Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract r..
Award Date: Z . 2-009 CAG-08-066
Awarded to: 4")A-1 ', c-1 }C•�
RENTON
W.
Bidding Requirements, City of Renton �Y O�
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications �-
�'NTO
ow
w
+w
■r
Logan Avenue N. Bike Lane & Channelization Revision
Federal Funded Project: STPE-1070(006)
City of Renton
1055 South Grady Way •
Renton, WA 98057 ,•'��•,M /�
�r `'e wa8••''`y� '•
General Bid Information: (425)430-7200
City Contact: Robert Lochmiller, PE (425)430-7303 ;C)�_
Consultant Contact: Sam Richard (425)951-4860 ;
(WH Pacific) ,p';•gF10758�Q f•Q
GIST ES
err ••••yssIOMAI 1*'�•�
it EXPIRES: 4/24/
rr
w.
CITY OF RENTON
Y.
RENTON, WASHINGTON
*w CONTRACT DOCUMENTS
for the
Logan Avenue N. Bike Lane and Channelization Revision
Federal Funded Project: STPE-1070(006)
4w
Project No. CAG-08-066
a. May 2008
BIDDING REQUIREMENTS
tw CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
wo PLANS
A.
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
low
4w
CITY OF RENTON
or
.w
Table of Contents
I. CALL FOR BIDS
II.INTRODUCTION
air 1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF
RENTON
4. SCOPE OF WORK
III.PROJECT PROPOSAL
.r
1. BIDDER'S CHECKLIST
2. *PROPOSAL
low 3. *SCHEDULE OF PRICES
4. *ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. *BID BOND FORM
6. *CERTIFICATION FOR FEDERAL-AID CONTRACTS
vW 7. *CERTIFICATION OF EEO REPORT
8. *NON-COLLUSION AND DEPARTMENT AFFADAVIT
9. *ASSIGNMENT OF ANTITRUST CLAIMS
10. *MINIMUM WAGE AFFIDAVIT FORMS
IV. CONTRACT DOCUMENT FORMS
1. ❖BOND TO THE CITY OF RENTON
2. ❖CONTRACT AGREEMENT (FHWA)
3. ❖CITY OF RENTON INSURANCE INFORMATION FORM
4. ❖CITY OF RENTON STANDARD ENDORSEMENT FORM
5. ❖CERTIFICATE OF INSURANCE ["ACORD FORM"] (SAMPLE)
V. REQUIRED DOCUMENTS FOR FEDERAL-AID CONSTRUCTION CONTRACTS
I. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION
., (AND AMENDMENT)
VI. CONTRACT SPECIFICATIONS
I. AMENDMENTS TO THE STANDARD SPECIFICATIONS
2. SPECIAL PROVISIONS
go APPENDIX A—HOURLY MINIMUM WAGE RATES
APPENDIX B—STANDARD PLANS
APPENDIX C - EASEMENTS/PERMITS
to
* Submit with Bid
❖ Submit at Notice of Award
v
awr
S`SY O
'y
LOGAN AVENUE N. BIKE LANE & CHANNELIZATION REVISION
.� CAG-08-066
ADDENDUM NO. 1 TO THE BID PROPOSAL, CONTRACT
DOCUMENTS AND SPECIFICATIONS
Date of Issue: 22 May, 2008
wrr
Date of Bid Opening: May 27, 2008
ar.
NOTICE TO ALL PLANHOLDERS:
The Bid Documents for the above-named project are modified as described below. Bidders shall take this
Addendum into consideration when preparing and submitting their bids.
arw
Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt
of this Addendum in the form provided and attach it to the Proposal Form. Failure to do so will subject the
Bidder to disqualification of his bid.
aar
THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS:
APPENDIX A, HOURLY MINIMUM WAGE RATES:
Federal Wage Rates are replaced in its entirety by the attached documents:
ar 1. Federal Wage Rates, WA1 Mod 5, Effective May 9, 2008 (48 pages)
r
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT
THE CITY OF RENTON
�r
Robert M. Hanson, P.E.
Transportation Design Supervisor
arr
aYllr
aair
r
LOGAN AVENUE N.BIKE LANE&CHANNELIZATION REVISION ADDENDUM NO. 1
City of Renton May 22,2008
Page 1 of 1
air
I. CALL FORBIDS CITY OF RENTON
I
CALL FOR BIDS
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
"r CITY OF RENTON CAG-08-066
LOGAN AVENUE N. BIKE LANE AND CHANNELIZATION REVISION
FEDERAL AID NUMBER: STPE-1070(006)
,,. CALL FOR BIDS
Sealed bids will be received until 2:30 p.m. May 27, 2008, at the City Clerk's office, 7th floor and will be opened
and publicly read in conference room 511 on the 5"'floor, Renton City Hall, 1055 South Grady Way, Renton WA
,aar 98057.
