employ on this Public Worts Project will be paid no lest`"
City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial
Statistician of the Department of Labor and Industries
Contractor Registration No. UBl Title Signature
Industrial Insurance Account Number
Email address Phone numbere RAE ,o_ for-tBTtseOtrl , testy;
Check Number: ❑ $25 or $
�}e ? ,rr rrot�1IUSC�R�'} r � t h
'",,. .�.''. i - Issued By:
APPROVED: Department of Labor and Industries
i
By
Industrial Statistician
F700-029-000 statement of intent to pay prevailing wages I2-04 After APPROVAL,send white copy to Awarding Agency. i
Canary copy—L&1-
� I
t
i
I
j How to expedite the processing:of your fPrm.:
REQ_`UJRED FOR•:P•ROCESSIN:G ERRORS THAT CAUSE:REJE`CTI.ON
Filing Fee N.9.fee'orW±rong amount $2. ,00;fling fee requretl:
Bid Due Date and Date Contract Awarded `Missing. Award date.is.before,bid.:due date. Prevailing WageJsbased•on the
date:bidssfram prirne..contracforweie due to;tfie contract aHrarding,agency.
Date work completed Missing or a•date in the future.,
Date Ihtent Filed Missing:-Ap affidavit:cannoC'..b:e`apprgved without the Statement of intentto.Pay
] revaibng Wages being filed
w.
Craff/frade/occupation Craft not i!Wd not specific;or doss'not mated prevailing wage occupation
hstings
r-. Owner/Operators: !f the work was perFormed py ownerslpartners state:
"Owner/Opera4o� under the C[aft section and the wage and fringe need not be
completed. Do iist the number of owners on.lthe lob. (individuals who pWrt.less
than:30%:oftlie company are not considered to be owner/operaf"ors and must be
paidsprevailing w4de.) .
�+ Alhwork subcontracted: If all work was performed by subcontractors,check
the appropriate box on the form,
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* Missing 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 protect(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
1 prevailing journey 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 be registered with the Washington
State 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
fi 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 contractor/subcontractor.
rrr■///ttt` L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your
records.
r Prevailing wage rates are available on the Internet at http://www.lni.wa.gov/TradesLicensing/PrevailingWage
Submit both copies (white and canary) and the $25.00 filing fee to:
II
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT.OF LABOR AND INDUSTRIES will show in a window envelope j
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call(360)902-5335
i
Finn-nn�_nnn arra"�cf�fu•aaP� _ti"��� i��
i
}
Benefit Code Key—Effective 3-3-2013 thru 8-30-2013
2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the
holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of
wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,
ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten
shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one
and one-half times the hourly rate of wage.All other hours worked on the fifth,sixth,and seventh days and on
holidays shall be paid at double the hourly rate of wage.
Y. All hours worked on Saturdays(except for make-up days)shall be paid at one and one-half times the hourly rate of
wage.All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and
holidays shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY 40 HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four
ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the
normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over
twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall
be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall
receive an additional one dollar($1.00)per hour for all hours worked that shift.The employer shall have the sole
discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees
regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at
an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as-the employee
has had a break of eight(8)hours or more.
3
Benefit Code Key—Effective 3-3-2013 thru 8-30-2013
3. B. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on
Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked d over twelve(12)hours
Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of
wage.
C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when
four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or
outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.
D. All hours worked between 6:00 pm Monday through 6:00 am Saturday,shall be paid at an overtime rate of 15%
over the hourly rate of wage.All other hours worked after 6:00 am 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.
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of
straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
G. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when
four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,,and
all work on Saturdays shall be paid at time and one-half the.straight time rate.Hours worked over twelve hours(12)
in a single shift and all work performed after 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at
double the straight time rate of pay.After an employee has worked eight(8)hours at an applicable overtime rate,all
additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)
hours or more.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be aid at double the hourly
P P Y
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).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,the day before Christmas,and Christmas Day(8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day,And Christmas Day(8).
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).
H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day,
And Christmas
4
Benefit Code Key—Effective 3-3-2013 thru 8-30-2013
5. I. Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, and Christmas Day
(6)•
J. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day,And Christmas Day(7)._
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8).
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).
P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The
Following.Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, and Christmas
�1 Day(6)
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).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day,And Christmas Day(7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas
(9)
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).
�t
Holiday Codes Continued
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).
E. 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, And A Half-Day
On Christmas Eve Day.(9 1/2).
G. Paid Holidays:New Year's Day,Martin Luther King Jr.Day,Presidents'Day,Memorial Day,Independence Day,
Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And Christmas
Eve Day(11).
H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating
Holiday(10).
I. Paid Holidays:New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday
After Thanksgiving Day,And Christmas Day(7).
5
Benefit Code Key—Effective 3-3-2013 thru 8-30-2013
6. 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).
Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
r
Holiday Codes Continued
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,-Thanksgiving Day, The Friday And
Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which'Falls On A Sunday Shall Be
Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding
' Friday shall be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day;And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. 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). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
F. 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).Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day,
Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas
Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9). Any holiday which falls
on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall
be observed as a holiday on the preceding Friday.
6
Benefit Code Key—Effective 3-3-2013 thru 8-30-2013
7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after,
Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
L. Holidays:New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day,the Last Work Day
before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day
after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the
' following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday.
O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day
After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be
tf observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a
holiday on the preceding Friday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. 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).Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,
the preceding Friday shall be a regular work day.
�r R. Paid Holidays:New Year's Day,the day after or before New Year's Day,President's Day,Memorial Day,
Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day
after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be
observed as the holiday.If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be
considered a holiday and compensated accordingly.
S. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After
Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(9).If any of the listed
holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated
accordingly.
Note Codes
8. A. 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'-$2.00 per Foot for Each Foot Over 50 Feet
Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet
Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet
Over 220'-$5.00 per Foot for Each Foot Over 220 Feet
7
Benefit Code Key—Effective 3-3-2013 thru 8-30-2013
' C. 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 150'41.50 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:$0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows:Levels A&B:$1.00,Levels C&D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00,Level B:$0.75,Level
C: $0.50,And Level D: $0.25.
' P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit:
$1.50,Class C Suit:$1.00,And Class D Suit$0.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the
shift shall be used in determining the scale paid.
R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance
and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,
and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current
flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective
on or after August 31,2012.
S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current
' flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on
or after August 31,2012.
T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all
temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian
traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card
issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after
August 31,2012.
8
1
1
' 1
I1
1 SPECIAL PROVISIONS
1
j �
I1
1
1
1
1
1
1
1
1
t
SPECIAL PROVISIONS............................................................................................................ 11
1-01 DEFINITIONS AND TERMS........................................................................................... 11
' 1-01.1 General............................................................................................................................. 11
1-01.3 Definitions....................................................................................................................... 11
1-02 BID PROCEDURES AND CONDITIONS.....................................................................13
' 1-02.1 Prequalification of bidders............................................................................................13
1-02.2 Plans and Specifications.................................................................................................13
1-02.5 Proposal Forms...............................................................................................................14
1-02.6 Preparation of Proposal.................................................................................................14
1-02.6(1) Proprietary Information...........................................................................................14
1-02.7 Bid Deposit......................................................................................................................15
1-02.9 Delivery of Proposal.......................................................................................................15
1-02.12 Public Opening of Proposals........................................................................................15
1-02.13 Irregular Proposals.................................:.....................................................................15
1-02.14 Disqualification of Bidders..........................................................................................16
1-02.15 Pre Award Information................................................................................................16
1-03 AWARD AND EXECUTION OF CONTRACT..............................................................16
1-03.1 Consideration of bids.....................................................................................................16
1-03.2 Award of Contract............................................................................................:.............17
1-03.3 Execution of Contract....................................................................................................17
1-03.4 Contract Bond.................................................................................................................17
1-03.7 Judicial Review...............................................................................................................18
1-04 SCOPE OF WORK...........................................................................................................18
1-04.2 Coordination of Contract Documents..........................................................................18
1-04.3 Contractor-Discovered Discrepancies...........................................................................18
1-04.4 Changes...........................................................................................................................18
1-04.8 Progress Estimates and Payments...................:.............................................................19
1-04.11 Final Cleanup................................................................................................................19
1-05 CONTROL OF WORK.....................................................................................................19
' 1-05.4 Conformity With and Deviation from Plans and Stakes.............................................19
1-05.4(3) Contractor Supplied Surveying................................................................................20
' 1-05.4(4) Contractor Provided As-Built Information.............................................................20
1-05.7 Removal of Defective and Unauthorized Work...........................................................21
1 .
it
1-05.10 Guarantees....................................................................................................................22
1-05.11 Final Inspection.............................................................................................................22
1-05.11(l) Substantial Completion Date 22
1-05.11(2) Final Inspection and Physical Completion Date...................................................23
1-05.11(3) Operational Testing..................................................................................................23
1-05.12 Final Acceptance...........................................................................................................24
1-05.13 Superintendents,Labor and Equipment of Contractor............................................24
1-05.14 Cooperation with Other Contractors..........................................................................24
1-05.16 Water and Power..........................................................................................................24
1-05.17 Oral Agreements...........................................................................................................24
1-05.18 Contractor's Daily Diary.............................................................................................25
1-06 CONTROL OF MATERIAL............................................................................................26
1-06.1 Approval of Materials Prior to Use...............................................................................26 '
1-06.2(1) Samples and Tests for Acceptance............................................................................26
1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................26
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................26
1-07.1 Laws to be Observed......................................................................................................26
1-07.2 State Sales Tax.................................................................................................................27
1-07.2(1) General........................................................................................................................27
1-07.2(2) State Sales Tax-Rule 171.........................................................................................28
1-07.2(3) State Sales Tax-Rule 170.........................................................................................28
1-07.2(4) Services.......................................................................................................................28 ,
1-07.6 Permits and Licenses......................................................................................................28
1-07.9 Wages...............................................................................................................................29 '
1-07.9(5) Required Documents..................................................................................................29
1-07.11 Requirements for Non-Discrimination.......................................................................29
1-07.11(11) City of Renton Affidavit of Compliance...............................................................29
1-07.12 Federal Agency Inspection...........................................................................................29
1-07.13 Contractor's Responsibility for Work........................................................................29
1-07.13(1) General......................................................................................................................29
1-07.15 Temporary Water Pollution/Erosion Control............................................................29
1-07.16 Protection and Restoration of Property.....................................................................30
1-07.16(1) Private/Public Property...........................................................................................30
1-07.17 Utilities and Similar Facilities
1-07.17(1) Site Specific Potholing.............................................................................................32
2
1-07.17(2) Interruption of Services...........................................................................................32
1-07.18 Public Liability and Property Damage Insurance.....:...............................................33
II, 1-07.18(1) General........................................................................................:.............................33
1-07.18(2) Coverages..................................................................................................................33
1-07.18(3) Limits........................................................................................................................35
1-07.18(4) Evidence of Insurance:............................................................................................35
1-07.22 Use of Explosives..............................................................:.............................................36
r 1-07.23 Public Convenience and Safety...................................................................................36
1-07.23(1) Construction Under Traffic.....................................................................................36
1-07.23(2) Construction and Maintenance of Detours............................................................37
1-07.24 Rights of Way................................................................................................................38
1-08 PROSECUTION AND PROGRESS................................................................................38
' 1-08.0 Preliminary Matters.......................................................................................................38
1-08.0(1) Preconstruction Conference......................................................................................38
1-08.0(2) Hours of Work.........................................................:...`...............................................39
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............40
1-08.1 Subcontracting................................................................................................................40
1-08.2 Assignment......................................................................................................................41
1-08.3 Progress Schedule...........................................................................................................41
1-08.4 Notice to Proceed and Prosecution of the Work..........................................................42
1-08.5 Time For Completion.....................................................................................................42
1-08.6 Suspension of Work........................................................................................................43
1-08.7 Maintenance During Suspension...................................................................................44
1-08.9 Liquidated Damages.......................................................................................................44
1-08.11 Contractor's Plant and Equipment.............................................................................44
1-08.12 Attention to Work.....................................................:...................................................44
' 1-09 MEASUREMENT AND PAYMENT...............................................................................44
1-09.1 Measurement of Quantities............................................................................................44
1-09.3 Scope of Payment............................................................................................................45
1-09.6 Force Account.................................................................................................................46
1-09.7 Mobilization.............................................................:......................................................46
1-09.9 Payments.........................................................................................................................46
1-09.9(1) Retainage....................................................................................................................47
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...........48
1-09.9(3) Final Payment..:.........................................................................................................49
3
�I
i
1-09.11 Disputes and Claims......................................................................................................49 ,
1-09.11(2) Claims....................:...................................................................................................50
1-09.11(3) Time Limitations and Jurisdiction.........................................................................50 ,
1-09.13 Claims and Resolutions.................................................................................................50
1-09.13(3) Claims$250,000 or Less..........................................................................................50 '
1-09.13(3)A Administration of Arbitration..............................................................................50
1-09.13(3)B Procedures to Pursue Arbitration........................................................................50
1-09.14 Payment Schedule.........................................................................................................51
1-09.14(1) Scope.........................................................................................................................51 ,
1-09.14(2) Bid Items...................................................................................................................51
1-10 TEMPORARY TRAFFIC CONTROL...........................................................................62
1-10.1 General............................................................................................................................62
1-10.2(1)B Traffic Control Supervisor.....................................................................................63
1-10.2(2) Traffic Control Plans.................................................................................................63
1-10.3 Flagging, Signs, and All Other Traffic Control Devices..............................................63
1-10.3(3) Construction Signs.....................................................................................................63
1-10.4 Measurement...................................................................................................................64
1-10.5 Payment..............................................................................:............................:...............64
1-11 RENTON SURVEYING STANDARDS...........................................................................64
1-11.1(1) Responsibility for surveys..........................................................................................64
1-11.1(2) Survey Datum and Precision............................................. ........................................64
1-11.1(3) Subdivision Information............................................................................................65
1-11.1(4) Field Notes..................................................................................................................65
1-11.1(5) Corners and Monuments...........................................................................................65
1-11.1(6) Control or Base Line Survey.....................................................................................65
1-11.1(7) Precision Levels..........................................................................................................66
1-11.1(8) Radial and Station--Offset Topography...........................................................:.....66
1-11.1(9) Radial Topography.....................................................................................................66
1-11.1(10) Station--Offset Topography.....................................................................................66
1-11.1(11) As-Built Survey.........................................................................................................66
1-11.1(12) Monument Setting and Referencing.......................................................................67 ,
1-11.12 Materials........................................................................................................................67
1-11.12(1) Property/Lot Corners..............................................................................................67 ,
1-11.12(2) Monuments...............................................................................................................67
1-11.12(3) Monument Case and Cover.....................................................................................67
4
2-01 CLEARINGS GRUBBING,AND ROADSIDE CLEANUP............................................67
2-01.1 Description......................................................................................................................67
t2-01.2 Disposal of Usable Material and Debris.......................................................................68
2-01.5 Payment...........................................................................................................................68
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................68
2-02.3(3) Removal of Pavement, Sidewalks,and Curbs.........................................................68
2-02.4 Measurement...................................................................................................................68
2-02.5 Payment...........................................................................................................................68
2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................69
2-03.3 Constructi on Requirements...........................................................................................69
2-03.4 Measurement..................................................................:................................................70
2-03.5 Payment...........................................................................................................................70
2-04 HAUL.................................................................................................................................70
2-04.5 Payment...........................................................................................................................70
2-06 SUBGRADE PREPARATION.........................................................................................70
2-06.5 Measurement and Payment..........................................................................................70
2-09 STRUCTURE EXCAVATION.........................................................................................71
2-09.1 Description..................................... ..................................71
...............................................
2-09.3(1)D Disposal of Excavated Material.............................................................................71
2-09.4 Measurement...................................................................................................................71
2-09.5 Payment...........................................................................................................................71
5-04 ASPHALT CONCRETE PAVEMENT...................................:........................................72
5-04.2 Materials.....................................................................:....................................................72
t5-04.3 Construction Requirements...........................................................................................72
5-04.3(5) Conditioning the Existing Surface..............................:.............................................73
5-04.3(5)A Preparation of Existing Surface......................................................I.......................73
5-04.3(7)A Mix Design...............................................................................................................74
5-04.3(8)A Acceptance Sampling and Testing—MIA Mixture.............................................74
t5-04.3(10)B Control...................................................................................................................74
5-04.5 Payment...........................................................................................................................74
j5-04.5(1)A Price Adjustments for Quality of MIA Mixture..................................................74
5-04.5(1)B Price Adjustments for Quality of HMA Compaction...........................................75
5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS ..........................................75
5-06.1 Description......................................................................................................................75
5-06.2 Materials..........................................................................................................................76
r 5
5-06.3 Construction Requirements...........................................................................................76
7-01 DRAINS..............................................................................................................................76
7-01.2 Materials..........................................................................................................................76 j
7-01.3 Construction Requirements...........................................................................................76
7-01.4 Measurement...................................................................................................................77 ,
7-02 CULVERTS........................................................................................................................77
7-02.2 Materials..........................................................................................................................77
7-04 STORM SEWERS.............................................................................................................77
7-04.2 Materials..........................................................................................................................77
7-04.4 Measurement...................................................................................................................77
7-04.5 Payment...........................................................................................................................77
7-05 MANHOLES,INLETS,AND CATCH BASINS............................................................78
7-05.3 Construction Requirements...........................................................................................78
7-05.3(1) Adjusting Manholes and Catch Basins to Grade....................................................78 '
7-05.3(2) Abandon Existing Manholes.....................................................................................79
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes...............................................................79
7-05.3(3) Connections to Existing Manholes...........................................................................79
7-05.3(5) Manhole Coatings.......................................................................................................80 ,
7-05.4 Measurement...................................................................................................................80
7-05.5 Payment...........................................................................................................................80 ,
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................81
7-08.3 Construction Requirements...........................................................................................81
7-08.3(1)C Bedding the Pipe.....................................................................................................81
7-08.3(1)D Pipe Foundation.....................................................................................................81
7-08.3(2)A Survey Line and Grade...........................................................................................81
7-08.3(2)B Pipe Laying—General............................................................................................81
7-08.3(2)E Rubber Gasketed Joints..........................................................................................82
i
7-08.3(2)H Sewer Line Connections.........................................................................................82
7-08.3(2)J Placing PVC Pipe.....................................................................................................82 j
7-08.3(3)A Backfilling Sanitary Sewer Trenches.....................................................................82
7-08.4 Measurement...................................................................................................................83 ,
7-08.5 Payment...........................................................................................................................83
7-09 PIPE AND FITTINGS FOR WATER MAINS ...............................................................84
7-09.3(15)A Ductile Iron Pipe....................................................................................................84 ,
P
7-09.3(15)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over)..........................................84
6
r
1 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene.....................................84
7-09.3(19)A Connections to Existing Mains.............................................................................84
t7-09.3(21) Concrete Thrust Blocking and Dead-Man Block..................................................85
7-09.3(23) Hydrostatic Pressure Test........................................................................................85
7-09.3(24)A Flushing and..........................................................................................................86
7-09.3(24)D Dry Calcium Hypochlorite...................................................................................86
7-09.3(24)K Retention Period....................................................................................................86
7-09.3(24)N Final Flushing and Testing...................................................................................86
7-09.3(25) Joint Restraint Systems...........................................................................................87
t 7-09.4 Measurement................................................. ..88
................................................................
7-09.5 Payment...........................................................................................................................88
7-12 VALVES FOR WATER MAINS.......................................................................................89
7-12.3(1) Installation of Valve Marker Post.............................................................................89
7-12.3(2) Adjust Existing Valve Box to Grade.........................................................................89
7-12.4 Measurement...................................................................................................................89
7-12.5 Payment...........................................................................................................................90
7-14 HYDRANTS.......................................................................................................................90
7-14.3(1) Setting Hydrants........................................................................................................90
7-14.3(3) Resetting Existing Hydrants.....................................................................................91
7-14.3(4) Moving Existing Hydrants........................................................................................91
7-14.5 Payment...........................................................................................................................91
7-15 SERVICE CONECTIONS................................................................................................91
7-15.3 Construction Details.......................................................................................................91
7-15.5 Payment...........................................................................................................................92
7-17 SANITARY SEWERS.......................................................................................................92
7-17.2 Materials..........................................................................................................................92
7-17.3 Construction Requirements...........................................................................................92
7-17.3(1) Protection of Existing Sewerage Facilities...............................................................92
i7-17.3(2)H Television Inspection................................................................................:..............92
7-17.4 Measurement...................................................................................................................93
7-17.5 Payment...........................................................................................................................93
8-02 ROADSIDE RESTORATION..........................................................................................93
8-02.3(4)A Topsoil Type.A..........................................................................................................93
8-02.3(16) Lawn Installation.....................................................................................................93
8-02.3(16)A Lawn Installation..................................................................................................94
l _
7
8-02.3(16)A1 Qualifications of Workmen..................................................:.............................94
8-02.3(16)A2 Submittals............................................................................................................94
8-02.3(16)A2a Certification of Material....:...............................................................................94
8-02.3(16)A2b Manufacturer's Certificates of Conformance................................................94
8-02.3(16)A2c Schedule for Installation...................................................................................94 I
8-02.3(16)A3 Product Handling................................................................................................94
8-02.3(16)A4 Site Information..................................................................................................94 ,
8-02.3(16)A5 Sod........................................................................................................................95
8-02.3(16)A5a Other Materials..................................................................................................95
8-02.3(16)A6 Execution.............................................................................................................95
8-02.3(16)A6a Installation Preparation...................................................................................95
8-02.3(16)A6b Sod Installation ...........................95
......................................................................
8-02.3(16)B Lawn Establishment..............................................................................................95 '
8-02.3(16)B Lawn Establishment and Final Acceptance.........................................................96
8-02.3(16)B1 Establishment Period..........................................................................................96
8-02.3(16)B2 Guarantee.............................................................................................................96
8-02.3(16)B3 Final Acceptance..................................................................................................96
8-09 RAISED PAVEMENT MARKERS..................................................................................97
8-09.5 Payment...........................................................................................................................97
8-13 MONUMENT CASES.......................................................................................................97
8-13.1 Description......................................................................................................................97
8-13.3 Construction Requirements...........................................................................................97
8-13.4 Measurement...................................................................................................................97
8-13.5 Payment...........................................................................................................................97 ,
8-14 CEMENT CONCRETE SIDEWALKS...........................................................................97
8-14.3(4) Curing.........................................................................................................................97
8-14.4 Measurement...................................................................................................................98 '
8-14.5 Payment...........................................................................................................................98
8-17 IMPACT ATTENUATOR SYSTEMS.............................................................................98 i
8-17.5 Payment...........................................................................................................................98
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL.................98 ,
8-20.2(1) Equipment List and Drawings...........................................................:......................98
8-22 PAVEMENT MARKING..................................................................................................99
8-22.1 Description......................................................................................................................99
8-22.3(5) Installation Instructions..........................................................................................100
I
8
1
8-22.5 Payment...........:..............................:..............................................................................100
8-23 TEMPORARY PAVEMENT MARKINGS...................................................................100
8-23.5 Payment............................:............................................................................................100
9-03.8(7) HMA Tolerances and Adjustments..........................................................................100
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS..................................101
9-05.4 Steel Culvert Pipe and Pipe Arch(RC).......................................................................101
9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC).......................................................101
9-05.7(2)A Basis for Acceptance(RC)....................................................................................101
9-05.7(3) Concrete Storm Sewer Pipe Joints(RC)................................................................101
9-..05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)..................................:................101
9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).....................................................................101
9-05.12 Polyvinyl Chloride(PVC)Pipe..................................................................................102
9-05.12(3) CPEP Sewer Pipe...................................................................................................102
9-05.14 ABS Composite Sewer Pipe.......................................................................................102
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe..................................................................102
9-05.22 High Density Polyethylene Piping.............................................................................103
9-08 PAINTS.............................................................................................................................104
9-08.8 Manhole Coating System Products.............................................................................104
9-08.8(1) Coating Systems Specification................................................................................104
9-14 EROSION CONTROL AND ROADSIDE PLANTING..............................................105
9-14.1(1) Topsoil Type A:.........................................................................................................105
9-14.6(8) Sod.............................................................................................................................105
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.....................................105
9-23.9 Fly Ash(RC)..................................................................................................................105
9-30 WATER DISTRIBUTION MATERIALS.....................................................................106
9-30.3(1) Gate Valves(3inches to 12 inches)..........................................................................106
9-30.3(3) Butterfly Valves........................................................................................................106
9-30.3(5) Valve Marker Posts..................................................................................................107
9-30.3(7) Combination Air Release/Air Vacuum Valves.......................................................107
9-30.3(8) Tapping Sleeve and Valve Assembly.......................................................................107
9-30.3(9) Blow-Off Assembly..................................................................................................107
9-30.5 Hydrants........................................................................................................................107
9-30.5(1) End Connections (RC).............................................................................................107
9-30.5(2) Hydrant Dimensions................................................................................................108
9-30.6(3)B Polyethylene Pipe..................................................................................................108
9
r
9-30.6(4) Service Fittings.........................................................................................................108
t
9-30.6(5) Meter Setters............................................................................................................108
10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED t
.....................................................................................................................................................108
t
l
1
j
i
L
I
10 f
03/21/2013
SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, State of Washington, Commission, Department of
Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference
shall be deemed to mean the City of Renton acting through its City Council, employees, and duly
authorized representatives for all contracts administered by the City of Renton.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location".