The work to be performed within 40 working days from the date of commencement under this contract shall
include,but not be limited to:
` Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting
any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or
others), and performing all work as required by the contract in accordance with the contract documents,
all of which are made a part hereof.
Construct the Logan Avenue N. Bike Lane and Channelization Revision Project. This project consists
of constructing 9 ft wide asphalt shoulder for approximately 3,000 feet to provide a southbound bike
lane on Logan Avenue from N. 6`h Street to Garden Avenue N. Work includes, but not limited to:
roadway excavation, removal of unsuitable materials, grading,paving, sidewalk, curb and gutter, traffic
signal pole relocation, channelization, signing and other work necessary to complete the Work as
ate' specified and as shown in the Contract Documents.
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 Monday, May 5, 2008. Plans, specifications, addenda, and plan holders list for this
project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.coni. Click on
"bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are
of encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be
placed on the"Bidders List"). If a bidder has any questions regarding the project,please contact the Project
Manager, Robert Lochmiller,at 1055 South Grady Way, Renton, WA 98057 or(425)430-7303.
00 A certified check or bid bond in the amount of five percent(5%)of the total of each bid must accompany each bid.
The following is applicable to federal aid projects:
to The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252,42 U.S.0
2000d to 2000d-4 and title 49,Code of Federal Regulations,Department of Transportation, Subtitle
A, Office of the Secretary,Part 21,Nondiscrimination in federally assisted programs of the
Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will
Im affirmatively insure that in any contract entered into pursuant to this advertisement,disadvantaged
business enterprises as defined at 49 CFR Part 23 will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color,
Im national origin,or sex in consideration for an award.
The City's Fair Practices,Non-Discrimination,and Americans with Disability Act Policies shall apply.
nr
Bonnie I. Walton, City Clerk
agar Published: Daily Journal of Commerce May 2, 9, & 16, 2008
arr
agar
aar
II. INTRODUCTION CITY OF RENTON
w
'� II
INTRODUCTION
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
�11
as INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
M' Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents,whether made before or after letting the contract.
3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
' reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
w satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
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.
.r
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
.r 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
r work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
�r.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed attached herein
and as identified within Specification Section 1-07.18.
+rr
LOGAN AVENUE N.BIKE LANE AND CIIANNELIZATION REVISION
CITY OF RENTON
Wrr
FEBRUARY 2008
'w 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.
up 14 Before starting work under this contract, the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
go
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage."
Aw 16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
err 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.
Am Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
.wr depth of four feet, any contract therefore shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter
49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs
of trench safety systems shall not be considered as incidental to any other contract item and any
attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen, mechanics or subconsultants.
vrrr
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 contract.
The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on
this project.
w
19. Employment of Resident Employees
.r The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
the requirements of RCW 39.16.
20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
ar
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
NM Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
aw 21. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
ow 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
wo 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."
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, Measurement and
Payment(added herein) shall govern.
22. 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.
,r.
23 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
rw bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)?
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
r
LOGAN AVENUE N.BIKE LANE AND CIIANNELIZATION REVISION
CITY OF RENTON
awr FEBRUARY 2008
41W
CITY OF RENTON
MW
SUMMARY OFAMERIC INS WITH DMBIL1TlESACT POLICY
ADOPTED BY•RESOLUT70NNO. 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
Aw Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City
of Reston shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
+rr recruitment,selection,promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities is
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABUXMS ACT POLICY-The City of Renton Americans
ON 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.
rr 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,
rr
this 4th day of October 1993.
CITY7 RENTON RENTON CITY COUNCIL:
Mayor Council President
A.t�testt.-
City Clerk
.w
ow
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
+rr
FEBRUARY 2008
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3 2 2 9
r
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national
®, origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton
can reasonably accommodate the disability, of employees and applicants for employment and fair,
non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
Aw following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion, training,
40 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
4W performance, staffing requirements, governing civil service rules, and labor contract
agreements.