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality
of the Work, which might reasonably have been anticipated from historical records of the general
I locality of the Work, shall not be construed as an act of God.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency.
Contract Documents
See definition for"Contract".
tContract Price
Either the unit price,the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Contract Time
The period of time established by the terms and conditions of the Contract within which the Work
must be physically completed.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the
bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to
the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time
begins.
Substantial Completion Date: The day the Engineer determines the Contracting Agency has
full and unrestricted use and benefit of the facilities, both from the operational and safety
standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or
correction or repair remains for the physical completion of the total contract.
11
03/21/2013
Contract Completion Date: The date by which the Work is contractually required to be
physically completed. The Contract Completion Date will be stated in the Notice to Proceed.
Revisions of this date will be authorized in writing by the Engineer whenever there is an
extension to the Contract time.
Completion Date: The day all the Work specified in the Contract is completed and all the
obligations of the Contractor under the Contract are fulfilled by the Contractor.
Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per
the Contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by the Owner for the construction engineering of a specific public works
project.
Inspector
The Owner's authorized representative assigned to make necessary observations of the Work
performed or being performed, or of materials furnished or being furnished by the Contractor.
Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying
the Contracting Agency's acceptance of the bid.
Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor
authorizing and directing the Contractor to proceed with Work and establishing the date on which the
Contract time begins.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on ,
recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed
substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the Owner shall
be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as"Contract Bond"defined in the Standard Specifications.
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions of
prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be
bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a
part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings"
or "Standard Details" generally used in Specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to the Engineer's points,this shall mean all marks,bench marks,
reference points, stakes,hubs,tack, etc., established by the Engineer for maintaining horizontal and
vertical control of the Work.
12
03/21/2013
tProvide
Means"furnish and install"as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Public Works Administrator.
iShop Drawings
Same as"Working Drawings"defined in the Standard Specifications.
1 Special Provisions
Modifications to the Standard Specifications and their amendments that apply -to an individual
project. The special provisions may describe Work the Specifications do not cover. Such Work shall
comply first with the Special Provisions and then with any Specifications that apply. The Contractor
shall include all costs of doing this Work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by the Engineer at request of the Contractor by means of drawings or
documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such
drawings and instructions are consistent with the Contract Documents.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians,bicyclists, wheelchairs, and equestrian
traffic.
Utility
Public or private fixed improvement for the transportation of fluids, gases,power, signals, or
communications and shall be understood to include tracks, overhead and underground wires, cables,
pipelines, conduits, ducts, sewers,or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
Bidders shall be qualified by experience, financing, equipment, and organization to do the Work
called for in the Contract Documents. The Contracting Agency reserves the right to take whatever
action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily.
1-02.2 Plans and Specifications
Delete this Section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the Call for
Bids(Advertisement for Bids) for the Work.
■
13
03/21/2013
After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as j
detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced Plans (11" x 17") and 4 Furnished automatically
contract provisions upon award
Large Plans(22"x 34") 4 Furnished only upon
request
Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost
stated in the Call for Bids.
1-02.5 Proposal Forms
Delete this Section and replace it with the following: ,
At the request of the bidder, the Contracting Agency will provide a proposal form for any project on
which the bidder is eligible to bid
The proposal form will identify the project and its location and describe the Work. It will also list
estimated quantities,units of measurement,the items of Work, and the materials to be furnished at the
unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not
limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable,retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone
number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives,
if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and
additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer
of the bid. The bidder shall make no stipulation on the Bid Form,nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice president
(Or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of
the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to
be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member of the
joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any
D/W/MBE requirements are to be satisfied through such an agreement.
1-02.6 Preparation of Proposal
The second paragraph is revised as follows:
All prices shall be in legible figures and words written in ink or typed.The proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the decimal
point), each unit price shall also be written in words; where a conflict arises the written words shall
prevail.
1-02.6(1) Proprietary Information
1-02.6(1) is a new Section.
(******)
Vendors should, in the bid proposal, identify clearly any material(s), which constitute"(valuable)
formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW
14
03/21/2013
42.17.3 10, or any materials otherwise claimed to be exempt, along with a Statement of the basis
for such claim of exemption. The Department (or State) will give notice to the vendor of any
request for disclosure of such information received within 5 (five) years from the date of
submission. Failure to so label such materials or failure to timely respond after notice of request
for public disclosure has been given shall be deemed a waiver by the submitting vendor of any
claim that such materials are, in fact, so exempt.
1-02.7 Bid Deposit
Section 1-02.7 is supplemented with the following:
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the title
of the person must accompany said signature;
6. The signature of the surety's officer empowered to sign the bond form included in the
Contract Provision.
1-02.9 Delivery of Proposal
Revise the first paragraph to read:'
Each proposal shall be submitted in a sealed envelope with Project Name and Project Number as
stated in the Advertisement for Bids clearly marked on the outside of the envelope Or as otherwise
stated in the Bid Documents,to ensure proper handling and delivery.
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-02.13 Irregular Proposals
Revise item I to read:
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is
altered;
C. The complete proposal form contains any unauthorized additions, deletions, alternate
bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the award, or enter
into the Contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as
required in Section 1-2.6
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or
Women's Business Enterprise Certification, if applicable, as required in Section 1-
02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to meet the
material terms of the bid invitation.
1 15 _
03/21/2013
1-02.14 Disqualification of Bidders
Revise this section to read:
1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet
the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under the same or
different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Participants in
collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to
the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequalification of the bidder;
d. An unsatisfactory performance record exists based on past or current Contracting Agency
Work or for Work done for others, as judged from the standpoint of conduct of the Work;
workmanship; progress; affirmative action; equal employment opportunity practices; or
Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise
utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the Work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current contracts;
g. The bidder has failed to complete a written public contract or has been convicted of a
crime arising from a previous public contract;
h. The bidder is unable, financially or otherwise,to perform the Work;
i. A bidder is not authorized to do business in the State of Washington (not registered in
accordance with RCW 18.27)
j. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre Award Information
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items or
actions of:
1. A complete statement of the origin, composition, and manufacture of any or all materials to
be used;
2. Samples of these materials for quality and fitness tests;
3. A progress schedule (in a form the Contracting Agency requires) showing the order of time
required for the various phases of Work;
4. A breakdown of costs assigned to any bid item;
5. Attending at a conference with the Engineer or representatives of the Engineer;
6. Obtain, and furnish a copy of, a business license to do business in the city and/or county
where the Work is located;
7. A copy of State of Washington Contractor's Registration; or
8. Any other information or action taken that is deemed necessary to ensure that the bidder is
the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
(******)
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless
so stated in the call for bids or special provisions. The City reserves the right however to award all or
any schedule of a bid to the lowest bidder at its discretion.
16
03/21/2013
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
The Contract, bond form, and all other forms requiring execution, together with a list of all other
forms or documents required to be submitted by the successful bidder, will be forwarded to the
successful bidder within 10 days of the award. The number of copies to be executed by the
Contractor shall be determined by the Contracting Agency.
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
prepared contract,an insurance certification as required by Section 1-07.18, and a satisfactory bond as
required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the
successful bidder shall provide any pre-award information the Contracting Agency may require under
Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any Work begin within the project limits or within Contracting Agency-furnished I sites. The
Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered
before the Contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the Contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the Contracting Agency to possess a valid
City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation
activities. .
1-03.4 Contract Bond
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount. This
contract bond shall:
1. Be on the Contracting Agency-furnished form;
2. Be signed by an approved surety(or sureties)that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington published by
the Office of the Insurance Commissioner;
3. Be conditioned upon the faithful performance of the Contract by the Contractor within the
prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against
any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors
of the Contractor)to faithfully perform the Contract, or
b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay
all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any
17
03/21/2013
other person who provides supplies or provisions for carrying out Work; 1
5. Be accompanied by a power of attorney for the Surety's officer empowered.to sign the bond;
and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole j
proprietor or partner). If the Contractor is a corporation, the bond must be signed b the
P ) 1P � � Y
president or vice-president, unless accompanied by a written proof of the authority of the
individual signing the bond to bind the corporation (i.e., corporate resolution, power of ,
attorney or a letter to such effect by the president or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
The venue of all causes of action arising from the advertisement, award, execution, and performance
of the Contract shall be in the Superior Court of the County where the Contracting Agency's
headquarters are located.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda
Revise the second paragraph to read:
Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions
4. Contract Plans
5. Contracting Agency's Standard Plans(if any)
6. Amendments to the Standard Specifications
7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
8: WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
1-04.3 Contractor-Discovered Discrepancies
Section 1-04.3 is a new section:
Upon receipt of award of contract, the Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. The Contractor shall, prior to ordering material or performing Work, report in writing
to the Engineer any error, inconsistency, or omission in respect to design or mode of construction,
which is discovered. If the Contractor, in the course of this study or in the accomplishment of the
Work, finds any discrepancy between the Plans and the physical condition of the locality as
represented in the Plans, or any such errors or omissions in respect to design or mode of construction
in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to
inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any
Work done after such discovery, until correction of Plans or authorization of extra Work is given, if
the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is
involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate
such proposals by the Contractor on a case-by-case basis.
l
18 �
03/21/2013
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
"Lump Sum"Work accomplished to date. The Engineer's calculations and decisions shall be final in
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
unless another specific method of calculating lump sum payments is provided elsewhere in the
Specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the
Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay
item and no further compensation shall be made.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented.with the following:
If the project calls for the Contractor supplied surveying, the Contractor shall provide all required
survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these
Specifications as being provided by the Engineer. All costs for this survey Work shall be included in
"Contractor Supplied Surveying,"per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks
establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per
Section 1.-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and
excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes
and marks.
The Contractor shall provide a work-site, which has been prepared to permit construction staking to
proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor
supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the
Engineer or the Contractor supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of
replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be deducted from monies due or to become
due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error was furnished by the Engineer. Three consecutive points set on line or grade shall be the
minimum points used to determine any variation from a straight line or grade. Any such variation
shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall
be liable for any error in alignment or grade.
1 19
03/21/2013
The Contractor shall provide all surveys required other than those to be performed by the Engineer. t
All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of
these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by
the Engineer,per Section 1-11.1(4). These field notes shall include all survey Work performed by the
Contractor's surveyor in establishing line,grade and slopes for the construction Work. Copies of these
field notes shall be provided the Engineer upon request and upon completion of the Contract Work
the field book or books shall be submitted to the Engineer and become the property of the Contracting
Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
survey Work and the survey Work will be completed by the Engineer at the Contractor's expense.
Costs for completing the survey Work required by the Engineer will be deducted from monies due or
to become due the Contractor.
All costs for survey Work required to be performed by the Contractor shall be included in the prices
bid for the various items which comprise the improvement or be included in the bid item for
"Contractor Supplied Surveying per lump sum if that item is included in the contracts.
1-05.4(3) Contractor Supplied Surveying
Section 1-05.4(3)is a new section:
When. the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the
survey Work required for the project. The Contractor shall retain as a part of the Contractor
Organization an experienced team of surveyors under the direct supervision of a professional land
surveyor licensed by the State of Washington. All survey Work shall be done in accordance with
Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies,
and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the
project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be
corrected to the satisfaction of the Engineer before the survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner
to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's
intent to remove any survey stakes and/or points before physically removing them.
The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor
shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for
the project.
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and
Specifications, accurate As-Built records and other Work the Engineer deems necessary,the Engineer
may elect to provide at Contractor expense,a surveyor to provide all As-Built records and other Work
as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied
surveying from monies owed to the Contractor.
Payment per Section 1-04.1 for all Work and materials required for the full and complete survey
Work required to complete the project and As-Built drawings shall be included in the lump sum price
for"Construction Surveying, Staking, and As-Builts."
1-05.4(4) Contractor Provided As-Built Information
Section 1-05.4(4)is a new section:
(******)
It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches,
20
03/21/2013
by.centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed
during his Work as covered under this project.
It shall be the Contractor's.responsibility to have his Surveyor locate by centerline station, offset and
elevation each major item of Work done under this contract per the survey standard of Section 1-11.
Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves,
1 vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards,
Hydrants,Major Changes in Design Grade,Vaults, Culverts, Signal Poles, and Electrical Cabinets.
After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to
the City the hard covered field book(s) containing the as-built notes and one set of white prints of the
project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and
one set of white prints of the project drawings upon which he has plotted the as-built location of the
new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and
signature certifying its accuracy.
All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking,
and As-Builts", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
Section 1-05.7 is supplemented as follows:
Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by
Contractor forces, in accordance with the intent of the Contract and without expense to the Owner,
and shall bear the expense of making good all Work of other contractors destroyed or damaged by
isuch removal or replacement.
If the Contractor does not remove such condemned Work and materials and commence re-execution
of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of
the Work required by the Contract Documents, the Owner may correct and remedy such Work as may
be identified in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary. In that case,the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by
the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation,
compensation for additional professional services required, and costs for repair and replacement of
Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's
unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such
removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact
of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such
materials at public or private sale, and deduct all costs and expenses incurred from monies due to the
Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The
Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any
deficiency from any funds otherwise due the Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be
an emergency situation,the Engineer may have the defective and unauthorized Work corrected-
immediately,have the rejected Work removed and replaced, or have Work the Contractor refuses to
perform completed by using Contracting Agency or other forces. An emergency situation is any
situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or
might cause serious risk of loss or.damage to the public, the Property Owner and the Property
Owner's property.
21
03/21/2013
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the, Work attributable to the exercise of the Contracting Agency's rights provided by
this section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency's
right to pursue any other avenue for additional remedy or damages with respect to the Contractor's
failure to perform the Work as required.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is discovered, the Contractor shall promptly, upon written order by the
Contracting Agency, return and in accordance with the Engineer's instructions, either correct such
Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it
with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor
does not promptly comply with the written order t o correct defective and/or unauthorized Work, or if
an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized
Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or
Unauthorized Work."
The Contractor agrees the above one year limitation on shall not exclude or diminish the Contracting
Agency's rights under any law to obtain damages and recover costs resulting from defective and/or
unauthorized Work discovered after one year but prior to the expiration of the legal time period set
forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied
arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the
right of persons furnishing materials or labor, to recover under any bond given by the Contractor for
their protection, or any rights under any law permitting such persons to look to funds due the
Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and `
notice of its provisions shall be given to all persons furnishing materials for.the Work when no formal
contract is entered into for such materials.
1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1)is a new section:
When the Contractor considers the Work to be substantial) complete, Contractor shall so notify
Y lete P �
the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will
schedule an inspection of the Work with the Contractor to determine the status of completion.
P p
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental Work,replacement of temporary substitute facilities,or
correction of repair Work remains to reach physical completion of the Work.
The Contractor's request shall list the specific items of Work in subparagraph two above that remains
to be completed in order to reach physical completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If after this inspection,the Engineer concurs with the Contractor that the Work is substantially
22
01/21/2013
complete and ready for its intended use,the Engineer,by written notice to the Contractor,will set the
Substantial Completion Date. If, after this inspection the Engineer does not consider the Work
substantially complete and ready for its intended use,the Engineer will,by written notice, so notify
the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion,whichever is
applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption,
the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the Work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the Work physically complete and ready for Final Inspection.
1-05.11(2) Final Inspection and Physical Completion Date
Section 1-05.11(2)is a new Section:
When the Contractor considers the Work physically complete and ready for Final Inspection, the
Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer
will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection
and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection
reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued
vigorously, diligently, and without interruption until physical completion of the listed deficiencies.
This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written
Notice listing the deficiencies, the Engineer may,upon Written Notice to the Contractor,take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor
will not be allowed an extension of contract time because of a delay in the performance of the Work
attributable to the exercise of the Engineer's right hereunder.
LUpon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing, of the date upon which the Work was considered physically complete, that date
shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations
of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Section 1-05.11(3)is a new section:
Unless otherwise noted in the Contract Documents,the Contractor shall give the Engineer a minimum
of 3 working days' notice of the time for each test and inspection. If the inspection is by another
authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days'
i notice of the date fined for such inspection. Required certificates of inspection by other authority than
the Engineer shall be secured by the Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and
operable system. Therefore,when the Work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems;
buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate
and test the Work for a period of time, after final inspection but prior to the physical completion date.
Whenever items of Work are listed in the Contract Provisions for operational testing they shall be
fully tested under operating conditions for the time period specified to ensure their acceptability prior
to the Physical Completion Date. During and following the test period,the Contractor shall correct
any items of workmanship,materials, or equipment which prove faulty, or that are not in first class
operating condition. Equipment, electrical controls,meters, or other devices and equipment to be
23
t,
03/21/2013 J`tE
1
tested during his period shall s.
g p 1 be tested under the observation of the Engineer, so that the Engineer
may determine their suitability for the purpose for which they were installed. The Physical
Completion Date cannot be established until testing and corrections have been completed to the fift
satisfaction of the Engineer.
The costs for power,gas, labor,material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system being
tested,unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer's OF
guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
t,!
The Final Acceptance date shall be that date in which the Renton City Council formally approves
acceptance of the Contract. „
1-05.13 Superintendents, Labor and Equipment of Contractor
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-
02.1,the Contracting Agency will take these performance reports into account.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
The Contractor shall afford the Owner and other contractors working in the area reasonable
opportunity for the introduction and storage of their materials and the execution of their respective
Work, and shall properly connect and coordinate the Contractor's Work with theirs.
Other utilities, districts,agencies, and contractors who may be working within the project area are:
1. Puget Sound Energy(gas and electric)
2. AT&T Broadband
3. Qwest Communications
4. City of Renton(water, sewer,transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service '
cabinet.
1-05.16 Water and Power i.
Section 1-05.16 is a new Section:
The Contractor shall make necessary arrangements, and shall bear the costs for power and water 1
necessary for the performance of the Work,unless the Contract includes power and water as a pay
item.
1-05.17 Oral Agreements
Section 1-05.17 is a new section:
24
f
03/21/2013
No oral agreement or conversation with any officer,agent, or employee of the Contracting Agency,
either before or after execution of the Contract, shall affect or modify any of the terms or obligations
contained in any of the documents comprising the Contract. Such oral agreement or conversation
shall be considered as unofficial information and in no way binding upon the Contracting Agency,
unless subsequently put in writing and signed by the Contracting Agency.
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record
of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is
commonly available through commercial outlets. The diary must contain the Project and Number; if
the diary is in loose-leaf form, this information must appear on every page. The diary must be kept
j, and maintained by the Contractor's designated project superintendent(s). Entries must be made on a
daily basis and must accurately represent all of the project activities on each day.
At a minimum,the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate references to
the Plans and Contract Provisions, so that the reader can easily and accurately identify said
Work in the Plans. Identify location/description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contractor, the
Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by the Contractor for future
installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of the Contractor's employees working during each day by category
of employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle equipment
on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by the
Owner or other party during each day.
11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic
control devices and condition of the traveled roadway surfaces. The Contractor shall not
allow any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature,
quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by the
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by the Contractor's official representative on the
project.
( The Contractor may use additional sheets separate from the diary book if necessary to provide a
complete diary record,but they must be signed,dated;and labeled with project name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained
by the Contractor shall be the "Contractor's Book of Original Entry"for the documentation of
any potential claims or disputes that might arise during this contract. Failure of the Contractor
to maintain this diary in the manner described above will constitute a waiver of any such claims
or disputes by the Contractor.
The Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report.
25
03/21/2013
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall
include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be
installed under the Contract. This list will be checked by the Engineer as to conformity with the
Contract Documents. The Engineer will review the lists within 10 working days, noting required
corrections. The Contractor shall make required corrections and file 2 corrected copies with the
Engineer within one week after receipt of required corrections. The Engineer's review and acceptance
of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose,
nor for deviations from the Contract Documents.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples by the
Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance
with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2)is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
.1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
The Contractor shall erect and properly maintain, at all times, as required by the conditions and
progress of the Work, all necessary safeguards for protection of workers and the public; shall post
danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a
responsible employee on the construction site whose duty shall be the enforcement of safety. The
name and position of such person so designated shall be reported in writing to the Engineer by the
Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all employees and
shall not employ any person unfit or not skilled in the Work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by the Contractor.
In cases of conflict between different safety regulations,the more stringent regulation shall apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office,or other well-known place at the project site, i
all articles necessary for providing first aid to the injured. The Contractor shall establish,publish, and
make known to all employees,procedures for ensuring immediate removal to a hospital or doctor's
26
03/21/2013
care, and persons, including employees,who may have been injured on the project site. Employees
I
should not be permitted to Work on the project site before the Contractor has established and made
known procedures for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure,
or improper maintenance,use,or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site, including safety for all persons and property in the
performance of the Work.. This requirement shall apply continuously, and not be limited to normal
working hours. The required or implied duty of the Engineer to conduct construction review of the
Contractor's performance does not, and shall not,.be intended to include review and adequacy of the
Contractor's safety measures, in, on, or near the project site.
t1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2(1) General
The Washington State Department of Revenue has issued special rules on the state sales tax. Sections
1-07.2(1)through 1-07.2(4)are meant to clarify those rules. The Contractor should contact the
Washington State Department of Revenue for answers to questions in this area. The Contracting
Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts.
In some cases,however, state retail sales tax will not be included. Section 1-07.2(3) describes this
exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the
Washington State Department of Revenue a certificate showing that all contract-related taxes have
been paid(RCW 60.28.050). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of Revenue,
whether the amount owed relates to this contract or not. Any amount so deducted will be paid into
the proper state fund.
27
03/21/2013
1-07.2(2) State Sales Tax-Rule 171
WAC 458-20-171, and its related rules, apply to building,repairing, or improving streets,roads, etc.,
which are owned by a municipal corporation, or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic. This includes storm or combined
sewer systems within and included as part of the street or road drainage system, and power lines when
such are part of the roadway lighting system. For Work performed in such cases,the Contractor shall
include Washington State Retail Sales Taxes in the various unit bid item prices,or other contract
amounts, including those that the Contractor pays on the purchase of the materials, equipment, or
supplies used or consumed in doing the Work.
1-07.2(3) State Sales Tax—Rule 170
WAC 458-20-170, and its related rules,applies to the constructing and repairing of new or existing
buildings, or other structures, upon real property. This 'includes,but is not limited to; the construction
of streets, roads, highways, etc., owned by the state of Washington; water mains and their
appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems
are within,and a part of,a street or road drainage system; telephone,telegraph, electrical power
distribution lines, or other conduits or lines in or above streets or roads,unless such power lines
become a part of a street or road lighting system; and installing or attaching of any article of tangible
personal property in or to real property, whether or not such personal property becomes a part of the
realty by virtue of installation. .
For Work performed in such cases,the Contractor shall collect from the Contracting Agency, retail
sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to
each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in
the unit bid item prices, or in any other contract amount subject to Rule 170,with the following
exception.
Exception:The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools,machinery, equipment, or consumable
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices
or in any other contract amount.