(2) COOPERATION WITH 14UMAN RIGHTS ORGANIZATIONS -The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate
equitable representation with the City work force and to assure equal employment
opportunity to all. It shall be the responsibility of elected officials, the Mayor, the
Affirmative Action Officer, department administrators, managers, supervisors,
Contract Compliance Officers and all employees to carry out the policies, guidelines
and corrective measures set forth in the Affirmative Action Plan and Equal
"" Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to
the Fair Practices and Non-discrimination policies set forth by the law and in the
City's Affirmative Action Plan and Equal Employment Program.
r 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.
w.
CONCURRED IN by the City Council of the City of RENTON, Washington,this 7 thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
N�ayor Council President
,Attest:
City Clerl
wr
rr
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
as
CITY OF RENTON
LOGAN AVENUE N. BIKE LANE AND RECHANNELIZATION REVISION
SCOPE OF WORK
W
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:
Construct the Logan Avenue N. Bike Lane and Channelization Revision Project. This project
consists of constructing 9ft wide asphalt shoulder for approximately 3,000 feet to provide a
southbound bike lane on Logan Avenue from N. 6th Street to Garden Avenue N.work includes,
but not be limited to: roadway excavation, removal of unsuitable materials, grading, paving,
�•+ sidewalk, curb and gutter, traffic signal pole relocation, channelization, signing and other work
necessary to complete the Work as specified and as shown in the Contract Documents.
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 40 working days will be allowed for the completion of this project.
+r
w.
+rr
r
LOGAN AVENUE N.BIKE LANE AND CIIANNELIZATION REVISION
CITY OF RENTON
wr FEBRUARY 2008
PIII. Project Proposal CITY OF RENTON
PROJECT: Logan Avenue N Bike Lane and CAG NO.: 08-066
Channelization Revision
COMPANY: Q \����( 1 1�1� 7�1�. ' BID AMOUNT: 33 S`S
ADDRESS: Y TEL. NO.:
LL
III
PROJECT PROPOSAL
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
tw
CITY OF RENTON
vs
Logan Avenue N.Bike Lane and Channelization Revision
Federal Aid Number: STPE-1070(006)
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
rr
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
.r this improvement, and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement,or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications and contract
and the following schedule of rates and prices:
(Note: Unit prices for all items,all extensions, and total
amount of bid should be shown. Show unit prices in
figures only)
Printed Name:
.r.
� O
Signature:
wr Address:
Names of Members of Partnership:
Wr
a.
OR
Name of President of Corporation
Name of Secretary of Corporation CAn -1V4
Corporation Organized under the laws of �► �C 7 ��`'/�
.r With Main Office in State of Washington at y �.
LOGAN AVENUE N.BIKE LANE AND CHANNELILATION REVISION
CITY OF RENTON
FEBRUARY 2008
+rr
irr
SCHEDULE OF PRICES
1111 UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN.
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(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.)
1WI ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT
NO. QUANTITY DOLLARS DOLLARS
11O 1 ROADWAY SURVEYING 1-05 a�,
LUMP SUM LUMP SUM (C7 p GU U
2 3 ADJUST UTILITY TO GRADE 1-07 AT
EACH 4 1 Sp
PER EACH
3 SPCC PLAN 1-07
ev
LUMP SUM LUMP SUM 00
4 MOBILIZATION 1-09 D o
ilk LUMP SUM LUMP SUM 1 /) Sv
5 PROJECT TEMPORARY TRAFFIC CONTROL 1-10 ! e
LUMP SUM LUMP SUM Z 5- U U d
)
6 416 REMOVING ASPHALT PAVEMENT 2-02 AT
o� o�
SD.YD.
aw PER SQ.YD.
7 365 REMOVING CEMENT CONC.PAVEMENT 2-02 AT
SO.YD. ar� �G y Z
1M PER SQ.YD.
6 30 REMOVING CEMENT CONC.SIDEWALK 2-02 AT
SQ.YD. 15 t+
11111 PER SQ.YD.
9 230 REMOVING ASPHALT MEDIAN ISLAND 2-02 AT
e o
SO.YD. ( , I U _
PER SQ.YD.
10 382 REMOVING CEMENT CONC.CURB 8 GUTTER 2-02 AT
LIN.FT. ' O
PER LIN.FT.
1111
AT
11 3,060 SAWCUT 2-02 L o
LIN.FT. O • ( S36-
`
PER LIN.FT.