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly
for professional or other services (as defined in Washington State Department of Revenue Rules 138
and 244).
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
The Contractor shall be required to comply with all conditions of the permits, easements, and rights
of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from
claims on all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall
comply with the special provisions and requirements of each.
28
03/21/2013
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the Work, and inspection fees in connection therewith shall be secured and
paid for by the Contractor. If the Owner is required to secure such permits, permission under
franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be
charged against the Contractor and deducted from any funds otherwise due the Contractor.
1-07.9 Wages
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and
lower tier subcontractors,regardless of project's funding source. .
1-07.11 Requirements for Non-Discrimination .
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11) is new:
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the
"City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be
bound in the bid documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications and are made
a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended,
are less restrictive than Washington State Law,then the Washington State Law.shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier
subcontracts, together with the wage rates. The Contractor shall also ensure that this Section,
REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract.for subcontractors and
lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will
be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
and this Special Provision.
1-07.13 Contractor's Responsibility for Work
1-07.13(1) General
Section 1-07.13(1)is supplemented as follows:
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of
the Work as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable.
conditions shall be constructed while these conditions exist, unless the Contractor shall be able to
overcome said urnfavorable conditions by special means or precautions acceptable to the Engineer,.
1-07.15 Temporary Water Pollution/Erosion Control
Delete the first paragraph, and replace it with the following:
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
29
03/21/2013
protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all j
Work in strict accordance with all Federal, State, and local laws and regulations governing waters of
the State,as well as permits acquired for the project.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented by adding the following:
(******)
The Contracting Agency will obtain all easements and franchises required for the project. The
Contractor shall limit his operation to the areas obtained and shall not trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection with the Work under
the Contract together with the right of access to such lands. The Contractor shall not unreasonably
encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and
access thereto not shown or described that may be required for temporary construction facilities or
storage of materials. He shall construct all access roads, detour roads, or other temporary Work as
required by his operations. The Contractor shall confine his equipment, storage of material, and
operation of his workers to those areas shown and described and such additional areas as he may
provide.
A. General. All construction Work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements, right-of-way or
franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a
minimum amount of damage. The Contractor shall schedule his Work so that trenches across
easements shall not be left open during weekends or holidays and trenches shall not be open for more
than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for
the performance of the Work and, if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures that may be damaged as a result of the
Work under this contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns,and other surface improvements which are damaged by actions of the
Contractor shall be restored as nearly as possible to their original condition. �.
Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the
trench or construction area and stockpile it in such a manner that it may be replaced b him upon
p Y P Y
completion of construction. Ornamental trees and shrubbery shall be carefully removed with the
earth surrounding their roots wrapped in burlap and replanted in their original positions within 48
hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of
equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to
trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches
have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and
debris.
The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by
side sewer contractors for all Work, including excavation and backfill, on easements or rights-of--way,
which have lawn areas. All fences, markers,mailboxes, or other temporary obstacles shall be
removed by the Contractor and immediately replace, after the trench is backfilled, in their original
position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in
advance of any Work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering and/or other
30
r
03/21/2013
' construction activity under this contract shall be restored to their original condition or better. The
original condition shall be established by photographs taken and/or inspection made prior to
construction. All such Work shall be done to the satisfaction of the Property Owners and the
Contracting Agency at the expense of the Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all
streets (traveled ways)used by him if damaged.
In the event the.Contractor does not have labor or material immediately available to make necessary
repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make
the necessary repairs and the cost of such repairs shall be paid by the Contractor.
The Contractor is responsible for identifying and documenting any damage that is pre-existing or
caused by others. Restoration of excavation in City streets shall be done in accordance with the City
of Renton Trench Restoration Requirements, which is available at the Public Works Department
Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to the
Engineer. Information and data shown or indicated in the Contract Documents with respect to
existing underground utilities or services at or contiguous to the project site are based on information
and data furnished to the Owner and the Engineer by owners of such underground facilities or others,
and the Owner and the Engineer do not assume responsibility for the accuracy or completeness
thereof. It is to be understood that other aboveground or underground facilities not shown in
the Plans may be encountered during the course of the Work.
All utility valves,manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a
fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be
determined by the Engineer or utility personnel under adverse conditions, (inclement weather or
darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume
that every property parcel will be served by a service connection for each type of utility.
The Contractor shall check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. The Contractor shall resolve all crossing. and clearance
problems with the utility company concerned. No excavation shall begin until all known facilities, in
the vicinity of the excavation area,have been located and marked.
In addition to the Contractor having all utilities field marked before starting Work, the Contractor
shall have all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract,the Contractor shall notify the Underground
Utilities Location Center by telephone of the planned excavation and progress schedule. The
Contractor is also warned that there may be utilities on the project that are not part of the One Call
system. They must be contacted directly by the Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
31
03/21/2013
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or
relocated by the appropriate utility company unless.otherwise noted in the Plans. These adjustments
may be completed before the Contractor begins Work, or may be performed in conjunction with the
Contract Work. The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or permanent, of their
facilities within the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on other
aspects of the project whenever possible. No additional compensation will be made to the Contractor
for reason of delay caused by the actions of any utility company, and the Contractor shall consider
such costs to be incidental to the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in
advance of the Contractor's operations. If potholing is not included as a bid item then it shall be
considered incidental to other Work. The Contractor shall submit all potholing requests to the
Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the
Contractor shall provide potholing at the Engineer's request.
In no way shall the Work described under Utility Potholing relieve the Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
1-07.17(1) Site Specific Potholing
Section 1-07.17(1) is a new section:
Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in
addition to potholing included as incidental for utility installation. Where underground utilities are
found to be in the way of construction, such condition shall not be deemed to be a changed or
differing site condition, and if necessary,pipe alignment or grade shall be modified. No payment will
be made unless potholing has been performed prior to trench excavation, and witnessed by the
Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities
separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity,
the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this
item is included to provide a common proposal for bid purposes. The actual quantity used in
construction may vary from that amount. The unit price will not be adjusted if the actual quantity
used varies by more than 25 percent.
The contractor shall perform for this potholing a minimum of five working days prior to crossing to
allow for potential revisions. The contractor shall not have cause for claim of down-time or any other
additional costs associated with `waiting' if the owner provides design revisions (related to the
information supplied per this section) within three working days after the contractor provides the
surveyed elevations.
In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
1-07.17(2) Interruption of Services
Section 1-07.17(2) is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an outage of
utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less
than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize
32
03/21/2013
i� the duration of outages; and shall estimate the length of time service will be interrupted and so notify
the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact
shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to
the Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various unit and
Lump sum items of the Contract; no separate payment will be made.
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to
the Completion Date, public liability and property damage insurance with an insurance company(ies)
or through sources approved by the State Insurance Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been obtained
and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all
_ subcontractors, Contracting Agency and the Contracting Agency's`consultant. The coverage shall
protect against claims for bodily injuries, personal injuries, including accidental death, as well as
claims for property damages which may arise from any act or omission of the Contractor or the
subcontractor, or by anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage and
limits established under the term of the Contract for work are in full force and effect during the period
of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance
policy effecting coverage(s)required on the Contract prior to the date work commences.
Failure of the Contractor to fully comply during the term of the Contract with the requirements
described herein will be considered a material breach of contract and shall be caused for immediate
termination of the Contract at the option of the Contracting Agency.
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the
contract and no additional payment will be made.
1-07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable
to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4. Possess a minimum A.M. best rating of AVII(A rating of A XH or better is preferred.)
If any insurance carrier possesses a rating of less than AVII, the City may make an
exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance com an ies terms conditions and the Certificate of Insurance.
P Y( )� ,
33
03/21/2013
A. Strike the following or similar wording:. "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder".
B. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the
company, its agents or representatives".
C. Amend the cancellation clause to state: "Should any of the above described
policies be cancelled before the expiration date thereof, notice will be delivered '
in accordance with the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified above,
the City will accept a written agreement that the consultant's broker will provide the required .
notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under such
restrictions as may be required by the proper authorities. Explosives shall be handled and used in
strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The
individual in charge of the blasting shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the l
Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads,
streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good,
clean, safe condition at all times. Deficiencies caused by the Contractor's.operations shall be repaired
at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired
by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The
Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project
limits when affected by the Contractor's operations. Snow and ice control will be performed by the
Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting
Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or create a '
hazard. j
2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. =
(The Contracting Agency will continue the route maintenance on such system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall
be responsible for scheduling when to renew striping, subject to the approval of the Engineer.
When the scope of the project does not require Work on the roadway, the Contracting Agency
will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's -1
36
03/21/2013
expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage
structures will be at the Contracting Agency's expense when approved by the Engineer, except
when flow is impaired due to the Contractor's operations.
Section 1-07.23(l) is supplemented by adding the following:
The Contractor shall be responsible for controlling dust and mud within the project limits and on any
street, which is utilized by his equipment for the duration of the project. The Contractor shall be
prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary
by the Engineer,to.avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project and no compensation will be
made for this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be
transmitted to the Contractor and prompt action in correcting them will be required by the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to minimize
affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the
Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits during
- working hours. One lane shall be provided in each direction for all streets during non-working hours.
The Contractor shall provide one drivable roadway lane and maintain convenient access for local and
commuter traffic to driveways, businesses, and buildings along the line of Work throughout the
course of the project. Such access shall be maintained as near as possible to that which existed prior
to the commencement of construction. This restriction shall not apply to the paving portion of the
construction process.
The Contractor shall notify and coordinate with all property owners and tenants of street closures, or
other restrictions which may interfere with their access at least 24 hours in advance for single-family
residential property, and at least 48 hours in advance for apartments, offices, and commercial
property. The Contractor shall give a copy of all notices to the Engineer.
When the abutting owners'access across the right-of-way line is to be eliminated and replaced under
the Contract by other access, the existing access shall not be closed until the replacement access
facility is available.
All unattended excavations shall be properly barricaded and covered at all times. The Contractor
shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be
patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the
roadway remains closed to public traffic. Steel plates must be anchored..
1-07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The
Contractor shall build, maintain in a safe condition, keep open.to traffic, and remove when no longer
needed:
\ 1. Detours and detour bridges that will accommodate traffic diverted from the e,roadway, bridge,
g
sidewalk, driveway,or path during construction,
37
03/21/2013
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1-07.24 Rights-of-Way
Delete this section in its entirety, and replace it with the following:
Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the
Drawings. The Contractor's construction activities shall be confined within these limits unless
arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and
easements, both permanent and temporary, necessary for carrying out the completion of the Work.
Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a
duly issued addendum.
Whenever any of the Work is accomplished on or through property other than public right-of-way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements are included in the Contract Provisions or made available to the Contractor as soon as
practical after they have been obtained by the Engineer.
Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so
noted on the Drawings.The Contractor shall not proceed with any portion of the Work in areas where
right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the
Contractor that the right-of-way or easement is available or that the right-of-entry had been received.
If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements,rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes
entry onto easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of -
construction pursued under this Contract. The statement shall be signed by the private property
owner, or proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been obtained or, in
the case of a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address and date of signature. Written releases must be
filed with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters �.
Section 1-08.0 is a new section with subsection:
1-08.0(1) Preconstruction Conference
Section 1-08.0(1)is a new subsection:
The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2
"Plans and Specifications". Additional documents may be furnished upon request at the cost of
reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and
38
03/21/2013
compare the Contract Documents, and check and verify pertinent figures shown therein and all
applicable field measurements. The Contractor shall promptly report in writing to the Engineer any
conflict, error or discrepancy,which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such other
interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
+ Contractor's plan of operation and progress schedule(3+copies).
+ Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with bid)
+ List of materials fabricated or manufactured off the project
4 Material sources on the project
+ Names of principal suppliers
+ Detailed equipment list, including "Rental. Rate Blue Book" hourly costs (both
working and standby rates)
+ Weighted wage rates for all employee classifications anticipated to be used on Project
+ Cost percentage breakdown for lump sum bid item(s)
+ Shop Drawings (bring preliminary list)
4 Traffic Control Plans(3+copies)
4 Temporary Water Pollution/Erosion Control Plan
In addition,the Contractor shall be prepared to address:
Bonds and insurance
Project meetings—schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than the Contractor
Compliance with Contract Documents
Acceptance and approval of Work
Labor compliance,payrolls, and certifications
Safety regulations for the Contractors'and the Owner's employees and representatives
Suspension of Work,time extensions
Change order procedures
Progress estimates,procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special Work
Any interpretation of the Contract Documents requested by the Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the Work
Processing and administration of public complaints
Easements and rights-of-entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and the Contractor should be
prepared for their review and discussion of progress schedule and coordination.
1-08.0(2) Hours of Work
Section 1-08.0(2) is a new subsection:
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal
straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00
a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week.
The normal straight time 8-hour working period for the Contract shall be established at the
preconstruction conference or prior to the Contractor commencing the Work.
39
03/21/2013
If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after
6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work
such times. Permission to Work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not
required. Such requests shall be submitted to the Engineer no later than noon on the working day
prior to the day for which the Contractor is requesting permission to Work.
Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the
hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control
requirements. Approval to continue Work during these hours may be revoked at any time the
Contractor exceeds the Contracting Agency's noise control regulations or complaints are received
from the public or adjoining property owners regarding the noise from the Contractor's operations.
The Contractor shall have no claim for damages or delays should such permission be revoked for
these reasons.
Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time
working hours Monday through Friday may be given subject to certain other conditions set forth by
the Contracting Agency or the Engineer. These conditions may include but are not limited to:
requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the
Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering
salaries paid Contracting Agency employees who worked during such times; considering the Work
performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time;
and considering multiple Work shifts as multiple working days with respect to Contract Time even
though the multiple shifts occur in a single 24-hour period.Assistants may include,but are not limited
to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency
employees when in the opinion of the Engineer such Work necessitates their presence.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Section 1-08.0(3) is a new subsection:
Where the Contractor elects to Work on a Saturday, Sunday,holiday, or longer than an 8-hour Work
shift on a regular working day, as defined in the Standard Specifications, such Work shall be
considered as overtime Work. On all such overtime Work an inspector will be present, and a survey
crew may be required at the discretion of the Engineer.The Contractor shall reimburse the
Contracting Agency for the full amount of the straight time plus overtime costs for employees and
representative(s) of the Contracting Agency required to Work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from
the amount due or to become due the Contractor.
1-08.1 Subcontracting
Revise the second paragraph to read:
The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the Engineer requests,the Contractor shall
provide proof that subcontractor has the experience, ability, and equipment the Work requires. The
Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all
certificates and statements required by the Contract. The Contractor shall require each subcontractor
of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these
requirements in every subcontract of every tier.
Section 1-08.1 is supplemented as follows:
(******)
Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at
least 7 calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by
40
03/21/2013
the subcontractors, as well as for the acts and omissions of persons directly employed by the
Contractor. The Contractor shall be required to give personal attention to the Work that is sublet:
Nothing contained in the Contract Documents shall create any contractual relation between any
subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
The Contractor shall not assign any moneys due or to become due to the Contractor hereunder
without the prior written consent of the Owner. The assignment, if approved, shall be subject to all
setoffs,withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM),
preferably using Microsoft Project or equivalent software. The schedule shall contain this
information, at a minimum:
,.. 1. Construction activities, in sufficient detail that all activities necessary to construct a complete
and functional project are considered. Any activity that has a scheduled duration exceeding 30
calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar
days.
The schedule shall clearly indicate the activities that comprise the critical path. For each activity
not on the critical path,the schedule shall show the float, or slack,time.
2. Procurement of material and equipment.
3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the
Engineer shall be shown as separate activities.
4. Work to be performed by a subcontractor, agent, or any third party..
5. Allowances for delays that could result from normal inclement weather(time extensions due to
inclement weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust
their facilities as required,
The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the
opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination
with any other activity of other contractors,the availability of all or portions of the job site, or special
provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor
shall provide such revised schedule within 10 days of request.
If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind
schedule, the Contractor may be required to submit a plan for regaining progress and a revised
schedule indicating how the remaining Work items will be completed within the authorized contract
time.
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will
require revision of the schedule and shall promptly submit proposed revisions in the progress
schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the
revised schedule shall be followed by the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets
forth specific Work to be performed the following week, and a tentative schedule for the second
week.
Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work.
41
03/21/2013
against the progress schedule a minimum of two times per month. Failure, without just cause, to
maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If,
through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer
will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved
revisions will thereafter, in all respects, apply in lieu of the original schedule.
Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions
thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all
or any portion of the job site, and will relieve the Owner of any responsibility for delays to the
Contractor in the performance of the Work.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly
schedules shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is replaced with the following:
Notice to Proceed will be given after the Contract has been executed and the Contract bond and
evidence of insurances have been approved and filed by the Owner. The Contractor shall not
commence the Work until the Notice to Proceed has been given by the Engineer.The Contractor shall
commence construction activities on the project site within ten days of the Notice to Proceed date.
The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption
until physical completion of the Work. There shall be no voluntary shutdowns or slowing of
operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve
the Contractor from the contractual obligation to complete the Work within the prescribed Contract
Time.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer.The Contract Time will be stated in"working days", shall
begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first
working day", and shall end on the Contract Completion date.
A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically
suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4,
Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The
day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day
after Christmas shall be a holiday when Christmas Day occurs on a Monday,Wednesday, or Thursday. r
When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as
holidays. When Christmas day occurs on a Sunday, the two working days following shall be
observed as holidays. When holidays other than Christmas fall.on a Saturday, the preceding Friday
will be counted as a non-working day and when they fall on a Sunday the following Monday will be
counted as a non-working day. The Contract Time has been established to allow for periods of normal
inclement weather that, from historical records, is to be expected during the Contract Time, and
during which periods, Work is anticipated to be performed. Each successive working day, beginning
with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the
Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an
Engineer determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working days
charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3)
the number of working days remaining in the Contract Time; (4) the number of non-working days;
and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly
report will be correlated with the Contractor's current approved progress schedule. If the Contractor
elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in
which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that
42
03/21/2013
week will be charged as a working day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a
written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will
be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial Completion,
Physical Completion, and Completion Dates are specified in Sections.1-05.11 and 1-05.12.
Revise the seventh paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the Contract after all
the Contractor's obligations under the Contract have been performed by the Contractor. The
following events must occur before the Completion Date can be established:
1. The physical Work on the project must be complete; and
2. The Contractor must furnish all documentation required by the Contract and required by law, to
allow the Contracting Agency to process final acceptance of the Contract. The following
documents must be received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls (Federal-aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of
Amounts Credited as DBE Participation, as required by the Contract Provisions.
d. FHWA 47 (Federal-aid Projects)
e. Final Contract Voucher Certification
f. Property owner releases per Section 1-07.24
Section 1-08:5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor
shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed
critical by the Contracting Agency, including but not limited to signal controller materials, lighting
standards, and signal standards required for the physical completion of the Contract. Such purchase
orders shall disclose the estimated delivery dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall start and be
completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the
-�t Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a
purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
li The Contractor will be entitled to only one such suspension of time during the performance of the
Work and during such suspension shall not perform any additional Work on the project. Upon
delivery of the critical items, contract time will resume and continue to be charged in accordance with
Section 1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in
writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in
the written notice from the Owner to the Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of the Owner.
i
43
03/21/2013 i
If it has been determined that the Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays, and shall be based upon the Contractor's
diligently pursuing the Work at a rate not less than that which would have been necessary to complete
the original Contract Work on time.
1-08.7 Maintenance During Suspension
Revise the second paragraph to read:
At no expense to the Contracting Agency,the Contractor shall provide through the construction area a
safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during
suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary
road or detour.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows:
In addition, the Contractor shall compensate the Owner for actual engineering inspection and
supervision costs and any other expenses and legal fees incurred by the Owner as a result of such
delay. Such labor costs will be billed to the Contractor at actual costs, including administrative
overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any provision of
this Contract or to seek redress for any breach thereof,the Owner shall be entitled to recover its costs,
including reasonable attorneys fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new Section:
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of
his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
Contractor's plant and equipment in the performance of any Work on the site of the Work.
The use by the Owner of such plant and equipment shall be considered as extra Work and paid for
accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the
site from the time the Contractor's operations have commenced until final acceptance of the Work by
the Engineer and the Owner. The Contractor shall employ such measures as additional fencing,
barricades, and watchmen service, as he deems necessary for the public safety and for the protection
of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured
areas.
1-08.12 Attention to Work
Section 1-08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall
be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times
be represented by a competent superintendent who shall have full authority to execute the same, and
to supply materials, tools, and labor without delay, and who shall be the legal representative of the
Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
44
W/21/2013
Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost
percentage breakdown of the lump sum bid price(s) submitted at the precoristruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
list the items included in the lump sum together with a unit price of labor, materials, and equipment
for each item. The summation of the detailed unit prices for each item shall add up to the lump sum
bid. The unit price values may be used as a guideline for determining progress payments or
t deductions or additions in payment for ordered Work changes.
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in
the following manner. Where items are specified to be paid by the cubic yard, the following tally
system shall be used.
All trucks to be employed on this Work will be measured to determine the volume of each truck.
Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no
duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery,by street and stationing on each street
5 Place for the Engineer to acknowledge receipt
6 Pay item number
7 Contract number and/or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for
each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is
given to the Inspector on the project at the time of delivery of materials for each truckload delivered.
Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of
delivery of materials. Tickets not receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no
duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to.the project.
All tickets received that do not contain the following information will n6t be processed for payment:
1. Truck number
2. Truck tare weight(stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight(stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
The bid items listed in Section 1-09.14 will be the only items for which compensation will be made
for the Work described in each section of the Standard Specifications when the Contractor performs
45
03/21/2013
the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form,
and Work for that item is performed by the Contractor and the Work is not stated as included in or
incidental to a pay item in the Contract and is not Work that would be required to complete the intent
of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work
pursuant to a Change Order.
The words "Bid Item," "Contract Item;" and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form
requires that said unit bid item price cover and be considered compensation for certain Work or
material essential to the item, then the Work or material will not be measured or paid for under any
other unit bid item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form. `
Payment for bid items listed or referenced in the "Payment" clause of any particular section of the
Specifications shall be considered as including all of the Work required, specified, or described in that
particular section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid form.When items are to be"furnished"under one payment item and"installed"
under another payment item, such items shall be furnished FOB project site, or, if specified in the
Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and
installed" under these conditions, shall be the responsibility of the Contractor with regard to storage
until such items are incorporated into the Work or, if such items are not to be incorporated into the
Work, delivered to the applicable Contracting Agency storage site when provided for in the
Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be
made on monthly estimates to the extent allowed.
1-09.6 Force Account
Section 1-09.6 is supplemented as follows:
Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force
account, only to provide a common proposal for Bidders. All such dollar amounts are to become a
part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication
that the actual amount of Work will correspond with those estimates. Payment will be made on the
basis of the amount of Work actually authorized by the Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of
an office, buildings, and other facilities necessary for Work on the project; providing sanitary
facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the
project not furnished by the Owner.
This item shall also include providing the Engineer and the Inspectors with access to telephone,
facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a
table and chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization&Demobilization,"Lump Sum.
1-09.9 Payments
Delete the third paragraph and replace it with the following:
Progress payments for completed Work and material on hand will be based upon progress estimates
46
03/21/2013
prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction
meeting.
The initial progress estimate will be made not later than 30 days after the Contractor commences the
Work, and successive progress estimates will be made every month thereafter until the Completion
Date. Progress estimates made during progress of the Work are tentative, and made only for the
purpose of determining progress payment. The progress estimates are subject to change at any time
prior to the calculation of the final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work
completed multiplied by the unit price.
�f 2. Lump Sum Items in the Bid Form the estimated percentage complete multiplied by the Bid
Forms amount for each lump sum item, or per the schedule of values for that item.
3. Materials on Hand— 100 percent of invoiced cost of material delivered to job site or other storage
area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by
the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract
Documents.
Progress payments for Work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any Work has been satisfactorily completed.
Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal
officer, against the appropriate fund source for the project. Payments received on account of Work
performed by a subcontractor are subject to the provisions of RCW 39.04.250.
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by the Engineer by
receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and
other such evidence of the Contractor's right to payment as the Engineer may direct, including "red
line"as-built drawings showing work installed by the contractor during the progress payment period.
The Contractor shall submit a progress report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the progress
�. schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project
completion date.
1-09.9(1) Retainage
Section 1-09.9(1)is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims have been
filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the
Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a
sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold
such amount as is required to satisfy any claims by the Owner against the Contractor, until such
47
03/21/2013
claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until the
Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this
Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the
Contractor has knowledge or information, the release and receipts include all labor and materials for
which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or
receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien.
If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the
Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs
and reasonable engineer's and attorney's fees.
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts
Section 1-09.9(2)is a new section:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12
and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct
an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may
g p Y
be necessary to cover the Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been filed.
2. Where the Contractor has not paid fees or charges to public authorities of municipalities,
which the Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected with
the Work(Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime Work performed by City personnel per Section 1-08.1(4).
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's
approved progress schedule, which indicates the Work will not be complete within
the contract time.When calculating an anticipated time overrun,the Engineer will
make allowances for weather delays, approved unavoidable delays, and suspensions
of the Work.The amount withheld under this subparagraph will be based upon the
liquidated damages amount per day set forth in Contract Documents multiplied by
the number of days the Contractor's approved progress schedule, in the opinion of the
Engineer, indicates the Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations under the '
Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required by
the Contract Provisions.
b. Failure of the Contractor to protect survey stakes,markers, etc., or to provide
adequate survey Work as required by Section 1-05.5.
c. Failure of the Contractor to correct defective or unauthorized Work(Section 1-05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu
of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls,Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as required
by Section 1-07.9.
f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1-08.3.
48
03/21/2013
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this Section to a party or parties who are entitled to payment.
Disbursement of such funds, if the Engineer elects to do so will be made.only after giving the
Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so,and
if prior to the expiration of the 15-calendar day period;
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
Section will be made. A payment made pursuant to this section shall be considered as payment
made under the terms and conditions of the Contract. The Contracting Agency shall not be liable
to the Contractor for such payment made in good faith.
1-09.9(3) Final Payment
Section 1-09.9(2)is a new section:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
in stated amounts as may be specifically excepted in writing by the Contractor;
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or the
Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to
investigate and act upon findings of non-compliance with the WMBE requirements of the Contract;
nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,
or obtaining such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit,
on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority
(MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify
the amounts paid to the DB,MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or
gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the Contract,the Contracting Agency reserves the right
to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur
only after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of
the impending unilateral acceptance will be provided by certified letter from the Engineer to the
Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents.
The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from
the Engineer requesting the necessary documents. This reservation by the Contracting Agency to
unilaterally accept the Contract will apply to contracts that are completed in accordance with Section
1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of
the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions
under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and
local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final
Progress Estimate constitutes the final acceptance date(Section 1-05.12).
1-09.11 Disputes and Claims
49
03/21/2013
1-09.11(2) Claims
Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in
this section for any claim shall operate as a waiver of the claims by the Contractor as provided in
Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
...such claims or causes of action shall be brought in the Superior Court.of the county where the
Work is performed.
1-09.13 Claims and Resolutions
1-09.13(3) Claims $250,000 or Less
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or
less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes,
shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim
through binding arbitration.
1-09.13(3)A Administration of Arbitration
Revise th third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the
arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior
Court of the county in which the Contracting Agency's headquarters are located. The decision of the
arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1-09.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 days, challenges the fmdings and decision by serving and filing a
petition for review by the superior court of King County, Washington. The grounds for the petition
for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing.
their findings and conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the
board's majority opinion that the Contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne by the Contractor.
50
i
03/21/2013
1-09.14 Payment Schedule
Measurement and Payment Schedule for Bid Items in This Project Proposal
Section 1-09.14 is a new section:
GENERAL
1-09.14(1) Scope
�. Section 1-09.14(1)is a new section:
A. Payment for the various items of the bid sheets, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equipment, supplies,
and manufactured articles,and for all labor, operations, and incidentals appurtenant to the
items of Work being described, as necessary to complete the various items of the Work all in
accordance with the requirements of the Contract Documents, including all appurtenances
thereto, and including all costs of compliance with the regulations of public agencies having
jurisdiction, including Safety and Health Administration of the U.S. Department of Labor
(OSHA). No separate payment will be made for any item that is not specifically set forth in
the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid
Schedules for the various appurtenant items of Work.
B. The Owner shall not pay for material quantities, which exceed the actual measured amount
used and approved by the Engineer..
C. It is the intention of these Specifications that the performance of all Work under the bid for
each item shall result in the complete construction, in an accepted operating condition, of
each item.
Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price. No
separate payment will be made for these incidental items.
1-09.14(2) Bid Items
Section 1-09.14(2)is a new section:
Bid Item 01 -Mobilization and Demobilization
This bid item may not be more than ten percent(10%)of the total amount of the Bid: The City
may disqualify bids which exceed this limit.
Measurement for mobilization and demobilization, shall be lump sum. The lump sum price shown
shall constitute full compensation for all labor,materials and equipment required for mobilizing,
moving and organizing labor, equipment, materials, supplies, and incidentals to the job site(s),
providing and maintaining all necessary support facilities and utilities,providing, erecting,
maintaining, relocating project signs, obtaining all necessary permits, licenses,premiums for bonding
and insurance,preparing the site for construction operations, and maintaining the site and surrounding
areas during construction,providing protection of existing utilities,providing component and system
testing, final clean-up of the site, and demobilizing and moving all labor, equipment, materials,
surplus materials,and incidentals, off the project site(s) after contract completion.
Mobilization/demobilization costs for all subcontracted work shall be considered included in the price
bid and no additional payment will be allowed.
51
03/21/2013
Payment for Mobilization and Demobilization will be made at the lump sum amount bid(NOT to
exceed 80% of the bid item price prior to completion of construction)based on the percent of
completed Work as defined in the 2008 Standard Specifications for Road, Bridge, and Municipal
Construction(WSDOT) for mobilization. Payment for the remaining 20%will be made upon
completion and final clean up of the construction site and after the demobilization of all equipment,
material and labor from the project site(s).
Bid Item 02 - Traffic Control
Measurement for Traffic Control work will be based on the percentage of total work complete, by
dollar value, at the time of measurement.
Payment for Traffic Control work will be made at the measured percentage amount for the pay period
times the lump sum amount bid, said payment will be complete compensation for all labor (e.g.
flaggers), materials, tools, equipment, and incidentals, for providing WSDOT certified Traffic
Control Supervisor (TCS), certified flaggers, off-duty police officer(s) when working within 50 feet
of any signalized intersection, furnishing, installing, maintaining, removing traffic control signs,
VMS information boards, construction warning and detour signs, sequential arrow boards, traffic
cones, barrels, barricades and the like, steel plating, pins, shims, temporary pavement markers and
striping, removing, relocating, re-installing existing roadway signs, preparing, revising, and
implementing any traffic control/detour plans required by the contract documents and right-of-way
use permit, and conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and as
directed by the Engineer and by the City's Transportation Department. Also, included in the contract
price is the cost to furnish traffic control services and equipment for construction surveying, staking,
and as-builting.
Bid Item 03 -Trench Excavation Safety Systems
Measurement for trench excavation safety systems will be based on a percentage defined as the
amount of water mains installed divided by the total length of water mains shown to be installed.
Payment for trench excavation safety systems will be made at the measured percentage amount for
the pay period times the lump sum amount bid, said payment will be complete compensation for all
labor, equipment, materials, hauling, planning, design, engineering, submittals, furnishing and
constructing and removal and disposal of such temporary sheeting, shoring, and bracing to complete
the work and ensure worker safety, as defined and shown in the contract specifications and plans, and
as required under the provisions of any permits and in the requirements of OSHA and Chapter 49.17
RCW, and Chapter 39.04.180 RCW.
Bid Item 04 - Construction Surveying and Staking
Measurement for construction surveying and staking will be based on the percentage of total work
complete,by dollar value, at the time of measurement.
Payment for construction surveying and staking will be made at the measured percentage amount for _
the pay period times the lump sum amount bid. Said payment will be complete compensation for all
labor, materials, equipment, tools, all incidental work needed to provide construction surveying and
of the improvements (including providing a Washington State licensed surveyor for said work),
staking in advance of pipe laying, fittings and structure installation, surveying the horizontal and
52
i
03/21/2013
vertical locations of all potholed existing utilities within the work area, verification and recording of
the elevations of existing roadway centerline, crown, and edge of pavement to ensure that all
roadways can be reconstructed to existing grade, and preparation of cut-sheets.
Bid Item 05—As-Built Surveying for Progress Payments and Final As-Builts
Measurement for construction as-built information will be based on the percentage of total work
complete,by dollar value, at the time of measurement.
Payment for As-Built Surveying for Progress Payments and Final As-Builts will be made at the
measured percentage amount for the pay period times the lump sum amount bid. Said payment will
be complete compensation for all labor, materials, equipment, tools, all incidental work needed to
provide as-built surveying, preparing "red line" as-built drawings for pay estimate submittal with
fittings and dimensions of existing and proposed facilities installed or encountered during the pay
period, furnishing an electronic file with construction drawings stamped and signed by a licensed land
surveyor that contains the as-built information and copies of field notes, and furnishing and resetting
property corners when disturbed by the contractor's activities. No more than 50% of the bid amount
for this item shall be paid prior to the review and acceptance of the as-constructed information by the
Engineer.
Bid Item 06 - Temporary Erosion/Sedimentation Controls
P Y
' Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work
complete,by dollar value, at the time of measurement.
Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which
payment shall be complete compensation for all labor, materials, equipment, to furnish, install,
maintain, and remove water pollution/erosion and sedimentation control, including but not limited to
straw-bale check dams, temporary silt fencing, sand bags, covering and recovering stockpiles and
disturbed areas with plastic sheeting, hand seeding/hydroseeding and straw mulching disturbed areas,
catch basins filters, and any additional erosion control best management practices required to
complete this item of work in conformance with the Contract Documents.
Bid Item 07- Site Specific Potholing
Measurement for performing Site Specific Potholing will be per each for each location shown on the
engineering drawings, or as directed by the Engineer. Work shall be performed in conformance with.
the Contract Documents(see Section 1-07.17(1) for Site Specific Potholing).
Payment for Site Specific Potholing will be made at the unit price bid per each, which payment will
be complete compensation for all labor, tools, equipment, and materials required to complete the
work in conformance with the contract Documents including but not limited to pavement and
concrete cutting, excavation, dewatering, potholing for'utility location, removal, hauling and disposal
of all pavement, waste and excess materials, shoring, relocating or coordinating relocation of the
unknown utility, placement of backfill (native) material, compaction, water, grading, temporary
patch, and cleaning. Select imported backfill materials are included in other bid items.
\ 53
03/21/2013
Bid Item 08 - Furnish and Install 8" C152 DI Water Pipe w/Polywrap & DI Fittings
Measurement for furnishing and installing water pipes and fittings of the size,type and class specified
will
be based on the actual lineal footage measured horizontally over the centerline of the installed
pipe.
Payment for famishing and installing ductile iron water pipes and fittings of the size, type and class
specified shall cover the complete cost of providing all labor, materials, tools, equipment required to
complete the work specified in the contract documents and plans, and shall include but not be limited
to the following: f
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location, including potholing in advance for existing side sewers and television inspection of
existing sanitary sewer to determine location of side sewer branches if necessary.
• Saw cutting up to 12"in depth,trench excavation, and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer, u
• Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class
shown, polyethylene encasement, special fittings, horizontal and vertical bends, mechanical joint
pipe restraint,vertical crosses for poly-pigging, shackle rods, temporary blow-off assemblies, and
all incidentals, UJ
• Furnishing bedding materials,placing and compacting pipe bedding, as shown on the plans,
• Placing and compacting trench backfill,
• Testing,poly-pigging, disinfecting and flushing of new valves,
• Replacing,protecting and/or maintaining existing utilities.
Bid Item 09 - Furnish and Install 8" Gate Valve Assembly
Measurement for furnishing and installing 8"gate valve assembly will be per each for each type valve
installed in conformance with the Contract Documents.
Payment for furnishing and installing 8" gate valve assembly shall cover the complete cost of
providing all labor,materials,tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting,trench excavation, and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
g ,
• Furnishing and installing valves, valve boxes and covers to grade, stem extensions, valve marker
posts,pipe nipples,couplings,polyethylene encasement, concrete blocking, and all incidentals,
• t
Placing and compacting trench backfill,
• Testing,poly-pigging, disinfecting and flushing of new valves,
54
03/21/2013
• Replacing,protecting and/or maintaining existing utilities.
Bid Item 10 - Concrete for Thrust Blockin g and Dead-Man Anchor Blocks
Measurement for concrete for thrust blocking,horizontal and vertical, dead-man anchor blocks will
be per cubic yard for all concrete installed for thrust blocking and dead-man anchor blocks in
conformance with the Contract Documents.
Payment for concrete thrust blocking and dead man anchor blocks shall cover the complete cost of
providing all labor,materials,tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
' • Saw cutting,trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable.
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor blocks,
' reinforcing steel, shackle rods, clamp assembly,anchor bolts,turnbuckles,concrete form work,
+ Placing and compacting trench backfill,
• Replacing,protecting and/or maintaining existing utilities.
Bid Item 11 - Furnish and Install Fire Hydrant Assembly
Measurement for furnishing and installing fire hydrant assembly will be per each for each fire hydrant
assembly installed in conformance with the Contract Documents.
Payment for furnishing and installing fire hydrant assembly shall cover the complete cost of
providing all labor,materials,tools, equipment required to complete the work specified in the contract
documents and,plans, and shall include but not be limited to the following: .
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting,trench excavation, and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Removal of existing fire hydrant, if existing hydrant is being replaced,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing and installing new fire hydrant assembly, standpipe, shoe, and 6-inch DI piping, Storz
adapter,
• Furnishing and installing shut-off valve,valve box,valve extension,
• Furnishing and installing shackles, tie-rods, concrete blocking, and joint restraints, drain rocks,
polyfilm,
• Adjust hydrant to finish grade and install concrete shear block,
• Placing and compacting trench backfill,
55
03/21/2013
• Testing, disinfecting and flushing of new hydrants,
• Replacing,protecting and/or maintaining existing utilities
• Painting the hydrants
Bid Item 12 - Furnish and Install V Water Service Connection
Measurement for furnishing and installing 1" water connection will be per each for each 1" water
connection installed in conformance with the Contract Documents.
Payment for furnishing and installing 1" water connection shall cover the complete cost of providing
all labor, materials, tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting,trench excavation as needed, shoring and dewatering(if needed), ,
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Boring,hole-hogging,tunneling,mechanical or hand trenching to install new water service lines,
• Furnishing and installing new 1- inch ball valve corporation stops, tapping the main, laying and
jointing the new copper water service lines and fittings, new meter setter, new meter boxes and
lids,
• Testing, disinfecting and flushing the new service line,
• Connecting the customer-side private service line to the new copper tailpiece behind the new
meter setter and property lines,
• Placing and compacting trench backfill,
• Replacing,protecting and/or maintaining existing utilities.
• Restoration of public and private properties
Bid Item 13 - Furnish and Install 2"Water Service Connection
Measurement for furnishing and installing 2" water connection will be per each for each 2" water 1
connection installed in conformance with the Contract Documents.
Payment for furnishing and installing 2" water connection shall cover the complete cost of providing
all labor, materials, tools, equipment required to complete the work specified in the contract
documents and plans,and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting,trench excavation as needed, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by '
the Engineer,
• Boring,hole-hogging,tunneling, mechanical or hand trenching to install new water service lines,
56 '
03/21/2013
• Furnishing and installing new 2-inch gate valve, tapping the main, laying and jointing the new
copper water service lines and fittings, new meter setter, new meter boxes and lids,
• Testing, disinfecting and flushing the new service line,
• Connecting the customer-side private service line to the new copper tailpiece behind the new
meter setter and property lines,
• Placing and compacting trench backfill,
• Replacing,protecting and/or maintaining existing utilities.
• Restoration of public and private properties
Bid Item 14 - Connection to Existing Water Main
Measurement for connection to existing water main will be per each connection for completion in
conformance with the Contract Documents.
' Payment for connection to existing water main shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting,trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
' the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the initial cut-in installation,of valves, and fittings on
the existing water main(s),
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the second and final connection of the new water line to
the existing water system and to the valves installed during the initial cut-in as described above,
• Placing and compacting trench backfill,
' • Replacing,protecting and/or maintaining existing utilities.
Bid Item 15—Cut, Cap, and Block Existing Water Main
Measurement for cut, cap, and block existing ater main will be per each in conformance with the
g p
Contract Documents.
' Payment for cut, cap, and block water main shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract documents and
' plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
' location,
• Saw cutting,trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
' excavated material, excluding any asbestos cement pipe or fittings
57
03/21/2013
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's En
water department's personnel to perform the cut and cap,
• Excavating for and installing thrust block,
• Placing and compacting trench backfill,
• Replacing,protecting and/or maintaining existing utilities.
Bid Item 16—Removal and Replacement of Unsuitable Foundation Material
Measurement for removal and replacement of unsuitable foundation material shall be measured in
tons based on the placed weight of material installed. Placement of foundation material will be
measured only for the area(s) authorized by the Engineer. Certified weight tickets shall accompany
each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be
included in the measurement or payment.
Payment for removal and replacement of unsuitable foundation material will be made at the amount
bid per ton, which payment will be complete compensation for all, labor, materials, equipment, for
excavation, removal and disposal of unsuitable foundation material, furnishing, haul, placement, and
compaction of foundation materials approved by the Engineer, etc., required to complete this item of
work in conformance with the Contract Documents.
Bid Item 17- Select Imported Trench Backfill
Measurement for select imported trench backfill shall be measured in tons based on the weight of
material installed into the Work. Certified weight tickets shall accompany each load, a copy of
tickets shall be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment. Only materials placed within the pay limits shown will be considered for In
payment. Material placed outside of the pay limits shown on the Plans or as approved by the
Engineer will be deducted from the certified tickets.
Payment for select imported backfill will be made at the amount bid per ton, which payment will be
complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and
install select import backfill, hauling, placement, compaction, removal, haul and disposal of
unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of
Work in conformance with the Contract Documents.
Bid Item 18—Crushed Surfacing Top Course, Crushed Rock Backfill, Crushed Rock
for Shoulder Restoration
Measurement for crushed surfacing top course and crushed rock backfill shall be measured in tons
based on the weight of material installed into the work. Certified weight tickets shall accompany
each load,a copy of tickets shall be given to the Engineer daily. Wasted materials will not be
included in the measurement or payment. Only materials placed within the pay limits shown will be
considered for payment. Material placed outside of the pay limits shown on the plans or as approved
by the Engineer will be deducted from the certified tickets.
Payment for crushed surfacing top course, crushed rock backfill,and.crushed rock for shoulder
restoration will be made at the amount Bid per ton,which payment will be complete compensation for
58
03/21/2013
all labor,materials, equipment,hauling,placement, water, compaction,removal and disposal of waste
materials, etc.required to complete this item of Work in conformance with the Contract Documents.
i
Bid Item 19—2"Temporary Cold Mix Asphalt Trench Patching
' Cold Mix Temporary Asphalt Trench Patching mix shall be capable of being placed in air
temperatures below freezing while remaining cohesive and flexible. Asphalt shall maintain adhesive
qualities in areas that are damp or wet at the time of application. Completed cold mix asphalt
temporary trench patching shall not show any significant signs of shoving,rutting,tracking, kick-up,
or ravel out while open to traffic. Each week,the engineer will inspect the temporary patches. In the
event that the furnished material does not.meet the above requirements,the Contractor shall be
required to repair and replace unacceptable material or provide hot mix asphalt pavement.
Measurement for 2"deep cold mix temporary asphalt trench patching shall be measured in tons of
cold mix asphalt over the completed surface of the patch. Measurement shall be as defined by the
' limit of asphalt payment shown in the engineering drawings,unless otherwise approved by the
Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the
Engineer. Wasted materials will not be 'included in the measurement or payment. Only materials
placed within the pay limits shown will be considered for payment. Material placed outside of the
pay limits shown on the plans or as approved by the Engineer will be deducted from the certified
tickets.
Payment for 2"deep Cold Mix Asphalt Trench Patching will be made at the amount Bid per ton,
which payment will be complete compensation for all labor,materials,haul,placing gravel materials,
including crushed surfacing top course, aggregate, asphaltic materials, subgrade compaction,
placement, roller compaction,haul to waste of spoil material, cleanup, etc.required to complete this
item of Work in conformance with the contract documents. No additional payment will be made for
work necessary to correct an asphalt concrete patch not installed in accordance with specifications or
for work necessary to correct damage to curbs, gutters,utility structures, or other appurtenances
resulting from the Contractor's paving operations.
Bid Item 20—H.M.A. Class 1/�" PG 64-22 for Roadway Restoration
Measurement for HMA Class ''/z"PG 64-22 for Roadway Restoration shall be measured in tons.
Pavement repair measurement width shall be as defined by the limit of patch payment shown in the
Plans and Contract Documents,unless otherwise approved by the Engineer. Certified weight tickets
' shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials
will not be included in the measurement or payment. Only materials placed within the pay limits
shown will be considered for payment. Material placed outside of the pay limits shown on the plans
or as approved by the Engineer will be deducted from the certified tickets.
Payment for HMA Class %2"PG 64-22 for Roadway Restoration will be made at the amount Bid per
ton, which payment will be complete compensation for all labor, materials,tools, and equipment
required to complete the work specified in the contract documents and plans, and shall include but not
be limited to the following:
• removal of temporary asphalt patching, grinding for overlay, pavement saw cutting, water, haul,
surface preparation, placing. gravel materials including crushed surfacing top course, and
compaction
59
03/21/2013 '
• Furnishing, placing, and compacting hot mix asphaltic materials, tack oil, placement, final trench
patch
• adjustment of utilities to grade, tack coat, joint sealing, cleanup, incidentals, etc. required to '
complete this item of Work in conformance with the contract documents.
No additional payment will be made for work necessary to correct asphalt concrete pavement not
installed in accordance with specifications or for work necessary to correct damage to curbs, gutters, ,
utility structures, or other appurtenances resulting from the Contractor's paving operations.
Bid Item 21 -Removal and Replacement of Concrete Curb and Gutter
Measurement for remove and replace concrete curb and gutter shall be in lineal feet of curb repair
required for installation of utilities as shown in the Contract Documents, unless otherwise approved
by the Engineer.
Payment for remove and replace concrete curb and gutter will be made at the amount bid per lineal '
foot,which payment will be complete compensation for all labor,materials, tools, equipment required
to complete the work specified in the contract documents and plans, and shall include but not be
limited to the following: '
• Sawcutting,removal and disposal of existing curb and gutter
• Removal and disposal of surplus,unsuitable and/or waste materials
• Placing and compacting crushed surfacing top course for subgrade
• Furnishing and installing temporary formwork
• Furnishing and placing concrete and joint filler for new curb and gutter '
Bid Item 22—Concrete Driveway and/or Sidewalk Restoration
Measurement for cement concrete driveway and/or sidewalk restoration work will be based on square
yard of concrete driveway, to match existing, restored to a saw-line line cut as directed by the ,
Engineer.
Payment for driveway and/or sidewalk restoration will be made at the unit price bid per square yard,
which payment will be complete compensation for all labor, equipment, materials, tools and '
incidentals to satisfactorily replace cement concrete driveway and sidewalk as work specified in the
contract documents and plans, and shall include but not be limited to the following:
• Sawcutting existing driveway, curb, sidewalk, and existing pavement ,
• Removal and disposal of surplus,unsuitable and/or waste materials
• Placing and compacting crushed surfacing top course for subgrade ,
• Furnishing and installing formwork
• Furnishing, placing, compacting, and finishing concrete for new driveway and/or sidewalk
surface. Gravel driveway and gravel parking areas shall be restored under landscape restoration.
60
' 03/21/2013
Sid Item 23 - Property and Landscape Restoration
Measurement for Property and Landscape Restoration Work will be based on the percentage of total
Work complete,by dollar value, at the time of measurement.