1111
12 ROADWAY EXCAVATION INCL.HAUL 2-03
LUMP SUM LUMP SUM 2 Q ' OUQ ,
lllt 13 1,500 CRUSHED SURFACING BASE COURSE 4-04 AT
TON Z 7
PER TON
�llll
14 600 HMA CL.1!2 IN.PG 64-22 5-04 AT
TON
PER TON
llll 15 2,200 LONGITUDINAL JOINT SEAL 5-04 AT
LIN.FT.
PER LIN.FT. /
LOGAN AVE N.
BIKE LANE CHANNELIZATION REVISIONS
City of Renton Page 1 of 3 Proposal
ells
irr
ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT
NO. QUANTITY DOLLARS DOLLARS
16 1 MOVE EXISTING HYDRANT 7-14 AT
EACH 1, �O C) . �- ( I -z' C7 GJ o c
PER EACH
17 EROSION AND SEDIMENT CONTROL 8-01 on
LUMP SUM LUMP SUM '7
18 SWPPP 8-01
LUMP SUM LUMP SUM
ills
19 34 TOPSOIL TYPE A 8-02 AT
CU.YD, Sd I -700 ,
PER CU.YD.
20 16 CEMENT CONC.TRAFFIC CURB AND GUTTER 8-04 AT
.s s
LIN.FT.
PER LIN,FT.
21 2,557 CEMENT CONC,EXTRUDED CURB 8-04 AT
LIN.FT. -7
PER LIN.FT.
22 32 CEMENT CONC.PEDESTRIAN CURB 8-04 AT
o` o�
LIN.FT. -7 O
PER LIN.FT.
to
23 47.1 RAISED PAVEMENT MARKER TYPE 1 8-09 AT
HUNDRED
PER HUNDRED
INK 24 3.2 RAISED PAVEMENT MARKER TYPE 2 8.09 AT
�( v• av
HUNDRED 1(�(�, �' 2- 95 O ,
PER HUNDRED
WWII 25 30 CEMENT CONCRETE SIDEWALK 8-14 AT
SQ.YD.
PER SQ.YD.
11t 26 SIGNAL RELOCATION COMPLETE 8-20
LUMP SUM LUMP SUM
i
to 27 PERMANENT SIGNING 8-21
LUMP SUM LUMP SUM
28 34 REMOVING PLASTIC TRAFFIC MARKING 8-22 AT
EACH
2S--
PER EACH
29 1,000 REMOVING PAINT LINE 8-22 AT
�
LIN.FT. 4t1--
LIN. p Yvo
PER LIN.FT.
30 30 REMOVING RAISED PAVEMENT MARKER 8-22 AT
•,� v V
m HUNDRED 6 U ( 8 c>0
PER HUNDRED
31 10 PAINTED BICYCLE LANE SYMBOL B-22 AT
y EACH
PER EACH
111110
LOGAN AVE N.
BIKE LANE CHANNELIZATION REVISIONS
City of Renton Pape 2 of 3 Proposal
ow
rw
11 ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT
NO. QUANTITY I DOLLARS DOLLARS
32 24 PLASTIC TRAFFIC ARROW 8-22 AT o=
EACH GS• °T ri Go
PER EACH
33 5.000 SOLID WHITE LINE 4" 8-22 AT
r
LIN.FT.
V J vv
PER LIN.FT.
rs CONTRACT TOTAL:
III
rr
ru
irr
r
Irr
IW
ar
lir
IIrIr LOGAN AVE N.
BIKE LANE CHANNELIZATION REVISIONS
City of Renton Page 3 of 3 Proposal
III
err
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
sw
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
wr
NO. �_ DATE May 22,
NO. DATE
NO. DATE
+err
NO. DATE
as NO. DATE
SIGNED
.r TITLE
NAME OF COMPANY
ADDRESS
CITY/STATE/ZIP
TELEPHONE Z j7� CM- CT''-j2
m CITY OF RENTON STATE V') CON�RAC MO ��BUSINESS LICENSE#�L, Z��� LICENSE# E
LOGAN AVENUE N.BIKE LANE AND CI IANNELIZATION REVISION
err CITY OF RENTON
FEBRUARY 2008
ow
rrr
BID BOND FORM
ra Herewith find deposit in the form of a certified check, casbier's check, cash, or bid bond in the
amount of S 5% of Iota 1 B id which muount is not less than five percent of the total bid.
Signature
■rr
Know All Men by Tlte3v Presents:
That we, Rodarte Construction , Inc .. as Principal, and
crave Jere CaTua yand ur ftety, arc held and firmly bound unto the City of Renton,
C789 n, n o pert swan of 5% of r o t a l Bid Dollars, for the
payment of whiob the Principal and the Surety bind themselves,their beire,cKeetitars,admizistxatozs,
successors and aaaigns,Jointly and severally,by these presea m.
The condition of this obligadon is such that if the Obligee shall make any award to the Principal for
Logan Ave. N. Bike Laneaccording to the terms of the proposal or bid made by the
Principal therefor, and the Principal almll duly make and enter mW it contract with the Obligee in
accordance with the germ of said proposal or bid and award and 9brsll give bond for the fstit nU
ors performance thereof, with Surety or Sureties approved by the Obligee;or if the Prkwlp l shall, in
cast of hulure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified W
tkte can 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 xmoum of this band.
SIGNW,SEALED AND DATED THIS 27th DAY OP May , 2W B .
Principai
f /
r g
Kenneth J. Frick
Attorney-in-Fact
Received return of deposit in the stun of$
rr
LOGAN AVEMM N_BM LAW AND CHANNBLILATIOON SUN
wrr FBB WSLY 2008
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
I* ,11111111111111111I k POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
WA Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
as
Attorney-In Fact No. 218701 Certificate No. 002176287
f
I
1111 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York.that St. Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
ifs laws of the State of Maryland,that Fidelity and Guarani Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Y Y" Y P" Y rP Y t Y I
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,Kenneth J. Frick,and Alex B.Hodge
i
I
I
i
Yakima Washington their true and lawful Attorne (s)-in-Fact,
of the City of ,State of y I
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
i
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of
i
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
aw
11th
IN WITNI i fAEOF,the CompgbeBhave caused this instrument to be signed and their corporate seals to be hereto affixed,this
V, day of
Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
� Hsu 511QFI +'"F aE qww,; '!'N iN :•• i""'H S�", •ratio s+w y
p30v'P f�(1 N�tPORhTtD cl I!W`�p0.PORAJ�.'.:ci^= ^ J•fV1RiFOflD, i
SEAL:o:n; SE
: �oi
'-o; ALiaf
day �a �d T� 4`�OF NEW `'"0.��nuct afS.,.A�;�D� ol... .:aa� r a�a 'R•1'^ �� „/�A��
irr State of Connecticut By:
City of Hartford ss. Georg Thompson. enior ice President
11 th February 2008
On this the day of before me personally appeared George W.Thompson,who acknowledged himself
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,
Seaboard Surety 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, and that he, as such, being
s, 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.
p.TL
In Witness Whereof,I hereunto set my hand and official seal.
My Commission expires the 30th day of June,2011. � 'OtleU� * Marc C Terrcault.Notary Public
00 4* CO
58440-5-07 Printed in U.S.A.
to WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
till This Power of Attorney is_ranted 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., Seaboard Surety 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,which resolutions are now in Dull 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 orally 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
111'.0 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.
%W I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety 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 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 in full force and effect and has not been
rr revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this . �day of 20 Q s!
1
irr Kori M.Johans Assistant Secretary
C +°�Iy�, SUgETy 4 J
:� P 9'•. Jai !M° f/
V 5 h
� �977 iii
FMS, ' _ 1951 NO
CDNN. 1�CONtt. /£ ;n 1896 -�
,�� � SEALio; ;,a'•._SEAL'a
� A
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
r� above-named individuals and the details of the bond to which the power is attached.
W
`t
rill/
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
so
Certification for Federal-Aid Contracts
The prospective participant certifies by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
(1) No Federal appropriated funds have been paid or will we paid, by or on
behalf of the undersigned,to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
it paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant; loan, or cooperative agreement,the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form
to Report Lobbying,"in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is-a prerequisite for making or entering into this transaction imposed
by Section 1352,Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than$10,000 and not
more than$100,000 for each failure.
The prospective participant also agrees by submitting his or her bid or proposal
that he or she shall require that the language of this certification be included in
all lower tier subcontracts, which exceed $100,000 and that all such
subrecipients shall certify and disclose accordingly.
DOT Form 272.046 EF
AeWsed 8/98
Y�I
■n
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
rrr
CITY OF RENTON
FEBRUARY 2008
rr
rrr
CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY
REPORT
Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the
Equal Opportunity Clause and the filing of Required Reports.