Payment for landscape restoration will be made at the unit price bid per lump sum, which payment
will be complete compensation for all labor, equipment, materials, tools to complete the work
specified in the contract'documents and plans, and shall include but not be limited to the following:
• Fine grading all areas disturbed by contractor's construction activities to the lines and grades
indicated on the contract plans
• Furnishing and installing select import.backfill material, or native material as approved by the
Engineer,to match existing grade, compact material to 90%maximum density
• Hauling and disposing unsuitable, surplus and/or waste materials
• Replacing and restoring any landscaping, rockeries, walls, tree removal and replacement, trees,
bark, and other improvements disturbed by construction activities,as directed by the Engineer.
• Preparation,placement, and maintenance of 8"depth topsoil and lawn sod per City specifications
as supplemented in the Special Provisions.
• Site cleanup of all areas disturbed by contractor's activities to match the conditions as closely as
existed prior to contractor's beginning work or as directed by the Engineer.
61
03/21/2013
I
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
Revise the first paragraph to read: I
(******)
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified
as being furnished by the Contracting Agency. The Contractor shall erect and maintain all '
construction signs, warning signs, detour signs, and other traffic control devices necessary to warn
and protect the public at all times from injury or damage as a result of the Contractor's operations
which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or
adjacent to any traveled way until all necessary signs and traffic control devices are in place.
Section 1-10.1 is supplemented by adding the following:
(******)
When the bid proposal includes an item for"Traffic Control,"the Work required for this item shall be
all items described in Section 1-10, including,but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other
channelization.devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manlier
for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor; ,
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices,unless a pay item is in the bid proposal to
specifically pay for this Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project. ,
6. Removing existing signs as specified or as directed by the Engineer and delivering to the
City Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for ,
traffic control at the Work site. The traffic control plan shall include descriptions of the
traffic control methods and devices to be used by the prime Contractor, and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer. '
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods when they are not
needed.
If no bid item"Traffic Control"appears in the proposal, then all Work required by these sections will
be considered incidental and their cost shall be included in the other items of Work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of ,
equipment, or services, which could not be usually anticipated, by a prudent Contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental,
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the '
62 '
I
03/21/2013
Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account. Additional items
required as a result of the Contractor's modification to the traffic control plan(s) appearing in the
Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of the Contractor and all methods and equipment used will be subject to the approval of
the Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Traffic Control Devices(MUTCD).
The Contractor shall not proceed.with any construction until proper traffic control has been provided
to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged
against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days
to complete the Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required
or as authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract.
During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period
after notification by the Engineer.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2)is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation of
' the traffic control plan and take prompt action to correct any problems that become evident during
operation.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-diamond
r ,
grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3)paragraph 4 is supplemented as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs.
All costs.for the Work to provide Class A or Class B construction signs shall be included in the unit
contract price for the various other items of the Work in the bid proposal.
63
03/21/2013 '
1-10.4 Measurement ,
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of"Traffic Control". ,
No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief
flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
"Traffic Control,"Lump Sum. ,
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person registered to
practice land surveying under the provisions of Chapter 18.43 RCW
All surveys and survey reports shall be prepared in accordance with the requirements established by
the Board of Registration for Professional Engineers and Land Surveyors under the provisions of ,
Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of two of
the City of Renton's Survey Control Network monuments. The source of the coordinate values used
will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-
130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A
survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land
Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable
classification in future editions of said document. The angular and linear closure and precision ratio '
of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the
method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at
a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee
Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards &
Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable
classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical
Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If
there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The
benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist
within 3000 feet of a project, one must be set on or near the project in a permanent manner that will
remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown
on the drawing, as well as a description of any benchmarks established.
` 64 '
03/21/2013
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and the
subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments, measurements,and methodology used in that retracement.
e1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a sketch
and a record of control and base line traverses describing station occupations and what measurements
were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall be
I unique within a complete job. The preferred method of point numbering is field notebook, page and
point set on that page. Example: The first point set or found on page 16 of field book 348 would be
identified as Point No. 348.16.01,the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s)provided by the City or the
original field notebook(s) used by the Surveyor will be given to the City. For all `other Work,
Surveyors will provide a copy of the notes to the City upon request. In those cases where an
electronic data collector is used, a hard copy print out in ASCII text format will accompany the field
notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is
usually set at such points to physically reference a corner's location on the ground.
Monument:Any physical object or structure of record,which marks or accurately references:
• A corner or other survey point established by or under the supervision of an individual per
Section 1-11.1(1) and any comer or monument established by the General Land Office and its
successor the Bureau of Land Management including section subdivision corners down to
and including one-sixteenth corners; and
• Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical
control points established by any governmental agency or private surveyor including street
' intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light
P oles, or any non=single family building. Control or Base Line Surveys shall consist of such number
of permanent monuments as are required such that every structure may be observed for staking or"as-
builting" while occupying one such monument and sighting another such monument. A minimum of
two of these permanent monuments shall be existing monuments, recognized and on record with the
City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall
satisfy all applicable requirements of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North
orientation should be clearly presented and the scale shown graphically as well as noted. The
drawing must be of such quality that a reduction thereof to one-half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch
by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW.. A photographic mylar
of the drawing will be submitted to the City.of Renton and, upon their review and acceptance per the
specific requirements of the project,the original will be recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and
1
65
Y
03/21/2013
the original or a photographic mylar thereof will be submitted to the City of Renton. d
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform
to the City of Renton's Drafting Standards. American Public Works Association symbols shall be
used whenever possible, and a legend shall identify all symbols used if each point marked by a
symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each Q
drawing. The listing should include the point number designation (corresponding with that in the
field notes), a brief description of the point, and northing, easting, and elevation(if applicable)values,
all in ASCII format, on IBM PC compatible media. Q
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of
Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications and procedures of third order elevation accuracy established by the Federal Geodetic
Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must
be complete to insure both recoverability and positive identification on recovery.
1-11.1(8) Radial and Station-- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines for
station-offset topography shall meet the requirements of Section 1-11.1 herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed
for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be determined
either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control
Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation
differences determined in at least two directions for each point and with misclosure of the circuit not
to exceed 0.1 feet.
1-11.1(10) Station--Offset Topography Q
Elevations of the. baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed
0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton Codes,
TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey
must be based on the same base line or control survey used for the construction staking survey for the
improvements being "as-built". The "as-built" survey for all subsurface improvements should occur
prior to backfilling. Close cooperation between the installing Contractor and the "as-builting"
surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based
upon control or base line surveys made in conformance with these Specifications.
The field notes for as-built shall meet the requirements of Section 1-11.1(4) herein, and submitted
with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of
66
03/21/2013
( the"as-built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot.corners, as defined in 1-11.1(5), established or reestablished on a plat or other
recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In
situations where such markers are impractical or in danger of being destroyed, e.g.; the front corners
of lots; a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack
in lead in the curb. The relationship between the witness monuments and their respective corners
shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the
extension of the lot side lines have been set in the curbs on the extension of said line with the curb."
In all other cases the corner shall meet the requirements of Section 1-11.2(1)herein.
All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2)
herein. If the monument falls within a paved portion of a right-of-way or other area, the monument
shall be set below the ground surface and contained within a lidded case kept separate from the
monument and flush with the pavement surface,per Section 1-11.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for
the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the
PI instead of the PC and PT of the curve.
For all non comer monuments set while under contract to the City of Renton or as part of a City of
Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city)
identifying the monument; point of intersection(PI), point of tangency(PT), point of curvature (PC),
one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the
monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation
shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24
inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged
with the surveyor's identification number. The specific nature of the marker used can be determined
by the surveyor at the time of installation.
t1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans
page H031 and permanently marked or tagged with the surveyor's identification number.
I1-11.2(3) Monument Case and Cover .
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031.
1 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the construction
limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or
adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall
remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing
limits shall be left undamaged by the Contractor's operations. Any flagged trees,which are damaged,
67
03/21/2013
shall be replaced in kind at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries,
beauty bark, decorative gravel or rock,bushes, and shrubbery shall be protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation equipment, trees,
shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the
construction limits that they wish to save. The Contractor shall give property owners 10 days'
written notice prior to removing landscaping materials. All landscaping materials that remain in
the construction limits after that time period shall be removed and disposed of, by the Contractor, in
accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans.
The Contractor shall receive approval from the Engineer prior to removal. .
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described
herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and
directed by the Engineer.
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3)is revised and supplemented as follows:
Item"1"is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces
to some off-project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic
before pavement patching has been com p leted, temporary mix asphalt concrete patch shall be
required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after
backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or
MC hot mix shall be used at the discretion of the Engineer. t
2-02.4 Measurement
Section 2-02.4 replaces the existing vacant section:
Sawcuttin existing cement and asphalt concrete pavements shall be measured b the linear foot
g g P p Y
along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment,
but shall be included in other items of Work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting",per lineal foot.
"Remove Sidewalk",per square yard.
"Remove Curb and Gutter",per lineal foot.
"Cold Mix",per ton
"Remove Asphalt Concrete Pavement,"per square yard.
"Remove Cement Concrete pavement,"per square yard.
68
03/21/2013
"Remove existing per
All costs related to the removal and disposal of structures and obstructions including saw cutting,
excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other
items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie
within an excavation,area and are not mentioned as separate pay items, their removal will be paid.for
as part of the quantity removed in excavation. If they are mentioned as a separate item in the
proposal, they will be measured"-and paid for as provided under Section 2-02.5, and will not be
included in the quantity calculated for excavation.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2=03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits
shown on the Plans. Suitable excavated material shall be used for embankments, while surplus
' excavated material or unsuitable material shall be disposed of by the Contractor._
Earthwork quantities and changes will be computed, either manually or by means of electronic data
processing equipment,by use of the average end area method. Any changes to the proposed Work as
directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
submitted to the Contractor for his review and verification.
Any excavation or embankment beyond the limits indicated in the-Plans, unless ordered by the
Engineer, shall not be paid for. All Work and material required to return these areas to their original
conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown
on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the
compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches
of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in
grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
grades and elevations shown. Care shall be taken not to excavate below the specified grades. The
Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks,
trash, and other debris until final acceptance of the Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base course,the
subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may
warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken
to place excavated material at the optimum moisture content to achieve the specified compaction.
Any native material used for fill shall be free of organics and debris, and have a maximum particle
size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated
with water. The measures may include sloping to drain, compacting the native materials, and
diverting runoff away from the materials. If the Contractor fails to take such preventative measures,
any costs or delay related to drying the materials shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
materials, to the optimum moisture content. If sufficient.acceptable native soils are not available to
69
03/21/2013
complete construction of the roadway embankment, Gravel Borrow shall be used. ,
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a
subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
03.14 of the Standard Specifications, shall be used.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation
excavation-by the cubic yard(adjusted for swell) may be measured by truck in the hauling vehicle at
the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket
shall have the truck number,time and date,and be approved by the Engineer.
2-03.5 Payment
Section 2-03.5 is revised as follows: ,
Payment for embankment compaction will not be made as a separate item.All costs for embankment
compaction shall be included in other bid items involved. Payment will be made for the following bid
items when they are included in the proposal:
"Roadway Excavation Including Haul,"per cubic yard
"Removal and Replacement of Unsuitable Foundation Material,"per ton
"Gravel Borrow Including Haul,"per ton ,
"Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s)
provided for the installation of the utility mains and appurtenances. When the Engineer orders
excavation below subgrade, then payment will be in accordance with the item "Removal and
Replacement of Unsuitable Foundation Material". In this case, all items of Work other than roadway
excavation shall be paid at unit contract prices.
The unit contract price per cubic yard for"Roadway Excavation Including Haul" shall be full pay for
excavating, loading,placing, or otherwise disposing of the material.
The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material"
shall be full pay for excavating, loading, and disposing of the material.
Payment for embankment compaction will not be made as a separate item.All costs for embankment
compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and
included in the unit price of other units of Work.
2-06 SUBGRADE PREPARATION i
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the
70
03/21/2013
construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
prices.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
muck, swampy or unsuitable materials,including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be included
in the unit contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the Contract includes structure excavation, Class A or B, including haul,the unit contract price shall
include all costs for loading and hauling the material the full required distance, otherwise all such
disposal costs shall be considered incidental to the Work.
2-09.4 Measurement
Section 2-09.4 is revised and supplemented as follows:
Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary
sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the
neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2.
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A",per cubic yard.
"Structure Excavation Class B",per cubic yard.
"Structure Excavation Class A Incl.Haul",per cubic yard.
"Structure Excavation Class B Incl. Haul",per cubic yard.
Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be
at the applicable unit prices for the items involved.
tIf the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit
contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the
Contractor excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not
pay for material removed from below the required elevations. In this case, the Contractor, at no
expense to the Contracting Agency, shall replace such material with concrete or other material the
Engineer approves.The unit contract price per cubic yard for the bid items listed as 1 through 4 above
shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the
unit bid price of other items of Work if"Structure Excavation" or "Structure Excavation Incl Haul"
are not listed as pay items in the Contract.
"Shoring or Extra Excavation Class B",per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and
other Work required when extra excavation is used in lieu of constructing shoring. If select backfill
material is required for backfilling within the limits of the structure excavation, it shall also be
71
03/21/2013
required as backfill material for the extra excavation at the Contractor's expense. Any excavation or ,
backfill material being paid by unit price shall be calculated by the Engineer only for the neat line
measurement of the excavation and shall not include the extra excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of
the excavation is such that shoring or extra excavation is required as determined by the Engineer, then
shoring or extra excavation shall be considered incidental to the Work involved and no further
compensation shall be made.
"Gravel Backfill (Kind)for(Type of Excavation)",per cubic yard or per ton.
"Controlled Density Fill",per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of
the Engineer that such per ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel
backfill is not being used for its designated purpose shall be grounds for the Engineer to deny
payment for such load tickets.
5-04 ASPHALT CONCRETE PAVEMENT
5-04.2 Materials
Section 5-04.2 is revised and supplemented as follows:
Delete the second and fourth paragraphs of this section.
The base course shall be untreated crushed surfacing.
Asphalt concrete shall meet the grading requirements for the specified mix.
Temporary patch shall be cold or hot mix.
5-04.3 Construction Requirements ,
Section 5-04.3 is supplemented as follows:
Shoulder Restoration t
The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6
inches below original street grade to provide for placement of the new subgrade and paving. The
subgrade shall be constructed of 1% inch minus crushed surfacing base course placed to a compacted
thickness of 2'/z inches, followed by 5/8-inch minus crushed surfacing top course placed to a
compacted thickness of 1'/2 inches. HMA Class '/z"shall then be placed and compacted in 2-inch lifts
up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall
be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt
shoulder is seriously disturbed, or at the Engineer's discretion.
Asphalt Concrete Patching and Overlay
The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the
satisfaction of the governing road agency and the Engineer until said patch is replaced with a
permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving
grade asphalt within 30 calendar days.
Private Driveways
Where a private driveway is damaged by either construction of the project or by the Contractor's use
and activity on the road, it shall be repaired to the satisfaction of the property owner,the City, and to
its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting
to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be
removed to the nearest joint(real or dummy)and replaced with a full width section. Damaged gravel
72
03/21/2013
driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches.
Curbs, Gutters and Sidewalks
Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use
and activity, shall be repaired to the satisfaction of the property owner,the City, and to its original
condition or better.
5-04.3(5) Conditioning the Existing Surface
Section 5=04.3(5)is supplemented as follows:
The Contractor shall maintain existing surface contour during patching,unless otherwise instructed
by the City Engineer or Inspector.
j5-04.3(5)A Preparation of Existing Surface
Section 5-04.3(5)A is supplemented as follows:
The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the
project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is
applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets
behind the empty trucks that have dumped their loads into the paving machine. The sweeper must
sweep all streets made dirty by the Contractor's equipment. If the paving machine is"walked"from
one site to another, the sweeper.must sweep up behind paving machine. The sweeper shall not leave
the overlay site until given permission by the City's inspector.
All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking to
the lids. Diesel will not be used. After the application of soap, catch basins must be covered to
prevent tack and ACP from getting into catch basins.
Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be
applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and
application of the tack coat shall be considered incidental to the paving and no separate payment shall
be made.
The Contractor shall locate all utilities for access immediately after any paving and mark the location
by means of painting a circle around the location and scooping a portion of asphalt 4"-6"in diameter
and the depth of the overlay from the center of the utility location.
The Contractor shall locate and completely expose gas and water valves for access immediately after
final rolling.
The day following the start of application of ACP,utility adjustments must begin. The Contractor
shall have an adjustment crew adjusting utilities every workable working day until adjustments are
complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been
broken or cracked shall be removed and replaced at the Contractor's expense.
I Utility adjustments must be completed within 15 working days after overlay is complete, and within
the specified working days.
Payment for utility adjustments includes all labor,materials,tools, and equipment necessary to
73
03/21/2013
complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. ,
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix
design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The
Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the
mix design by the Contracting Agency is not needed. The Project Engineer will determine
anti-strip requirements for the HMA. ,
The mix design will be the initial job mix formula(JMF) for the class of mix. Any additional
adjustments to the JMF will require the approval of the Project Engineer and may be made
per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial
evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in
the following applications: sidewalks,road approaches, ditches, slopes,paths,trails, gores,
prelevel, and pavement repair. Other nonstructural applications as approved by the Project
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer. The proposal quantity of HMA that is accepted by commercial
evaluation will be excluded from the quantities used in the determination of nonstatistical
evaluation.
Item 7 is deleted.
- 4 1
5 .3 0 B Co ntrol 0
Replace Section 5-04.3(10)B with the following:
Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method,
ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction.
5-04.5 Payment
5-04.5(1)A Price Adjustments for Quality of HMA Mixture
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on
Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor"f"
All aggregate passing: 1 '/2", 191, 3/", '/z", 3/8"and No.4 sieves 2
All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3
74
03/21/2013
I
All aggregate passing No. 200 sieve 20
Asphalt binder 52
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the
asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and
having all constituents falling within the tolerance limits of the job mix formula shall be
' accepted at the unit contract price with no further evaluation. When one or more constituents
fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum
CPF shall be 1.00. When less than three sublots exist,backup samples of the existing"sublots
or samples from the street shall be tested to provide a minimum of three sets of results for
evaluation.
2. Commercial Evaluation. If sampled and tested,HMA produced under Commercial
Evaluation and having all constituents falling within the tolerance limits of the job mix
I formula shall be accepted at the unit contract price with no further evaluation. When one or
more constituents fall outside the commercial acceptance tolerance limits in Section 9-
03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial
tolerance limits will be used in the calculation of the CPF and the maximum,CPF shall be
1.00. When less than three sublots exist,backup samples of the existing sublots or samples
from the street shall be tested to provide a minimum of three sets of results for evaluation.
jFor each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined.
THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent.
The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons,and the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor will
be considered 1.00 in calculating the composite pay factor.
5-04.5(1)B Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction
Factor(NCCF)will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00
multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the
NCFF,the quantity of HMA in the lot in tons and the unit contract price per ton of the mix.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
Section 5-06 is new Section with subsections:
t5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by the Contractor
prior to the end of each working period,prior to use by vehicular traffic. .Within paved streets, the
75
03/21/2013
Contractor may use temporary pavement to allow vehicular traffic to travel over the construction
areas. Temporary pavement shall be placed around trench plates or others devices used to cover
construction activities in a manner that provides a smooth and safe transition between surfaces.
5-06.2 Materials
The asphalt pavement for temporary patches shall be 2"of a hot mix asphalt composition determined
by the Contractor to provide a product suitable for the intended application. The Contractor shall not
use materials that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be
considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be
disposed of offsite.
5-06.3 Construction Requirements
The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of
the governing road agency and the Engineer until said patch is replaced with permanent hot patch.
The completed pavement shall be free from ridges,ruts,bumps,depressions,.objectionable marks, or
other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving
asphalt within 30 calendar days.
The Contractor shall immediately repair,patch,or remove any temporary pavement that does not
provide a flat transition between existing pavement areas.
All temporary asphalt pavement shall be removed from the site by the end of the project and shall not
be used as permanent asphalt pavement or subgrade material.
7-01 DRAINS
7-01.2 Materials
The second paragraph of Section 7-01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized)
steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated
polyethylene(PE)at the option of the Contractor unless the Plans specify the type to be used.
7-01.3 Construction Requirements
Section 7-01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed
with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the
tubing.
The sixth paragraph is revised as follows:
PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in
Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless
otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under
drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended
by the manufacturer of the tubing.
76
03/21/2013
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
When the Contract does not include "Structure Excavation Class B" or"Structure Excavation Class B
Including Haul" as a pay item all costs associated with these items shall be included in other contract
pay items.
1 7-02 CULVERTS
7-02:2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch,
or end sections, it shall be understood that steel is zinc coated (galvanized)with Asphalt Treatment I
or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum
alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or
jaluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC.
7-04 STORM SEWERS
7-04.2 Materials
The second paragraph of Section 7-04.2 is revised as follows:
Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall
be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or
steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05:4 and 9-05.5.
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the Specifications to which the materials or products were manufactured. The
Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates
showing nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and
products, and such action by the Engineer will not relieve the Contractor of his/her responsibility to
perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and the
Contractor's own expense.
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation measured
along the invert and will include the length through elbows, tees, and fittings. The number of linear
feet will be measured from the center of manhole or from the center of catch basin to center of catch
basins and similar type structures.
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full
pay for all Work to complete the installation, including adjustment of inverts to manholes. When no
bid item "Gravel Backfill for Pipe Bedding" is included_in the Schedule of Prices, pipe bedding, as
shown in the Standard Plans, shall be considered incidental to the pipe and no additional payment
shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
included in the unit contract prices for other items.
77
03/21/2013
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm
sewer pipe, and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for"Removal of
Structure and Obstruction". No separate payment will be made.
7-05 MANHOLES, INLETS, AND CATCH BASINS j
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following: '
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be
adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work.
Manholes in unimproved areas shall be adjusted to 6"above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed
rock or gravel shall be constructed to a point approximately eight inches below the subgrade and
covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar
manner. The Contractor shall carefully reference each manhole so that they may be easily found upon
completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and
manhole castings shall be constructed to the finished grade of the roadway surface. Excavation
necessary for bringing manholes to grade shall center about the manhole and be held to the minimum
area necessary. At the completion of the manhole adjustment, the void around the manhole shall be '
backfilled with materials which result in the section required on the typical roadway section, and be
thoroughly compacted.
In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and
adjusted in the same manner as outlined above except that the final adjustment shall be made and cast
iron frame be set after forms have been placed and checked. In placing the concrete pavement,
extreme care shall be taken not to alter the position of the casting in any way.
In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at
which time the center of each manhole shall be carefully relocated from references previously
established by the Contractor. The pavement shall be cut in a restricted area and base material be
removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing
the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the
concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and
removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron
frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or
Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is
replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following
�I
78
03/21/2013.
placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the
casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and
compacted with hand tampers and a patching roller. The complete patch shall match the existing
paved surface for texture, density, and uniformity of grade. The joint between the patch and the
existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and
shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside
throat of the manhole shall be thoroughly mortared and plastered.
Adjustment of inlets:The final alignment and grade of cast iron frames for new and old inlets to be
adjusted to grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On
asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not
embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend
a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the
frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
existing concrete pavement and edge of the casting shall be painted with.hot asphalt cement.
Adjustments in the inlet structure shall be constructed in the same manner and of the same material as
that required for new inlets.The inside of the inlets shall be mortared and plastered,
Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to
grade in the same manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in the same manner as for
manholes.
7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2)is revised as follows:
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a
depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base
shall be fractured to prevent standing water, and the manhole filled with sand and compacted to
90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part
of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and
cover shall be salvaged and all other surplus material disposed of
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes
Section 7-05.3(2)A'is a new section:
Where it is required that an existing sanitary sewer pipe be abandoned(or portions of pipe installed as
part of this project which are to be abandoned as shown on the Plans),both ends of the abandoned
pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the
pipe shall be filled with cement-based grout.