The bidder , proposed subcontractor , hereby certifies that he has , has not ,
participated in a previous contract or subcontract subject to the equal opportunity clause, as required
... by Executive Orders 10925, 11114 or 11246, and that he has has not_, filed with the Joint
Reporting Committee the Director of the Office of Federal Contract Compliance, A Federal
Government contracting or administering agency, or the former President's Committee on Equal
JW Employment Opportunity, all reports due under the applicable filing requirements.
it
+rr (Company)
By:
Date: (Title)
Note: The above certification is required by the Equal Employment Opportunity Regulations of the
Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the equal
opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are
exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note that
41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor
submits a report covering the delinquent period or such other period specified by the Federal
Highways Administration or by the Director, Office of Federal Contract Compliance, U.S.
Department of Labor.
rrr
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
NON-COLLUSION AND DEBARMENT AFFIDAVIT
* STATE OF WASHINGTON )
** COUNTY OF V )
I, the undersigned, an au rized representative of *** j,,,Ai L 1'4y Vk l Y\ l L. being
first duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either
directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in
restraint of free competitive bidding in connection with the project for which this proposal is submitted.
�r
I further certify that, except as noted below, the firm, associated or corporation or any person in a
controlling capacity associated therewith or any position involving the administration of federal funds; is not
currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency;
has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the
past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil
judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any
matter involving fraud or official misconduct within the past 3 years.
I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have
agreed to the provisions of this affidavit.
Logan Avenue N. Bike Lane and Channelization Revision
Name of Project
V�� �1� V C`�l�l� 7s'r a
Name of Bidder's Firm
Signature of Authorize Rep esentative of Bidder
r.,
Date
�. I certify that I know or have satisfactory evidence that W `l
-1 is the person who a peared before
me, and said person acknowledged that ( she) signed this instrument and acknowledged it to be "Iher) free and
voluntary act for the uses and p tioned in the instrument.
N
Dated a� �' � y' �StOM�q/ji
OV
Notary Pub 'c and for tAe St e
PURE of Washington residing at
A Notary (print): � ��4 b
NK NOTE: I W �G My appointment expires: D I1
OF ASH
Exceptions will not noes in denial of award, but will be considered in determining bidder responsibility.
For any exception noted, indicate above to whom it applies, initiating agency, and dates of action. Providing false information
'r may result in criminal prosecution or administrative sanctions.
*A suspending or debarring official may grant an exception permitting a debarred,suspended,or excluded person to participate in a
particular transaction upon a written determination by such official stating the reason(s)for deviating form the Presidential policy
established by Executive order 12549..."(49 CFR Part 29 Section 29.215).
*If notarization of proposal takes place outside of Washington State, DELETE WASHINGTON,and enter appropriate
State.
** Fill in county where notarization of proposal takes place.
*** Fill in firm name.
rrr
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
to
rrr.
CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
STATE OF WASHINGTON )
SS
+ COUNTY OF KING )
Vendor and purchaser recognize that in actual economic practice overcharges resulting from
antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to
purchaser any and all claims for such overcharges as to goods and materials purchased in connection
with this order or contract, except as to overcharges resulting from antitrust violations commencing
after the date of the bid, quotation, or other event establishing the price under this order or contract.
In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign
any and all such claims to purchaser, subject to the aforementioned exception.
Logan Avenue N. Bike Lane and Channelization Revision
Name of Project
j P, JA C
.� Name of Bidder's Firm
Signature of Authorized Repr ent tive of Bidder
Z---I Z
Date
I certify that I know or have satisfactory evidence that-Ty is the person who
appeared before me, and said person acknowledged that h@/she) signed this instrument and
�` acknowledged it to be 9/her) free and voluntary act for the uses and purposes mentioned in the
instrument.
Dated
Notary Pu i in and for the ate
r` of Washington residing at
Notary (print): �� .e, a in, tli ,,
My appointment expires: ,-)
eta
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
AL MMMUM WAGE AFFIDAVIT FORM
STATE OF WASHINGTON )
SS
COUNTY OF KING )
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or
mechanic employed in the performance of such work; not less than the prevailing rate of wage or
not less than the minimum rate of wages as specified in the principal contract; that I have read the
above and foregoing statement and certificate, know the contents thereof and the substance as set
forth therein is true to my knowledge and belief.
Logan Avenue N. Bike Lane and Channelization Revision
Name of Project
1W
I�aOA/LTG �pN,T/LJ7.Ti()y JIV(�
Name of Bidder's Firm
Signature of Authorized Represent tiv of Bidder
Date
I certify that I know or have satisfactory evidence that — is the person who
appeared before me, a said person acknowledged that 03/she) signed this instrument and
acknowledged it to be 9i Yher) free and voluntary act for the uses and purposes mentioned in the
instrument.