A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting
material must have a strength of at least 100 psi and shall have flow characteristics appropriate for
filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the
Engineer prior to beginning the operation(See Section 9-03.22).
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3)is supplemented by adding the following:
Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb
1 inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new
pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or
where shown on the Plans, additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to
, � 79
03/21/2013
"Kor-n-Seal"boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as
necessary to match the new pipe configuration and as shown on the Construction Plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing
structure, or the connection of a new structure to a existing line. No "connection to existing" will be
accepted at the location of new installation, relocation and adjustment of line manholes, catch basins,
or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's
operations shall be repaired or replaced at her/his own expense.
The unit bid price per each shall be full compensation for all labor,materials and equipment required. '
7-05.3(5) Manhole Coatings
Section 7-05.5 is an added new section:
(******)
All new sanitary sewer manholes shall be coated as specified below. The following coating system
Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer
manholes.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep of brush off blast)
Application: Shop/Field
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT)
Finish:Two or more coats of Wasser MC-Aroshield(min. 4.0 mils DFT)
Color: White
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
(******)
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be
the distance from finished rim elevation to the invert of the lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered
incidental to the unit contract price of the new item and no further compensation shall be made.
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
(******)
"Adjust Existing ,"per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to
make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the
schedule of prices then the Work will be considered incidental and its cost should be included in the
cost of the pipe.
"Connect to Existing Catch Basin,"per each.
"Connect Structure to existing pipe,"per each.
80 _
03/21/2013
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
iPipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9-
03.12(3). It shall be placed to a depth of 6 over and 6"under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material
under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the
compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made.
7-08.3(1)D Pipe Foundation
Section 7-08.3(1)D is a new section:
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which,in
the opinion of the Engineer,will not uniformly support the pipe, such material shall be excavated to
an additional depth as required by the Engineer and backfilled with foundation gravel material placed
in maximum 12-inch lifts. Foundation gravel shall be.ballast and conform to the requirements of
Section 9-03.9(1)of the Standard Specifications.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel
as specified above and thoroughly compacted to the required grade line.
7-08.3(2)A: Survey Line and Grade
Section 7-08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11
in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a
laser beam. Any other procedure shall have the written approval of the Engineer.
7-08.3(2)B Pipe Laying,—General
Section 7-08.3(2)B is supplemented by adding the following:
I Checking of the invert elevation of the pipe may be made by calculations from measurements on the
top of the pipe, or by looking.for ponding of 1/2" or less, which indicates a satisfactory condition. At
manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the
(eight-tenths) flow elevation,unless otherwise approved by the Engineer.
All pipe, -fittings, etc. shall be carefully handled and protected against damage, impact shocks, and
free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed
directly on rough ground but shall be supported in a manner,which will protect the pipe against injury
whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating
show defects that may be harmful as determined by the Engineer. Such damaged lining or coating
shall be repaired,or a new undamaged pipe shall be furnished and installed.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not
damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced.
All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position
in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be
81
03/21/2013
closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever
the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will
not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
Engineer may change the alignment and/or the grades. Except for short runs,which may be permitted
by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a
downhill grade, shall be blocked and held in place until sufficient support is furnished by the
following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked with a
feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint
system. Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
Section 7-08.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed
for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the
existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the
existing main shall be core drilled. When the existing main is constructed of vitrified clay, the main
shall be re-sectioned with flexible couplings,Fernco or approved equal.
Connections (unless booted connections have been provided for) to existing concrete manholes shall
be per Section 7-05.3(3).
7-08.3(2)J Placing PVC Pipe
Section 7-08.3(2)J is an added new section:
In the trench,prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower
end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6"
below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a
structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of
connection.
7-08.3(3)A Backfilling Sanitary Sewer Trenches
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
To the maximum extent available, suitable material obtained from trench excavation shall be used for
trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6
inches in their greatest dimension,brush, stumps, logs,roots, debris, and organic or other deleterious
materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones
within the allowable size limit incorporated in the remainder of fills shall be distributed so that they
do not congregate or interfere with proper compaction.
82
03/21/2013
If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable
material is requested by the Engineer to be removed or over-excavated from trench excavations,then
Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-
03.19 shall be used. All native or imported backfill material shall be compacted to 95%of maximum
dry density per ASTM D 1557 unless otherwise specified herein or on the Plans.
Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as
determined by the modified proctor compaction test,ASTM D1557. This includes the foundation,
backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches
between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the
base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction.
The Contractor shall provide site access at all times for compaction testing and sample collection.
Areas of the trench which fail to meet the compaction requirements shall be removed and replace and
re-compacted at the Contractor's expense.
The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may
occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement
shall be made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
determined by the modified proctor compaction test,ASTM D 1557.
The Contractor shall be responsible for the disposal of an excess excavated material.
p p Y
7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations,
shall be measured by the cubic yard, including haul,as specified in 2-09, or by the ton.
7-08.5 Payment
Section 7-08.5 is replaced with:
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Gravel Backfill for Foundations Class ",per cubic yard or ton.
f "Gravel Backfill for Pipe Zone Bedding",per cubic yard or ton.
All costs associated with furnishing and installing bedding and backfill material within the pipe zone
in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit
contract price for the type and size of pipe installed.
"Plugging Existing Pipe",per each.
"Commercial Concrete",per cubic yard.
"Structure Excavation Class B",per cubic yard.
"Structure Excavation Class B Incl.Haul",per cubic yard.
Unless specifically identified and provided as separate items, structure excavation, dewatering and
backfilling shall be incidental to pipe installation and no further compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit
contract price per foot for the size and type of pipe being jointed.
"Shoring or Extra Excavation Class B",per square foot.
If this pay item is not in the Contract,then it shall be incidental.
i
I
83
03/21/2013
7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3(15)A Ductile Iron Pipe
The first paragraph of Section 7-09.3(15)A is revised as follows:
Long radius(500 feet or more)curves, either horizontal or vertical,may be laid with standard pipe by
deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the
Contractor can assume that the curves can be made by deflecting the joints with standard lengths of
pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The
amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not
exceed one half of the manufacturer's printed recommended deflections.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
Section 7-09.3(15)B is supplemented as follows:
Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
The title and text of section 7-09.3(17)has been revised as follows:
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall
also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil
polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall
be repaired in accordance with ANSFAWWA C 105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the
pipe and no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised and supplemented as follows:
The Contractor may be required to perform the connection during times other than normal working
hours. The Contractor shall not operate any valves on the existing system. Water system personnel
will operate all valves on the existing system for the Contractor when required.
No Work shall be performed on the connections unless a representative of the water department is
present to inspect the Work.
When not stated otherwise in the special provisions or on the plans, all connections to existing water
mains will be done by City forces as provided below:
City Installed Connections:
Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify
all existing piping, dimensions, and elevations to assure proper fit.
Connections to the existing water main shall not be made without first making the necessary
arrangements with the Engineer in advance.
A two-week advance notice shall be required for each connection which requires a cutting of the
existing water mains or a shut-down of the existing water mains. The City reserves the right to re-
schedule the connection if the Work area is not ready at the scheduled time for the connection.
Work shall not be started until all the materials, equipment and labor necessary to properly complete
the Work are assembled on site.
84
03/21/2013
The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements,
excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at
the connection areas before the scheduled time for the connection by the City. The Contractor shall
provide all materials necessary to install all connections as indicated on the construction plans,
including but not limited to the required fittings, couplings,pipe spools, shackle materials to complete
the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at
the connections, backfill and surface restoration at the locations shown on the plans for the
connections.to the existing water mains.
The City will cut the existing main and assemble all materials.
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block
Section 7-09.3(21)has been supplemented by adding the following:
(******)
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to
the City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be
blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly
formed with plywood or other acceptable forming materials and shall not be poured around joints.
The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall
be installed in accordance with Section 7-11.3(15).
Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include
reinforcing steels, shackle rods, installation and removal of formwork.
Blocking shall be commercial concrete(hand-mixed concrete is not allowed) and poured in place.
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23)is supplemented and revised as follows:
(******)
A hydrant meter and a backflow prevention device will be used when drawing water from the City
system. These may be obtained from the City by completing the required forms and making the
required security deposits. There will be a charge for the water used. Before applying the specified
test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air
vents are not located at all high points, the contractor shall install corporation cocks at such points so
that the air can be expelled as the line is filled with water. After all the air has been expelled, the
corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test,
the corporation cocks shall be removed and plugged.
The quantity of water required to restore the pressure shall be accurately determined by either 1)
pumping from an open container of suitable size such that accurate volume measurements can be
made by the Owner or, 2)by pumping through a positive displacement water meter with a sweep unit
hand registering 1 gallon per revolution.The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the number of gallons per hour as
listed in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour test period.
All water used to perform hydrostatic pressure shall be charged a usage fee.
Allowable leakage per 1000 ft. of pipeline* in GPH
Nominal Pipe Diameter in inches
PSI 6" 8" 10" 12" 16" 20" 24"
450 0.95 1.27 1.59 .1.91 2.55 3.18 3.82
400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.75 1.00 1.24 1.49 1.99 2.49 2.99
85
03/21/2013
250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 i
225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage will be
the sum of the computed leakage for each size. For those diameters or pressures not listed, the
formula below shall be used:
The quantity of water.lost from the main shall not exceed the number of gallons per hour as
determined by the formula
L=MDNFP
7400
in which:
L= Allowable leakage,gallons/hour
N= No.of joints in the length of pipeline tested
D= Nominal diameter of the pipe in inches
P= Average test pressure during the leakage test,psi
The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during
the 15 minute test ep riod."Is deleted.
7-09.3(24)A Flushing and "Poly-pigging"
Section 7-09.3(24)A shall be revised and supplemented as follows:
Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated
material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap
shall be provided large enough to develop a velocity of at least 2.5 fps in the main.
The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 21b/cu-ft density foam with 90A
durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be
cylinder shaped with bullet nose or squared end.
The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing
shall be done after disinfection."is deleted.
Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of
Renton Standard Details. Water containing chlorine residual in excess of that carried in the existing
water system, shall not be disposed into the storm drainage system or any water way.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D has been replaced with:
(******)
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
Section 7-09.3(24)K has been revised as follows:
(******)
Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this
period, the chlorine residual at pipe extremities and at other representative points shall be at least
25 mg/l.
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N has been revised as follows:
(******)
Before placing the lines into service, a satisfactory report shall be received from the local or State
health department or an approved testing lab on samples collected from representative points in the
new system. Samples will be collected and bacteriological tests obtained by the Engineer.
86
03/21/2013
7-09.3(25) Joint Restraint Systems
Section 7-09.3(25) is a new additional section:
General:
Where shown on the plans or in the specifications or,required by the Engineer,joint restraint system
(shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star
National Products, 1323 Holly Avenue,PO Box 258, Columbus Ohio 43216,unless an equal alternate
is approved in writing by the Engineer.
Materials:
Steel types used shall be:
High strength low-alloy steel(cor-ten),ASTM A242,heat-treated, superstar"SST" series.
High strength low-alloy steel(cor-ten),ASTM A242, superstar"SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM Al.23 for galvanizing rolled,pressed and forged steel shapes.
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3"
mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile
strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and
�! 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer's
reheat and hardness specifications. SST 753: 3/4" for 14"to 24" mechanical joints. same ASTM
specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod..same ASTM
specification as SST 7. -
Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc
plated. S8: 5/8" and 3/4",ASTM A563, grade A,zinc plated or hot-dip galvanized.
Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid
installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563,
grade C3. S 10: for 5/8" and 3/4" tierods,ASTM A563, grade A.
Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized.
SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. S12: 5/8" and 3/4" diameter,
ASTM A36,A307.
Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436.
517:ANSI B18.22.1.
Installation:
Install the joint restraint system in accordance with the manufacturer's instructions so all joints
are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull
against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for
3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange
tierods symmetrically around the pipe.
87
03/21/2013
Pipe Diameter Number of 3/4"
Tie Rods Required
411.............................................2
611.............................................2
8".. .......................... ....... 3 -
10"
1211:...........................................6
1411...............................:............8
1611............................................8
18"............................................8
2011............................................ 10
2411............................................14
3011............................................(16-7/8"rods)
3611............................................(24-7/8"rods)
Where a manufacturer's mechanical joint valve or fitting is supplied with slots for"T"bolts instead of
holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide
adequate space for locating the tiebolts.
Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater
than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to
keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be
mechanical joint pipe and tiebolts shall be installed as rod guides at each joint.
Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be
galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with koppers
bitomastic no. 300-m,or approved equal.
Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be
galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers
bitumastic no. 800-m, or approved equal.
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of
the pipe and no additional payment shall be made.
7-09.4 Measurement
Measurement and Payment Schedule for installation of water mains and
appurtenances is shown in Section 1-09.14
Section 7-09.4 is revised as follows:
Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the
calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in
accordance with Section 1-09.
Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard
when these items are included as separate pay items. If not included as separate pay items in the
contract,then thrust blocking and dead-man blocks shall be considered incidental to the installation of
the water main and no further compensation shall be made.
Measurement for payment for connections to existing water mains will be per each for each
connection to existing water main(s) as shown on the Plans.
7-09.5 Payment
Measurement and Payment Schedule for installation of water mains and
appurtenances is shown in Section 1-09.14
88
03/21/2013
Section 7-09.5 is revised and supplemented as follows:
"Furnish and Install Ductile Iron Water Main&Fittings",per lineal foot.
The unit contract price per linear foot for each size and kind of"Furnish and Install Ductile Iron
Water Main&Fittings" shall be full pay for the bid item as described in Section 1-09.14.
"Concrete Thrust Blocking and Dead-Man Anchor Blocks",per cubic yard.
_ The unit contract price per cubic yard for"Concrete Concrete Thrust Blocking and Dead-Man Anchor
Blocks " shall be full pay for the bid item as described in Section 1-09.14.
Connection to Existing Water Mains",per each.
The unit contract price per each for"Connection to Existing Water Mains"shall be full pay for the bid
item as described in Section 1-09.14.
"Select Imported Trench Backfill",per cubic yard or ton.
The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay
for the bid item as described in Section 1-09.14.
"Removal and Replacement of Unsuitable Foundation Material",per ton or cubic yard.
_ The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable
Foundation Material" shall be full pay for the bid item as described in Section 1-09.14.
7-12 VALVES FOR WATER MAINS
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1)has been revised as follows:
Where required, a valve marker post shall be furnished and installed with each valve. Valve marker
posts shall be placed at the edge of the right-of-way opposite the valve and be.set with 18 inches of
''. the post exposed above grade.
The rest of this section is deleted.
7-12.3(2) Adjust Existing Valve Box to Grade
Section 7--12.3(2)is a new section:
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-
05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be
_ limited to,the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in a fully operable
condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2")
below finished grade.
7-12.4 Measurement
Measurement and Payment Schedule for installations of water mains and
appurtenances is shown in Section 1-09.14
i
89
i
i
03/21/2013
8-02.3(16)A Lawn Installation
Section 8-02.3(16)A has been deleted and superseded with the following:
8-02.3(16)Al Qualifications of Workmen
Provide at least one person who shall be resent at all times during execution of the Work and who
P P g
shall be thoroughly familiar with the type of materials.being installed and the best methods for their
installation and who shall direct all work performed under this section.
�s
8-02.3(16)A2 Submittals
8-02.3(16)A2a Certification of Material
1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for
the preceding. Include complete data on source, size and quality.
2. Supply on-site 12"x 12" sample of each sods specified for inspection and approval in advance
Pp Y p p P pp
by the City.
3. Supply Grower's written recommendations for fertilizer type, rate of application, and
frequency.
4. All certificates required by law shall accompany shipments. .
5. Upon completion of the installation and prior to final inspection, deliver all certificates to the
Engineer.
8-02.3(16)A2b Manufacturer's Certificates of Conformance _
1. Supply for Certificates of Conformance for fertilizer being used for the project. ]
8-02.3(16)A2c Schedule for Installation
1. The Contractor shall coordinate all work with the City and submit a watering plan for the �r
Establishment Period.
�?
8-02.3(16)A3 Product.Handling ._.
Deliver all items to the site in their original containers,with all labels intact and legible, at the time of
the City's inspection. Coordinate delivery and installation of sod to ensure sod is installed }
immediately upon delivery.
Use all means necessary to protect new lawn areas before, during, and after installation and to protect
the installed work and materials of all other trades. .
In the event of damage or rejection, immediately make all repairs and replacements necessary for the
approval of the Inspector and at no additional cost to the City.
I
8-02.3(16)A4 Site Information -
If sod is stored onsite, preserve and protect all sod on site prior to and during installation. Protect
from wind, drought,unusual weather and vandalism. Store all sod on site within limits of work. -
Protect adjacent property, public walks, curbs and pavement from damage. Do not block public
94
r
03/21/2013
access routes with plant material.
8-02.3(16)A5 Sod
The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration
q g
from the Contractor's operations. Sod shall conform to section 9-14:6(8) as shown in the Special
Provisions.
8-02.3(16)A5a Other Materials
All other materials not specifically described but required for a complete and proper planting
installation, shall be selected by the Contractor subject to the approval of the Engineer.
8-02.3(16)A6 Execution
Prior to all work of this section, carefully inspect the installed work of.all other trades and verif y.that
all such work is complete to the point where this installation may properly commence. Verify that
lawn installation may be completed in accordance with the original design and the referenced
standards. In the event of discrepancy, immediately notify the Engineer for specific instructions.
8-02.3(16)A6a Installation Preparation
1. Prepare subgrade in all lawn areas by scarifying to a 8"minimum depth and removing rocks
P g
and debris over 1" in diameter. Subgrade soils should be free-draining and without any
impervious soils or other materials harmful to plant growth. Notify the Inspector of any
subgrade conditions deleterious to plant growth.
2. Spread topsoil to a minimum depth of 6"after settlement in all lawn areas.
3. Thoroughly rototill topsoil to a minimum depth of 6 inches.
4. Fine grade per Contract Specifiactions in turf areas as indicated on drawings. Rake entire
surface to conform to site grading. Grade edges to 1" below adjacent paved surfaces to
provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector.
5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly
rake to incorporate into the soil.
8-02.3(16)A6b Sod Installation
1. Moisten sod bed and roll lightly for compaction.
2. Lay sod strips per supplier's instructions. Tightly butt joints, trim edges to conform to
smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after
settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion.
3. Remove any bumps,undulations, or low-high spots with a light rolling.
4. Water dally for a minimum of two weeks to prevent dehydration.
5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to prevent
trampling.
6. Do not work in, over, or adjacent to planting areas without proper protection and safeguards.
8-02.3(16)B Lawn Establishment
Section 8-02.3(16)B has been deleted and superseded with the following:
95
03/21/2013
8-02.3(16)B Lawn Establishment and Final Acceptance
The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival
of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until
Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than
the second mowing. The Contractor will be held responsible for all damage or loss caused by his
inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather
or other outside causes.
8-02.3(16)B1 Establishment Period
The Establishment Period will commence on the date of Preliminary Acceptance and will extend to
Substantial Completion or Final Acceptance by the City of landscape work,whichever is later.
Maintenance during this period will include:
1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a
healthy position.
2. Lawns shall be fertilized every six weeks from March through September per Grower's
written recommendations. Lawns shall be maintained weed-free.
3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass
clippings shall be removed from the site. Maximum height of lawn shall not exceed three
inches.
4. Protect all lawn areas against damage, including erosion and trespassing,by providing and
maintaining proper safeguards.
5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a
regular basis, at least weekly or more often where necessary. This will include leaf fall
control in Fall period. Policing for paper and litter in all areas shall be conducted at least
weekly. During the Fall period leaves, windblown into gutters and catch basins, are
considered as litter and shall be removed as debris.
8-02.3(16)B2 Guarantee
All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of
one year from the date of Final Acceptance.
8-02.3(16)B3 Final Acceptance
Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform
grade at the time of final inspection.
Final inspection of the work of the Section will be made at the time of the Final Inspection of the
entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final
Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent
upon Final Acceptance of the entire project or at the determination of the City if earlier than Final
Acceptance of the entire project.
96
03/21/2013
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
Section 8-09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
i `.`Raised Pavement Marker Type 1",per each.
"Raised Pavement Marker Type 2",per each.
"Raised Pavement Marker Type 3- In.",per each.
"Recessed Pavement Marker",per each.
The unit contract price per each for "Raised.Pavement Marker Type I", "Raised Pavement Marker
Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall
be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers
in accordance with these Specifications, including all cost involved with traffic control unless traffic
control is listed in the Contract as a separate pay item.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
This Work shall consist of furnishing and placing monument cases and covers, in accordance with the
Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans
or as staked by the Engineer or by the Contractor supplied Surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible for
assuring that a registered surveyor references the existing monuments prior to construction. After
construction is complete, the monuments shall be re-established by the Surveyor in accordance with
RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the Contract unless specifically called out to be paid as a bid item.
8-13.5 Payment
Section 8-13.5 is supplemented by adding the following:
"Reset Existing Monument"per each.
Resetting an existing monument impacted by construction shall be incidental unless included as a pay
item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(4) Curing
Section 8-14.3(4)is replaced with:
97
03/21/2013
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications
shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The
curing agent shall be applied immediately after brushing and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof paper or
plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather.
During the curing period, all traffic, both pedestrian and.vehicular, shall be excluded. Vehicular
traffic shall be excluded for such additional time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly
placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete
shall be removed and replaced at the expense of the Contractor.
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each
measurement shall include all costs for the complete installation per the Plans and standard details
including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting,
removal and disposal of excavated materials including existing pavement and sidewalk, crushed
surfacing base materials and all other Work, materials and equipment required per Section 8-14, shall
be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items
are listed and specified to be paid as separate pay items.
If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for
such installation, then quantities shall be measured with and paid for under the bid items for Curb and
Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt
concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt
Concrete."
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete,"per each.
Payment for excavation of material not related to the construction of the sidewalk but necessary
before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with
the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul
and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades
shown, and shall include all costs thereof in the unit contract price per square yard for "Cement
Concrete Sidewalk"and the per each contract price for"Curb Ramp, Cement Concrete."
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
Section 8-17.5 is supplemented by the following:
(******)
If no pay item is included for temporary impact attenuators then all costs to provide and install shall
be considered a part of the pay item for"Traffic Control."
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL
8-20.2(1) Equipment List and Drawings
Paragraph four of Section 8-20.2(1) is revised and supplemented with the following:
98
03/21/2013
The Contractor shall submit for approval six sets of shop drawings for each of the following types of
standards called for on this project:
1. Light standards with or without pre-approved Plans.
2. Signal standards with or without pre-approved Plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8-20.2(1)is deleted.
Paragraph six of Section 8-20.2(1)is deleted.
Section 8-20.2(1) is supplemented as follows:
The Contractor also shall submit either on the signal standard shop drawings or attached to the signal
standard shop drawings all dimensions to clearly show the specific mast arm mounting height and
signal tenon locations for each signal pole to be installed.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
See detail sheet.
Skip Center Line(Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or"skip"pattern shall be based on a 24-foot
unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on
two-lane or three-lane,two-way highways.
Double Yellow Center Line(Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center
stripe is used as centerline delineation on multilane, two-way highways and for channelization.
Approach Line(New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements,to separate high occupancy vehicle lanes from general-purpose lanes, for islands,
hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet
apart.
Lane Line(Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same
direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and
a 15-foot gap.
Two Way Left Turn Line(Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated
by a 4-inch space.The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot
line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction
of travel.
Crosswalk Line(Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
See detail sheet.
99
03/21/2013
Stop Line(Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans.
8-22.3(5) Installation Instructions
Section 8-22.3(5)is revised as follows:
(******)
A manufacturer's technical representative need not be present at the initial material installation to
approve the installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
(******)
"Approach Stripe,"per linear foot.
"Remove Paint Line ....."wide,"per linear foot.*
"Remove Plastic Line ......"Wide," per linear foot.*
"Remove existing traffic markings, "per Lump Sum.*
*The linear foot contract price for"Remove Paint Line" and "Remove Plastic Line" and the lump sum
contract price for "Remove existing traffic markings" shall be full compensation for furnishing all
labor, tools, material, and equipment necessary for removal of existing traffic markings as per the
Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of
prices, then the removal of old or conflicting traffic markings required to complete the channelization
of the project as shown on the Plans or detail sheets shall be considered incidental to other items in
the Contract and no further compensation shall be made.
8-23 TEMPORARY PAVEMENT MARKINGS.
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the Contract for installation, or for removal of temporary pavement
markings, then all costs associated with these items are considered incidental to other items in the
Contract or included under"Traffic Control," if that item is included as a bid item.
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
(******)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the
constituents of the mixture at the time of acceptance shall conform to the following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate,percent passing
1", 3/", ''/z", and 3/8"sieves ±6% ±8%
U.S.No. 4 sieve ±6% ±8%
U.S.No. 8 sieve ±6% ±8%
U.S.No. 16 sieve ±4% ±6%
U.S.No. 30 sieve ±4% ±6%
U.S.No. 50 sieve ±4% ±6%
U.S.No. 100 sieve ±3% ±5%
U.S.No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
100 � �,
03/21/2013
VMA 1.5%below minimum value in 9-03.8(2)
VFA minimum and.maximum as listed in 9-03.8(2)
Va 2.5%minimum and 5.5%maximum ( )
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance
limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits
for sieves designated as. 100%passing will be 99-100.
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9-05.4 is revised as follows:
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II.
Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized
coating applied inside and out following welding is acceptable and shall be asphalt treatment coated.
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9-05.7(2) is replaced by the following:
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be
Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance
withASTM C150. No admixture shall be used unless otherwise specified.
9-05.7(2)A Basis for Acceptance (RC)
Section 9-05.7(2)A is supplemented by the following:
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM
C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA
C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3)is replaced by the following:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained
single rubber gasket'in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall
be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(4) is supplemented by the following:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9-05.9 is replaced with:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
Certificate of Compliance stating that the materials furnished comply in all respects with these
Specifications. The Engineer may require additional information or tests to be performed by the
Contractor at no expense to the City.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or a continuous helical welded seam
paralleling the rib.
101
03/21/2013
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized)
corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall
be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and
shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to
outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the
outside of pipe wall immediately adjacent to the,lockseam or stiffener to the top surface of rib). The
maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction
of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch
and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a
stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be
effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The
bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and
9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch+ 1/8 inch
wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum
vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the
ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable
tolerance of+ 10 percent.
9-05.12 Polyvinyl Chloride (PVC) Pipe
Section 9-05.12(3) is a new additional section:
9-05.12(3) CPEP Sewer Pipe
Section 9-05.12(3) is a new additional section:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin
which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C
per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of
AASHTO M294.
9-05.14 ABS Composite Sewer Pipe
Section 9-05.14 is deleted
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated by using a continuous helical lock seam with a seam gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch
deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that
can be effectively jointed with coupling bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8
102
�. 01/21/2013
inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to
center(measured normal to the direction of the ribs)). The radius of bend of the metal at the corners of
the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch+ 1/8 inch
wide (measured outside to outside) and a minimum of 0.95 inch high (measured.as the minimum
vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of
ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius
of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10
percent.
9-05.22 High Density Polyethylene Piping
Section 9-05.22 is a new section:
DRISCOPLEXTm 4100 High-density Polyethylene Piping
1 General Terms and Conditions
1.1 Scope-This Specification covers requirements for DriscoPlexTm 4100 PE 3408 high-density
polyethylene piping. All Work shall be performed in accordance with these Specifications.
1.2 Engineered and Approved Plans -Construction shall be performed in accordance with Engineered
Construction Plans for the Work prepared under the direction of a Professional Engineer.
1.3 Referenced Standards-Where all or part of a federal,ASTM,ANSI,AWWA, etc., Standard
Specification is incorporated by reference in these Specifications,the reference standard shall be the
latest edition and revision.
1.4 Licenses and Permits—The Contractor shall be licensed and bonded.
1.5 Inspections-All Work shall be inspected by an Authorized Representative of the City who shall
have the authority to halt construction if, in his opinion,these Specifications or standard construction
practices are not being followed. Whenever any portion of these Specifications is violated,the
Engineer shall,by written notice, order further construction to cease until all deficiencies are
corrected.
2 Polyethylene Pipe and Fittings
2.1 Qualifications of Manufacturers-The manufacturer shall have manufacturing and quality
assurance facilities capable of producing and assuring the quality of the pipe and fittings required by
these Specifications. The manufacturer's production facilities shall be open for inspection by the City
or his Authorized Representative. The Project Engineer shall approve qualified manufacturers.
2.2 Materials -Black PE materials used for the manufacture of polyethylene pipe and fittings shall be
PE 3408 high density polyethylene,meeting ASTM D 3350 cell classification 345464C and shall be
listed in the name of the pipe and fitting manufacturer in PPI(Plastics Pipe Institute)TR-4, with a
standard grade HDB rating of 1600 psi at 73°F. Color material,when used, shall be the same except
for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for
potable water in accordance with NSF Standard 61. When requested on the order,the manufacturer
shall certify that the materials used to manufacture pipe and fittings meet these requirements.
103
03/21/2013
2.3 Interchangeability of Pipe and Fittings -The same qualified and approved manufacturer shall
produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub-
contractors or distributors are prohibited.
2.4 Polyethylene Fittings& Custom Fabrications -Polyethylene fittings and custom fabrications shall
be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall
be pressure rated for the same internal pressure rating as the mating pipe.
2.5 Molded Fittings-Molded fittings shall be manufactured and tested in accordance with ASTM D
3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906.
2.6 Fabricated Fittings-Fabricated fittings shall be made by heat fusion joining specially machined
shapes cut from pipe,polyethylene sheet stock or molded fittings. Fabricated fittings shall berated
for internal pressure service at least equal to the full service pressure rating of the mating pipe.
Fabricated fittings shall be tested in accordance with AWWA C906.
2.7 Polyethylene Flange Adapters -Flange adapters shall be made with sufficient through-bore length
to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing
surface of the flange adapter shall be machined with a series of small v-shaped grooves(serrations)to
promote gasketless sealing, or restrain the gasket against blowout.
2.8 Back-up Rings &Flange Bolts-Flange adapters shall be fitted with back-up rings that are
pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or
radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or
higher.
9-08 PAINTS
9-08.8 Manhole Coatin g System stem Products
Section 9-08.8 is'a new section and subsections:
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System: Cl
Coating Material: High Solids Urethane
Surfaces: Concrete (r
Surface In accordance with SSPC
Preparation: SP-7 (Sweep or brush off
blast)
Application: Shop/Field:The drying
time between coats shall
not exceed 24 hours in
any case
System Thickness: 6.0 mils dry film
104
03/21/2013
Coatings: Primer: One coat of
Wasser MC-Aroshield
high solids urethane(2.0
DFT)Finish:Two or
more coats of Wasser
MC-Aroshield(min.4.0
DFT)
Color:
White
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1(1) Topsoil Type A
Section 9-14.1(1)is supplemented with the following:
Planting soil/topsoil shall consist of loose,moderately well-drained, friable soil of sandy loam
texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth.
Soil shall be reasonably free of stones, lumps,roots, and weeds or similar objects. Topsoil should be
fertile and free-flowing(pulverized). Topsoil shall be Mycorrhizae inoculated.
Topsoil shall meet the following parameters:
LParameter Range
pH 6.7-7.5
Moisture Content 25%-55%
Soluble Salts 2.5 mmhos/(dS)
Coarse Sand 50%max(by weight)
Clay 25%max(by weight)
Silt 15%max (by weight)
Organic matter 10%max(by weight)
9-14.6(8) Sod
Section 9-14.6(8)is supplemented with the following:
Sod shall be nursery-grown(farm-grown)under climatic conditions similar to or hardier than those at
�l the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects,
insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local
laws requiring inspection for plant disease and insect control.
Sod: Non-net"Premium Shadow Master"Sod Mixture from Emerald Turfgrass Farms, Inc., Sumner,
WA,Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved equal must be from a local
grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not
acceptable. All required certifications apply for"approved equal". Sod shall contain 65%perennial
turf-type ryegrass by weight and 35%hard fescue by weight.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
105
03/21/2013
9-30 WATER DISTRIBUTION MATERIALS
9-30.1(1) Ductile Iron Pipe (RC)
Section 9-30.1(1)is revised as follows:
Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron
pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. All other ductile
iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans.
9-30.3(1) Gate Valves (3 inches to 12 inches)
Section`9-30:3(1) is replaced with:
Valves shall-be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be
Iowa List 14,Mueller Company No.A2380, Kennedy, or M&H.
Approval of valves other than models specified shall be obtained prior to bid opening.
All gate valves less than 12" in, diameter shall include an 8" x 24" cast iron gate valve box and
extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See the
City of Renton Standard Details for 12" gate valve assembly vault and 1"bypass installation.
Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with
bronze wedging device and O-ring stuffing box.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA
Standard C509 latest revisions.
All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion
protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts
prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest
p Y q
revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be
equipped with one(1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces
to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast.
Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve
materials meet the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown
on the project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series
2370,Kennedy.
Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves
less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as
required.
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and
shall be installed in a concrete vault per City of Renton Standard Details, latest revision.
9-30.3(3) Butterfly Valves
Section 9-30.3(3) is supplemented by adding the following:
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
106
03/21/2013
9-30.3(5) Valve Marker Posts
Section 9-30.3(5)has been deleted and replaced with the following:
The valve markers shall be fabricated and installed in conformance with the Standard Drawings.
Valve markers shall be carsonite composite utility marker.375"x 6-0" or approved equal with blue
label"water."
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7)has been supplemented as follows:
Air and vacuum release valves shall be APCO-Valve and Primer Corp, "Heavy-Duty," combination
air release valve, or equal.
Installation shall be per the City of Renton Standard Details,latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is
approximate. The installation shall be set at the high point of the line.
' 9-30.3(8) Trapping Sleeve and Valve Assembly
Section 9-30.3(8) is revised as follows:
Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material.
9-30.3(9) Blow-Off Assembly
Section 9-30.3(9) is a new section:
Permanent blow-off assembly shall be#78 Kupferle Foundry Co. or approved equal. Installation of
blow-off permanent blow-off assembly shall be per City of Renton Standard Details, latest revision.
Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s)shown on the
plans. Temporary blow-off assembly on new dead-end water main shall be installed at location
shown on the plans.
Temporary blow-off assemblies for testing and flushing of the new water mains will not be included
' under this item and shall be considered incidental to the contract and no additional payment shall be
made.
9-30.5 Hydrants
Section 9-30.5 is supplemented by adding the following:
Fire hydrants shall be Iowa, Corey Type(opening with the pressure) or approved equal conforming to
AWWA C-502-85. Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929,
Mueller Super Centurion 200, conforming to AWWA C-502-85.
9-30.5(1) End Connections (RC)
Section 9-30.5(1)is supplemented by adding the following:
Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid
proposal description.
107
03/21/2013
9-30.5(2) Hydrant Dimensions
Section 9-30.5(2)is replaced with the following:
Fire hydrants shall be Corey type(opening with the pressure)or compression type(opening against
pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve
opening(M.V.O.) of 5 1/4 inches,two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2
threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60
degrees V.Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall
have a 1-1/4"pentagon operating nut opened by turning counter clockwise(left).
The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the
same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene
gaskets for positive water tightness under test pressures.
The 4"pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz
adapter shall be forged and/or extruded 6061-T6 aluminum alloy,hardcoat anodized. Threaded end
portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal,no gasket to
g � p g
weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter
with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions.
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
Polyethylene pipe shall not be used.
9-30.6(4) Service Fittings
g
Section 9-30.6(4)has been revised as follows:
(******)
Fittings used for copper tubing shall be compression type with gripper ring.
9-30.6(5) Meter Setters '
Section 9-30.6(5)has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters,latest '
revision.
SECTION 10
10-01 MARKING PAINT REMOVAL
The permittee will be required to remove utility locate marks on sidewalks only within the Downtown
Core Area. The permittee shall remove the utility locate marks within 14 days of job completion.
I
108
1 STANDARD PLANS
1
1
1
1
1
1
1
1
1
1
1
1
� I
Pay Estimate Submittal Form
Date:
Pay Estimate No:
' Project No:
Contract No:
Project Title:
Project Manager:
Phone: Email:
Construction Company:
Address:
Project Manager:
Phone: Email:
Period of Work for Pay Estimate:
Description of Completed Work including work by subcontractors (attach separate page if
needed):
Attachments:
Progress Payment Spreadsheet
' Supporting Tickets and Receipts
Red Line As-Builts for the Pay Period:
Starting and ending station of pipe installation
Horizontal and vertical location of pipe and all fittings(show all fittings)
Horizontal location of all potholed existing utilities
Starting and ending location of foundation replacement
Starting,ending,and description of poor soils,groundwater,and the lake
Limits of pacing and sawcutting
Additional Supporting Documentation:
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3604 SE Sth St AC MAin Replace ment\Contract
Documents\Pay Estimate Submittal Form.doc
CITY OF RENTON w city of
TRAFFIC CONTROL PLAN � FED
PROJECT NAME: PERMIT#
CONSTRUCTION COMPANY: PHONE#:
' CONTACT NAME: PHONE#:
ADDRESS: CELL#:
E-MAIL ADDRESS: FAX#:
PROJECT LOCATION: N/E/S/W OF:
WORK TIME: APPROVED BY:
WORK DATE: APPROVAL DATE:
Permit Holder agrees to all the following:
• Comply with all traffic regulations of the City of Renton and the State of Washington.
• Prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for
all street and lane closures, and the plan shall be performed in compliance with the Manual on
Uniform Traffic Control Devices.
• Notify emergency services (253-852-2121) twenty-four(24) hours before any street or lane closures.
• Any lane or street closures not in conformance with the approved traffic control plan and/or without
notification of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200
through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes.
• Indemnify and hold harmless the City of Renton from any and all claims, actions, and judgments,
including all costs of defense and attorney's fees incurred in defending against same, arising from and
related to implementation of the approved traffic control plans including claims arising from towing of
private vehicles and the acts of the Permit Holder's agents and employees.
• The City of Renton shall be entitled, in its reasonable discretion,to settle claims prior to suit or
judgment, and in such event shall indemnify and hold harmless the City for any such claims paid,
including the City's reasonable attorney's fees and litigation costs incurred resulting from such claim.
• In the event any claim or suit.is brought against City within the scope of this Agreement, Permit Holder
will pay for legal counsel chosen by the City to defend against same.
• Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address
traffic or pedestrian safety or travel.
• By my signature herein, I acknowledge all the above requirements.
PRINT NAME: DATE: OFFICE COPY T_
CONTRACTOR
DEV.SERVICE,INSPECTION K.KITTRICK/
SIGNATURE: DEV.SERVICE,PLAN REVIEW A.HENNINGER/J.ILLIAN
POLICE CLARK WILCOX
FIRE DAVID PARGARS/STA.tt13
r
NOTES:
• Work Zone Traffic Control shall be in accordance with the Manual on Uniform Traffic Control Devices(MUTCD)
and shown by sketch or reference to WSDOT.
• The plan must be submitted to the City's PW/Transportation Division for review and/or approval at least three
working days prior to work.
• Approved Temporary Traffic Control Plan must be at the work site during work hours.
• Contractor or entity must call.Renton School District (425-204-4455) or any public/private agency to be affected
by a temporary lane or road closure.
• Complete assistance and accommodation shall be provided to all kinds of pedestrian traffic when sidewalk or
r walkway is impeded.
• Total road closure lasting more than 24 hours is subject to the approval by the City Council.
• Any vehicle, equipment, barricade,or portable tow-away sign used within the work area must display a
company logo or any legally acceptable sign showing the company name, address, and telephone number at a
conspicuous place on the vehicle or equipment.
rIn the case of Temporary No Parking Zones,all the following apply in addition to previous:
• Contractor must complete form to show limits of Temporary No Parking Zone identifying barricade locations for
vacate parking or curb lane usage.
Contractor must post notice of dates and time of Temporary No Parking Zone with at least two signs per block
72 hours in advance of effective date and time.
• The cover sheet of this Traffic Control Plan form must be attached to each Temporary No Parking Sign on the
project site.
• Temporary traffic control devices must be removed immediately when work is done or no construction activities
are going on. If deemed abandoned, City crews will remove and store them at the City's maintenance shop
(3555 NE 2"d Street).
SKETCH
I
-- NORTH --
FACE OF CURB 6. CEMENT CONCRETE
1/2"R. 1..R SIDEWALK RAMP
6 1/2" VARIES OR LANDING
5112" 1" FROM D
6"TO 0 D
1/2"R. � 1 R. •D ° D
1:24 MAX. 6" ° '
D
D TOP OF 1/4'PREMOLDED
io 1/2^R, ROADWAY JOINT FILLER
N p .
D CEMENT CONCRETE
PEDESTRIAN CURB
° D AT SIDEWALK RAMPS AND LANDINGS
1,_6..
FACE OF ADJACENT CURB
CEMENT CONCRETE 61/2"
TRAFFIC CURB AND GUTTER SEE DEPRESSED CURB DETAIL THIS SHEET
FACE OF ADJACENT CURB 1:24 MAX.
TOP OF
6 1/2" 1 1/2"R. ROADWAY
FLUSH WITH GUTTER
PAN AT SIDEWALK 2" D
RAMP ENTRANCE D D
1:12 MAX. 1:24 MAX. D r D D
D .D• •D p•, v D - ..
TOP OF D' • ,�
1/2"R. ROADWAY
r D D
DEPRESSED CURB SECTION
` D D •' ° v 'o AT RESIDENTIAL DRIVEWAYS ONLY.
FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2
V-6"
DEPRESSED CURB SECTION FACE OF CURB
AT SIDEWALK RAMPS
6 1/2"
5 1/2" 1"
1/2"R. 1"R.
TOP OF
°
to ROADWAY
D
� • Dr r
FACE OF ADJACENT CURB
D s
GUTTER SURFACE
1"R.
°
1"R.D CEMENT CONCRETE
�. D D
TRAFFIC CURB
Dp v DD ,
tDEPRESSED CURB DETAIL
AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS
GENERAL NOTES:
1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing.
2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner.
' 3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 104.2
STD. PLAN — 101
+n PUBLIC WORKS
DEPARTMENT CEMENT CONCRETE CURBS
-JUNE 2009
SEE NOTE 2 SEE NOTE 2
2 - 0" 2 - 0
ir
3/8 PREMOLDED JOINT FILLER (TYP) ►
ff5 — _ CEMENT CONCRETE
J CURB AND GUTTER
PLAN VIEW
FACE OF CENTERLINE OF
I S CURB �.5 FRAME&GRATE
6 1/2" II` 13"
S 1 '2' 1" (1.08')
MATCH FRAME AND GRATE-NOT INCLUDED
1/2" R. 1" R. ROADWAY IN CURB AND GUTTER BID ITEM
D 3„
SLOPE
° TOP OF
D 1• R. ► RECESS 1/2" ROADWAY
•D
r �
D• D • ADJUSTMENT SECTION-NOT INCLUDED
p p IN CURB AND GUTTER BID ITEM
D. D
• _ CATCH BASIN-NOT INCLUDED
° IN CURB AND GUTTER BID ITEM
D •D
D D
SECTION OtR
GENERAL NOTES: Y}
1. The intent of this design is to facilitate the removals
of a catch basin with minimal disturbance
of the curb. , f I'
2. The expansion joints of the \ \�
adjacent sidewalk shall j�k
be adjusted to be in ,".� �4��s - r` "S� ►
line with these curb
expansion joints. �� sn � n ` � � ►
ISOtwETRIC VIEW
rt .w
j
Y
PUBLIC WORKS CEMENT CONCRETE CURB STD. PLAN — 101.1
DEPARTMENT INSTALLATION AT
'PgNZp� CATCH BASINS MAY 2009
s.. 1-D..
IN.6" SIDEWALK
12" VARIES:5'-6"MIN.
1/2"R. LEVEL 1"R.
1/2"R.(TYP.) CURB NOT
D
" - S'(Gaep J a 2%MAX, IN BID INCLUDED
SEE RAISED r 1/4'PREMOLDED
EDGE DETAIL JOINT FILLER
NOTE: EXTEND SIDEWALK TRANSVERSE
JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK
RAISED EDGE DETAIL WITH RAISED EDGE
VARIES i 1/8"TO 1/4"
SIDEWALK MAYBE ADJACENT �
SLOPE ROUNDING TO A WALL(SEE DETAIL)
(WHEN SPECIFIED)
SIDEWALK BUFFER STRIP B^
VARIES:5'-0"MIN. 5'-0" o •�'D •�9TO .'
D ' D
1/2"R.(TYP.) CURB NOT
INCLUDED
2% `v 2%MAX. 2%MAX. IN BID ITEM
©CONTRACTION JOINT
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP VvinLL OR BARRIER
SIDEWALK
' VARIES
SIDEWALK MAY BE ADJACENT 12"R.
SLOPE ROUNDING TO A WALL(SEE DETAIL)
(WHEN SPECIFIED)
SIDEWALK D'�--PREM.LDED VARIES:S'-6"MIN.
12"R.(TYP,) _ CURB NOT JOINT FILLER
INCLUDED
2% 2%MAX. IN BID ITEM
° v4"PREMOLDED SIDEWALK ADJACENT TO WALL
JOINT FILLER DETAIL
CEMENT CONCRETE SIDEWALK
ADJACENT TO CURB
5'•O^ G GROOMED FINISH
0" 4"WIDE,SMOOTH
5 TROWELED PERIMETER
1y o„ I;
5 U" �
5 G CEMENTCONCRETE CURB
{CURB AND GUTTER SHOWN)
r
'NOT INCLUDED IN BID ITEM
t b
t
h CONTRACTION'JOINT D
SIDEWALK ONLY
FULL-DEPTH
PREMOLDED
_ EXPANSION JOINT IN BOTH CURB AND
JOINT FILLER
SIDEVVALx(SEE srD PLAN 1a1.1) OE EXPANSION JOINT
y -
JOINTAND FINISH
DETAIL
sIr
NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1.
PUBLIC WORKS CEMENT CONCRETE STD. PLAN - 102
DEPARTMENT .SIDEWALK
��NTO$ MAY 2009
t
EXISTING ASPHALT 2.0' MIN. NEW CURB
PAVEMENT & GUTTER
(SEE NOTE 2)
SAWCUT
(SEE NOTE 2) °
d"b
d.
O O O O O O
ARTERIAL STREET MINIMUM
7" HMA (or ACP Class B)
(SEE NOTE 1), OVER
6" CRUSHED ROCK
RESIDENTIAL STREET MINIMUM
4" HMA (or ACP Class B)
(SEE NOTE 1), OVER
6" CRUSHED ROCK
NOTES:
1. MUST MATCH EXISTING THICKNESS IF GREATER.
2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF .
DAMAGED PAVEMENT.
3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT
PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN
101 FOR CEMENT CONCRETE CURBS.
'tY O
?OPUBLIC WORKS CURB AND GUTTER STD. PLAN - 103
� DEPARTMENT REPLACEMENT DETAIL
�'N•pp MAY 2009
BID ITEM(INCLUDES SIDEWALK RAMPS)
RAMP(VARIES) RAMP(VARIES)
6'MIN.-15'MAX. 6'MIN.-15'MAX.
3/8"EXPANSION JOINT(TYP.)
(SEE STD.PLAN 102) _
CEMENT CONC.SIDEWALK
3 0 3 a
03
N N A
uj �„ N
W W W W
LL 2' LL Ir
SEE NOTE 1 CEMENT CONCRETE
B CURB&GUTTER
318"EXPANSION JOINT(TYP.) (SEE NOTE 3)
(SEE STD.PLAN 102)
PLAN VIEW
RAMP(VARIES) VARIES RAMP(VARIES) J
U MIN.-15'MAX. 14'MIN. 6'MIN.-15'MAX
20'MAX. SEE NOTE 8(TYP).
tEMEN6"MIN. 6"MIN.
T CONCRETE 6"MIN. 3/8"EXPANSION JOINT(TYP.)