Dated-,N w\
Notary Pub in and for the S14te
of Washington residing at R�
Notary (print): �l
My appointment expires: Vo
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
INFORMATION ONLY
IV
CONTRACT DOCUMENT FORMS
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
'�• BOND TO THE CITY OF RENTON
. #105091881
KNOW AILL NMN 13Y THESE PRESENTS:
That we,thexmdwsigwc1 Rodarte Construction, Inc.
Travelers Casualty and Surety ration Zed aril existing
as principal, and C pang of am e r i ca organized $
under the laws of the State of C r as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
c(gporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sutra of$_2 3 4 , 5 6 5. 0 0 for the payment of which sum om demand we bind oprselves 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.
Elated at- Auburn -WWhington,this_ � day of J-t*� 200 8 .
., Nevertheless,the conditions of the above obligation are such that
WHEREAS, under and pursuant to Public Works Constmetion Contract CAG-48-0f providing for
constmetion of T•o�an Avenue N.Bike Lame and Channelization Refido
0miect name)
the principal is required to furnish a bomsl for the fuithfal performance of the contract;and
'gVMREAS,the principal has accepbuL or is about to accept,the contract,and undertake to perform
the work theme provided form the manner and within the tune set firth;
.o NOW,THBREFOItE,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 oxfensioas of'time as may be granted
under said contract, and shall pay all laborers, mcc mics, subcontractor's and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and aW 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
40 principal,or any subcontractor in the pmfonnanee of said wont,and shall indemnify and hold the City
of Renton harmless froth my 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 renmmi in full
force and effect.
Travelers Casualty and Surety
Rodarte Construction , Inc. Company of America
Principal Suzy
n
Signature �'''- x SiP4tMe Kenneth J . Frick
Attorney-in-Fact
Title Title
IAQAN AVEMJEN.BnX LAM AM CHAI+IlVBt1 nON AEVMN
err cn,y of RENPDN
FMRUAkY ZOOS
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.rt Aim POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
�1
Attorney-In Fact No. 218701 Certificate No. 01102176325
+tir KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland,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
ar Donna S.Martinez,Kenneth J. Frick,and Alex B.Hodge
rr
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 of guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
11th
IN WITNFFS&YAWOF,the Comp2bohave caused this instrument to be signed and their corporate seals to be hereto affixed,this
day of
Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company, St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
F1ftE
(&�M�Z p�`O'ys°.�o1a9POc8qt+�2 r�'�D;� � 197a7 6 r1C1�95tW1 T ED s tq O 9*Z�/j;U�G< +'ao��„�s _ ��°z r m.'��_ �'��dC'••:.`O S r..a Ev�oA n,A L:>'ea s�;so�°'r:'•f '���1f W�,v�:J:+'.te.C.S.0r,_'0...P..ORA..:TrE;a.d:ti:_�.e at°^n:s°i: ¢4's b H1 ACROTFNOKR.nD„,car 9° D�M�i
SEAL
�O1
S�Y
Y118Y96-„
U�
<
a � � d 1 OFfrPN� �'�,i,'�,�no�a�• ,S.AN�i "'�
11111 •+..�•
rr State of Connecticut By:
City of Hartford ss. Georg Thompson, 11 ice President
11th February 2008
On this the day of ,before me personally appeared George W.Thompson,who acknowledged himself
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,
Seaboard Surety 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, 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.
p.Tlf A A,
� In Witness Whereof,I hereunto set my hand and official seal. � �W w"''
My Commission expires the 30th day of June,2011. �'OUBUG * Muric C.Tetreault.Notary Public
58440-5-07 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 bb
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety 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,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 ik
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
ilk
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,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety 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 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 in full force and effect and has not been
revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of V_ •tea 20
Kori M.Johann Assistant Secretary
II44__ go
GA$U.F SLViETY .+,F�0.E�Q4W �F'N �N 9 Jp NS�9•..t 9J tY A 8 4� FIY� �YY "'�
3G b" n �4 1977 INC K z' �i +. c.. f '�: aeORA �= a HAFRFORD, � a fi5aiF6gD,� ul � �
� 1982 o DDFDRATED 19.27 Yz ; m w;eo rp. � � a tee;
Z O<
m_
t
s
SE ALo i� SBAL,'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.