SIDEWALK SECTION OA (SEE STD.PLAN 102)
1/2"R(TYP.) SIDEWALK
DEPRESSED CURB&GUTTER
VARIES 2%MAX_ 12Fi:1 Mq= (SEE NOTE 3)
6"MIN.
DRIVEWAY
SECTION OB
CEMENT CONCRETE
k t * r CURB&GUTTER
(SEE NOTE 3)
CEMENT
CONCRETE CONCRETE
SIDEWALK
a ,"DEP,RESSED
_CURB&GUTTER
'(SEE NOTE 3)
r TYPE RIB—ISOMETRIC VIEW
.a, z (RESIDENTIAL,WITH BUFFER)
For NOTES see sheet 104.2
+ PUBLIC WORKS CEMENT CONCRETE DRIVEWAY STD. PLAN - 104.3
DEPARTMENT ENTRANCE - TYPE RIB
�N'fp MAY 2009
i -
5"MAX.
DRAINAGE GRATE TRIM
GRATE FRAME
m
m v �
a d
SEDIMENT AND DEBRIS
a OVERFLOW BYPASS
BELOW INLET GRATE DEVICE
FILTERED'
WATER
,o
' SECTION VIEW
' DRAINAGE GRATE
-RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM(TYP.)
ry
t
BELOW INLET GRATE DEVICE OVERFLOW BYPASS(TYP.)
ISOMETRIC VIEW
NOTES
1. Size the Below Inlet Grate Device(BIGD)for the storm water structure it will service.
2. The BIGD shall have a built-In high-flow relief system(overflow bypass).
3. The retrieval system must allow removal of the BIGD without spilling the collected material.
4. Perform maintenance in accordance with Standard Specification 8-01.3(15).
�Y
+ PUBLIC WORKS CATCH BASIN FILTER STD. PLAN - 216.30
O DEPARTMENT
MARCH 2008
jWATER PLAN GENERAL NOTES Standard Plan No.300
1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS
STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT/APWA STANDARD SPECIFICATIONS,LATEST EDITION AS
AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION
IS IN PROGRESS. A PRE-CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION.THE CONTRACTOR
AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION.
2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL
CALL 1-800-424-5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION.
' 3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED,AND
"CATALOG CUTS"FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY
MATERIALS ON-SITE.
4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE,THICKNESS CLASS 52 PER AWWA C 151 AND C
104. PIPE JOINTS SHALL BE PUSH-ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS
PER ANSI/AWWA C110/A21.10-82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8-MIL BLACK,TUBE-TYPE,
POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS.
5. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10-INCH OR LESS
AND 48 INCHES FOR PIPE DIAMETER OF 12-INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES.
ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR,
THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER.
PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH
BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BYTHE MODIFIED PROCTOR TEST
METHOD(MDD)IN ROADWAYS,ROADWAY SHOULDERS,ROADWAY PRISM AND DRIVEWAYS,AND 85 PERCENT MDD IN UNPAVED
AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD.
i6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED,INSTALLED AND POURED IN PLACE IN ACCORDANCE WITH CITY OF
RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS,FITTINGS
AND BASE OF HYDRANTS. MEGA-LUGS(OR SIMILAR PRODUCT)MAY BE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO
CONCRETE BLOCKING.
7. ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED,
DISINFECTED,AND TESTED. CLEANING,PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE
SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY,INSTALL AND REMOVE PLUGS,
CORPORATION STOPS,BLOW-OFF ASSEMBLIES,AND THRUST RESTRAINT/BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO
CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET-TAP VALVE TO AN EXISTING MAIN UNTIL
THE NEW PIPING HAS BEEN FOAM-PIGGED,DISINFECTED,FLUSHED,AND PASSED BOTH PRESSURE AND PURITY TESTING.
8. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING
I PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING
THE ENTIRE TEST PERIOD.UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST,THE LINE SHALL BE DISINFECTED,FLUSHED,
AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BYTHE PUBLIC WORKS INSPECTOR.
9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING
DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM.THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER
MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR
THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE,REMOVE ALL SURFACE MATERIALS,AND PROVIDE SHORING AND
ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE
CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL,CONCRETE BLOCKING,AND COMPLETE SURFACE RESTORATION.
STD. PLAN - 300.0
.LAN PUBLIC WORKS WATER PLAN GENERAL NOTES
$ DEPARTMENT
� p MARCH 2010
1
t .
TEMPORARY 2" GALVANIZED PIPE
AND 2" GATE VALVE
FINISHED GRADE ELEVATION
INSTALL 2 PLUG ON TOP BLIND FLANGE
AFTER REMOVAL OF POLYPIG
3 FT MIN. COVER (10—INCH DIAMETER AND UNDER)
.4 FT MIN. COVER (12—INCH DIAMETER AND OVER)
` a ea
NEW WATER MAIN POLYPIG f a
t <
t
i
t
1
t
VERTICAL CROSS FOR POLYPIGGING STATION:
SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE
VERTICAL CROSS (MJ X FL)
ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW—OFF ASSEMBLY
(REMOVE BLOW—OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY—PIG")
ONE BLIND FLANGE ON BOTTOM OF CROSS
ONE PLUG (MJ) ON END OF CROSS
CONCRETE BLOCKING
ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE
DISINFECTION OF NEW WATER MAIN
t
�OY STD. PLAN - 300.6
PUBLIC WORKS POLY PIG STATION FOR CLEANING OF
$ DEPARTMENT WATER MAINS
�'NTp MARCH 2010
FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR
COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER
SUPER CENTURION 200, AND WATEROUS PACER WITH 6° MECHANICAL
JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2"
HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER
CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR,
4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS
STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO
BE PAINTED WITH TWO COATS OF PAINT. KELLY—MOORE/PRESERVATIVE
PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR
APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS
DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO
BE USED IF REQUIRED.
MIN. 18" TO 20" BEHIND BACK OF
CURB OR 12" BEHIND BACK OF
3' SIDEWALK THAT IS ADJACENT TO
CURB
4.875" x 5" STORZ TWO—PIECE CAST IRON VALVE BOX WITH LUG
5'x 5'x6" THICK CONCRETE PAD AROUND TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO.
HYDRANT. FINISH TO MATCH SIDEWALK. STANDARD 8" TOP SECTION WITH REGULAR BASE
�o
EXPANSION JOINT AT SECTION LENGTH TO FIT. VALVE NUT EXTENSION
BACK OF SIDEWALK AS REQUIRED.
fCONCRETE SIDEWALK RAISED PAVEMENT MARKER TYPE 88—A
OR PLANTING STRIP STIMSONITE TWO—WAY BLUE REFLECTIVE
f /
•./, ,.n,�i`. \• 36" MIN,.
/ COVER CONCRETE BLOCKING
CONCRETE
THRUST BLOCK /
/ MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
2-3/4" COR—TEN STEEL TIE RODS.
16" x B" x 4" MININUM 1/2 YARD OF 1-1/4" WASHED DRAIN ROCK
CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MIL
BLOCK UNDER HYDRANT POLYETHYLENE FILM AROUND TOP AND SIDES OF
GRAVEL.
FIRE HYDRANT ASSEMBLY
LEVEL ALL GROUND
LEVEL ALL GROUND
MIN 3' RADIUS
MIN 3' RADIUS
1 x ONE MAN ROCK
06
1 6" CONCRETE PAD L 6" CONCRETE PAD
L
i
CUT Fl LL
HYDRANT LOCATION IN CUT OR FILL
Y STD. PLAN - 310.1
PUBLIC. WORKS FIRE HYDRANT ASSEMBLY
DEPARTMENT
MARCH 2010
�'NT�
MARKER MARKER MARKER
I e
t
I a
TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE
MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A
WHICH SIDE OF STREET MAIN TRAVELED STREET, THE
HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED
DOTS OR PAINTED LINE) ON THAT MAIN STREET
MARKER MARKER
e e e o
. .
FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET
MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR ON (4" FROM DOTS OR
PAINTED LANE DIVIDER) PAINTED LANE DIVIDER)
HYDRANT MARKERS
Am-EM
4<
iRAISED PAVMENT MARKER TYPE 88 AB
STIMSONITE TWO—WAY (BLUE)
Y
+ + PUBLIC WORKS HYDRANT MARKER LAYOUT STD. PLAN - 310.3
DEPARTMENT
��NZO� MARCH 2010
15"x27" PLASTIC METER BOX EQUAL TO CARSON INDUSTRIES
1527-18 WITH DUCTILE IRON DIAMOND PLATE COVER WITH MAX ciTr PRIVATE
VIEW READER DOOR AND 2" DRILLED HOLE FOR RADIO (RADIO
SUPPLIED BY CITY). SEE DETAIL A-A. PIPING PIPING
J I
_./ IN UNIMPROVED RIGHT OF ?
WAY INSTALL METER BOX AT
PROPERTY LINE WITH 12"
w' LONG COPPER TAILPIECE. w
9" MIN o I SIDEWALK 0 I
12" MAX
FINISHED GRAD
Z a[if WATER METER TO BE
> SUPPLIED BY THE J
o C)CITY I 12" Z Q
36" MIN COVER w <>
TYPE "K" SOFT -'o
COPPER TUBING `V to L)
22-1/2' !!!
NEW DUCTILE
IRON
WATERMAIN
IF SERVICE LINE TO HOUSE IS 1" GALVANIZED
TO BE INSTALLED IN THE FUTURE PLUG
INSTALL FORD C14-44 APT x
COMPRESSION COUPLING
LOOP DOWN TO CENTERLINE
OF WATER MAIN TO
PROVIDE SLACK IN COPPER COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR
SERVICE LINE TO METER. McDONALD BRASS: 21-415WC0044, OR MUELLER: 1-B-2470-2
BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON
INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET
CORPORATION STOP WITH BALL VALVE. FORD WITH FORD A24 METER ADAPTERS TO CHANGE 5/8"x3/4" METER
TAPERED THREAD (CC). QUICK JOINT QUICK 1" SPUD SIZE AND LENGTH. ALL FITTINGS SHALL BE WITH
QUICK JOINT.
(1" F81000-4-Q) OR AY MCDONALD 4701B
NOTE:
ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE
CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON
BOTH SIDES OF METER BOX.
A - A DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC
METER READ) RADIO
L _ 4-1/2" MIN. FROM NEAREST
- AND FRONT EDGE OF PIT LID
TYPICAL
RIB
NOTE:
THE CENTER OF THE HOLE MUST BE LOCATED SUCH THAT
THERE IS ADEQUATE CLEARANCE FROM UNDERNEATH RIBS
TO INSTALL AMR RADIO, CONTRACTOR SHALL VERIFY
BEFORE CITY WILL ACCEPT MATERIAL SUBMITTAL.
Y
°�n 1" WATER SERVICE
n + PUBLIC WORKS
a DEPARTMENT
MARCH 2013
Z
j
CITY PRIVATE
PIPING PIPING
1-1/2" AND 2" WATER SERVICE DETAIL z z
J J
> IN UNIMPROVED >
CAUTION: VALVE BOX SHOULD NOT REST ON 10 11 12 RIGHT—OF—WAY INSTALL METER
PIPE. LATER COMPACTION IN AREA OF VALVE BOX a BOX AT PROPERTY LINE WITH a
0 12" LONG COPPER TAILPIECE O
COULD CAUSE THE BREAKAGE OF THE SERVICE. o o:
a o_
9" MIN.
12" MAX.
Z X X
3 �� 9 �>
o o . LEAVE EXPOSED o
i.�j U 4 7 N M N U 1211
BY PASS NOT ALLOWED
o ° o FOR IRRIGATION METERS
In-
2 3 6 7 7 13
1
5 s CRUSHED ROCK
BASE TO SUPPORT
A— A VAULT.
DRILL 2" DIA. HOLE FOR
TOUCHREAD DEVICE QUICK—JOINT
COUPLING x MIPT CAST IRON OR DUCTILE IRON WATERMAIN
2-1/2" MIN. FROM NEAREST NOTE:
AND FRONT EDGE OF PIT LID THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS
THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF
TYPICAL RIB MORE THAN ONE RIB.
MATERIAL LIST FOR 2" SERVICE: METER LOCATED IN PLANTING STRIP MATERIAL LIST FOR 1-1/2" SERVICE: METER LOCATED IN PLANTING STRIP
BETWEEN CURB & SIDEWALK BETWEEN CURB & SIDEWALK
1. 2" topped tee, on new water main. 1. 2" tapped tee on new water main.
2. 4" long X 2" brass nipple with threaded ends (MIPT). 2. 4" long X 2" brass nipple with threaded ends (MIPT).
3. 2" resilient seat gate valve with threaded ends, square operating nut, 3. 2" resilient seat gate valve with threaded ends, square operating nut, and
and valve nut extension if required (see standard detail 330.1). valve nut extension if required (see standard detail 330.1).
4. Two piece cast iron valve box. Standard 8" top section with regular 4. Two piece cast iron valve box. Standard 8" top section with regular base
base section, length to fit, "lug" type cover. 2" brass bushing (MIPT x section, length to fit, "lug" type cover.
FIPT. 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT). 2 each 1-1/2" brass or
5. 2 each 2" brass or bronze nipples 6" length, threaded ends. 2 each bronze nipples 6" length, threaded ends. 2 each 1-1/2"-90' brass or
2"-90' brass or bronze elbows (FIPT x FIPT. bronze elbows (FIPT x FIPT).
6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. 6. 1-1/2 (MIPT) x compression fitting, Ford C84-66 or equal.
7. 2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to 7. 1-1/2" soft copper tubing type K or brass nipples (MIPT x MIPT), length
fit. to fit.
8. 2" threaded brass 90' ell. 8. 1-1/2" threaded brass 90' ell, for Ford L44-77 or equal.
9. 2" Customsetter with by—pass Ford: VBH 86-128-11-77 (x 17-3/16" 9. 1-1/2" Customsetter with by—pass Ford: VBH 86-12B-11-66 (x
), McDonald Brass: 3011715WIlFF775 or Mueller 11-1427-2", with flanged 13-3/16"), McDonald Brass: 306612WDFF665 or Mueller B-1427-1 1/2",
angle ball valve and padlock wings on inlet, and angle check valve with flanged angle ball valve and padlock wings on inlet, and angle check
outlet, ball valve on bypass with padlock wings. Customsetter shall valve outlet, ball valve on bypass with padlock wings. Customsetter shall
have vertical inlet and outlet. have vertical inlet and outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by 10. Rigid meter spreader to be supplied and installed in meter setter by
contractor. contractor.
11. Water meter shall be supplied and installed by City of Renton upon 11. Water meter shall be supplied and installed by City of Renton upon
payment of all related water meter fee and satisfactory pressure and payment of all related water meter fee and satisfactory pressure and
Purity tests. purity tests.
12. 17"x3O" Plastic meter box equal to Mid—States Plastics, Inc. BCF Series 12. 17"x30" Plastic meter box equal to Mid—States Plastics, Inc. BCF Series
MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31" MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31"
equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for
for touchread pit lid, and meter read lid. touchread pit lid.
13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford
or equal. The property owner is responsible for any necessary adaptation or C-14-66 or equal. The property owner is responsible for any necessary
extension of water service. adaptation or extension of water service.
NOTE:
ALL METER BOXES INSTALLED IN CONCRETE OR PAVED
DRIVEWAYS SHALL BE CAST—IRON EQUAL TO OLYMPIC
FOUNDARY.
EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH
SIDES OF METER BOX.
Y ° STD. PLAN — 320.2
t i
+ n ; PUBLIC WORKS 1 /2" AND 2" WATER SERVICE LOCATED
DEPARTMENT IN PLANTING STRIP
MARCH 2010
A A
PLAN VIEW
WATER
VALVE BOX LID WITH
EARS IN DIRECTION OF 2" SQUARE
WATER MAIN AND WORD OPERATING NUT
"WATER" CAST INTO IT
12" MIN.
18" MAX.
7 FF 4" CONCRETE COLLAR FOR
12' VALVES IN PAVED AREAS 4-1/4" DIA.
1/8" MIN. THICKNESS
SEE DETAIL-/ 2 PIECE CAST IRON VALVE
BOX, RICH-SEATTLE TYPE
OR OLYMPIC FOUNDRY 1" STEEL
LENGTH AS REQUIRED
1/8" MIN. THICKNESS
2-1/4" INSIDE MEASUREMENT
2-1/4" DEPTH
VALVE OPERATING NUT
SECTION A-A EXTENSION
3\
VALVE OPERATION NUT EXTENSION NOTE: 3��r
EXTENSIONS ARE REQUIRED WHEN VALVE NUT
IS MORE THAN THREE (3) FEET BELOW rN3"
FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN.
MINIMUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH
EXTENSION TO BE USED PER VALVE. WHITE POST
NOTE: ALL EXTENSIONS ARE TO BE MADE 62"
OF STEEL, SIZED AS NOTED, AND PAINTED =III IIII II
WITH TWO COATS OF METAL PAINT. IE
24"
VALVE MARKER NOTES:
VALVE MARKERS SHALL BE EQUAL
TO CARSONITE UTILITY MARKER
VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST
MAIN LINE VALVES OUTSIDE PAVED AREAS
PUBLIC WORKS VALVE BOX, MARKER & OPERATING STD. PLAN - 330.1
DEPARTMENT NUT EXTENSION
�'NTO MARCH 2010
1
SHACKLE RODS TYPE A BLOCKING
ITURNBUCKLES R FOR 111/4' & 221/2' VERTICAL BENDS
VB S d L
Q W z
fEfi� p w
l� o OZ w J m
m 1
Ov1 0 mW L � avvt O�V)
Z w w p = w w W
m W U d a Q� U m O W LO p U L.�U U
cn z o w v w W o p z p o z
cn O
W W W OC U5 Q m
> z p o w°
_. 4" 300 111/4 8 2 3/4 18
221/2 12 21/4 24
111/4 12 21/4
y� 6" 300 22t 2 27 3 3/4 24
00
111/4 16 2
3/4 24 8" 3 221/2 43 31/2
111/4 64 4 1 24\/ 12" 300 221/2 125 5 1 36 dd°
d < R INSIDE RADIUS OF SHACKLE ROD BEND
d af Q w
< o
(n
o SHACKLE RODS
° dd a (TYP) R
do d a
d
R-�a
° ° d
S _ 2 TURNBUCKLES
a
TYPE A THREAD 6"
0.19*s 4q
d
°
� d °
° / F-
d ° d d <
d
° d
o d
r 4 m
TYPE B BLOCKING ° d ? Tm
LY FOR 45' VERTICAL BENDS ° d
VB S d L n ° ° ° d /
Q W
° u ° wo Z w J 1n
W F-Y m U °W d
p1n mw �.-v Q -w Oww ° d d �
ZW w— JW O F' T �W W d ° d
Nz as o pm oW o0Z oUZ
d
d i-- O
> N
�. Z ° W ° d d
° a
1 4" 27 3
6" 300 45 64 4 3/4 20 d ° d 8 da
8" 125 5 ° ° °
Q d 1 30 °
S _I
f TYPE B
S
PUBLIC WORKS CONCRETE BLOCKING FOR VERTICAL STD. PLAN - 330.3
DEPARTMENT FITTINGS
MARCH 2010
5a
Where shown on the plans or in the specifications or required by
l the Engineer, joint restraint system (shackle rods) shall be used.
All joints restraint materials used shall be those manufactured by
Star National Products, 1323 Holly Avenue, PO Box 258,
Columbus, Ohio 43216 unless an equal alternate is approved in
writing by the Engineer.
Materials
Steel Tvoes:
High strength low—alloy steel (cor—ten),
ASTM A588 heat—treated:
1.Tiebolt:
ASTM A588, Grade B, Cor—Ten, equal to Superstar Tielbolt .Installation:
SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod Install the joint restraint system in accordance with the Manufacturer's
SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod instructions so all joints are mechanically locked together to prevent joint
SST 756 : 3/4" for 14" to 24" M.J. with eye for 3/4" rod separation.
SST 747 : 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod Tiebolts shall be installed to pull against the mechanical joint body and
SST 757 : 3/4" for 14" to 24" M.J. with eye for 7/8" and 1" rod
SST 778: 1" for 30" to 36" M.J. with eye for 1" rod not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts.
2.Tienut: Hex Nut Install tiecouplings with both rods threaded equal distance into
ASTM A588, Grade B, Cor—Ten, equal to Superstar Tienut tiecouplings. Arrange tierods symmetrically around the pipe.
SS8 for 5/8", 3/4 7/8", 1" Tiebolt and Tierod Where a Manufacturer's mechanical joint valve or fitting is supplied with
3.Tiecoupling with Tiestop Pin slots for "T" bolts instead of hales, a flanged valve with a flange by
�,. ASTM A588, Grade B, Cor—Ten, equal to Superstar Tiecoupling mechanical joint adaptor shall be used instead, so as to provide adequate
SS10 for 5/8", 3/4", 7/8", 1" Tierod space for locating tiebolt.
4.Tierod: Where a continuous run of pipe is required to be restrained, no run of
Continuous threaded rod for cutting to desired lengths restrained pipe shall be greater than 60 feet in length betwee fittings.
ASTM A588, Grade B, Cor—Ten, equal to Superstar Tierod Insert long body solid sleeves as required on longer runs to keep terod
SS12 for 5/8", 3/4", 7/8", 1" lengths to the 60 foot maximum.
5.Tiewasher Pipe used in continuously restrained runs shall be mechanical joint pipe
ASTM A588, Grade B, Cor—Ten, equal to Superstar Tiewasher and tiebolts shall be installed as rod guides at each joint.
SS17 for 5/8", 3/4", 7/8", 1" round flat washer
Pipe Test
Size Pressure Number and Size of Rods
Inches PSI 2 4 6 8 10 12 14 24
2 250 3/4"
3 250 3/4"
4 250 3/4"
6 250 3/4"
8 250 3/4"
10 250 3/4"
12 250 314"
14 250 3/4"
16 250 3/4"
18 250 3/4"
20 250 3/4"
24 250 3/4"
30 200 3/4"
36 200 1"
42 200 1"
48 200 1"
Ir r
2 5
3 4 1
Y
PUBLIC WORKS SHACKLE RODDS STD. PLAN - 330.5
DEPARTMENT AND TIE BOLTS
~A��� MARCH 2010
CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO
CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED
EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST
PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS.
CAST IRON CAP OR PLUG WITH
-I, F 2" IPS TAP SHALL BE A
ROCKWELL 482 END CAP
COUPLING.
WATER MAIN 2". GALVANIZED IRON PIPE
AS REQUIRED.
2" CLOSE NIPPLE
2" 90° ELBOW 2" GALVANIZED IRON PIPE, 12"
LONG.
PLAN
TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED
EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE B090)
8" TOP SECTION, WITH REGULAR
BASE SECTION LENGTH TO FIT. INSTALL 2" 90' ELBOW, SCREWED
2" PLUG, SCREWED
18"
2" GALVANIZED IRON PIPE 12" LONG 2" GALVANIZED IRON PIPE
AS REQUIRED.
2" RESILIENT GATE
VALVE, SCREWED INSTALL 2" 90' ELBOW,
- SCREWED
2" GALVANIZED IRON
PIPE AS REQUIRED.
ELEVATION
r-
CY
PUBLIC WORKS 2" BLOW-OFF STD. PLAN - 340.2
DEPARTMENT TEMPORARY ASSEMBLY
MARCH 2010
1
SEAL WITH AR 4000 OR
APPROVED EQUAL AND DRY
SAND AFTER PATCHING
�1
PATCHED AREA
A A
COVER
PLAN
N TS
OUTSIDE DIA.. 1'-0" 2" ASPHALT CLASS "B
OR AS APPROVED BY
THE ENGINEER.
4 CONCRETE
SECTION A-A
NOTES:
REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET.
ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS OR
CONCRETE BLOCKS PER STD. PLAN 400.1.
REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH
CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE
WITH 2" OF ASPHALT CLASS "B" OR AS APPROVED BY
THE ENGINEER.
Y
+~ PUBLIC WORKS TYPICAL UTILITY COVER STD. PLAN - 400.4
DEPARTMENT . ADJUSTMENT FOR
PAVEMENT OR OVERLAY DECEMBER 2010.