�Ir
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
i,
s
FHWA FEDERAL-AID CONTRACTS ONLY
+ THIS AGREEMENT, made and entered into this 170 day of , 200 Y . by and
between THE CITY OF RENTON, Washington, a municipal corforatfon of the State of
Washington, hereinafter referred to as "CITY" and hereinafter referred to as
,■, "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within _40 working days
from date of commencement hereof as required by the Contract, of which this agreement is
a component part) perform all the work and services required to be performed, and provide
and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete the
construction and installation work in a workmanlike manner, in connection with the City's
Project(identified as No. CAG-06-088) for improvement by construction and installation of:
Furnishing of materials, equipment, tools, labor, and other work or items incidental
thereto (excepting any materials, equipment, utilities, or service, if any specified herein
A"' to be furnished by Owner or others), and performing all Work as required by the
Contract in accordance with the Contract Documents, all of which are made a part
hereof.
As �
Construct the Logan Avenue N. Bike Lane and Channelization Revision Project. This
project consists of constructing 9ft wide asphalt shoulder for approximately 3,000 feet to
go provide a southbound bike lane on Logan Avenue from N. 6`h Street to Garden Avenue
N.work includes, but not be limited to: roadway excavation, removal of unsuitable
materials, grading, paving, sidewalk, curb and gutter, traffic signal pole relocation,
channelization, signing and other work necessary to complete the Work as specified and as
go shown in the Contract Documents.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
.0 strict conformity with the plans and specifications, including any and all addenda issued by the
City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other governmental
.� authority having jurisdiction thereover. It is further agreed and stipulated that all of said
labor, materials, appliances, machines, tools, equipment and services shall be furnished and
the construction installation performed and completed to the satisfaction and the approval of
the City's Public Works Director as being in such conformity with the plans, specifications
°" and all requirements of or arising under the Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
as 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.
do a) This Agreement
b) Instruction to Bidders
c) Project Proposal
"" d) Specifications
e) Maps and Plans
f) Bid
LOGAN AVENUE N.BIKE LANE AND CRANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
ar i
i
ir/
i
g) Advertisement for Bids
I
h) Special Provisions, if any
i) Addenda, if any and all modifications or changes issued pusuant to the
Contract Documents.
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence
I
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 j
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 violation or non-compliance of any provision of
the Contract shall cease and satisfactory arrangement for the correction thereof be made, this
Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every
,,. respect. In the event of any such termination, the City shall immediately serve written notice
thereof upon the surety and the Contractor and the surety shall have the right to take over and
perform the Contract, provided, however, that if the surety within fifteen (15) days after the
serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof within thirty(30)days from the date of serving such notice,the
City itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable, for the account and at the expense of
�+ the Contractor, and his surety shall be liable to the City for any excess cost or other damages
occasioned the City thereby. In such event,the City, if it so elects,may, without liability for so
doing, take possession of and utilize in completing said Contract such materials, machinery,
,r 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. 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
AK 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.
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
LOGAN AVENUE N.BIKE LANE AND CHANNEL17ATION REVISION
CITY OF RENTON
FEBRUARY 2008
rr
ar
i
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.
I
7) The Contractor shall commence performance of the Contract no later than 10 calendar days
V after Contract final execution, and shall complete the full performance of the Contract not later
than 40 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(in accordance with Standard
Specifications) liquidated damages (and not as a penalty) for each such day, which shall be
paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire
use of any installation provided for by this Contract shall relieve the Contractor of liability in j
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 j
to other work resulting therefrom which shall appear within the period of one (1) year from
the date of final acceptance only that work listed in Group(s) none of the Summary of
quantities in the Contract Plans, i.e. the "Federal Non-participating Items," unless a longer
period is specified. However, all manufacturer's warranties or guarantees on electrical and
mechanical equipment, consistent with those provided as customary trade practice, shall be
assigned to the City at the time of project acceptance. The Contractor shall further be required
to supply warranties or guarantees providing for satisfactory in-service operation of any
mechanical and electrical equipment and related components involved in Group(s) no of the
Summary of Quantities in the Contract Plans, i.e. "Federal Participating Items" for a period
�. not to exceed 6 months following project acceptance. 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, j
fault or breach at the sole cost and expense of Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
time.
j
N 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of
the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11.
'r The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of i
Washington. I
An 11) The total amount of this contract is the sum of 33 . C
um en
rt<CZ—G� VkN---q? Tvkk�—T -4 lll4 V--- r'CN�ti'6
Witten war �D
.r which includes any required Washington State Sales Tax. Payments will be made to Contractor
as specified in the"Special Provisions"of this Contract.
i
I
LOGAN AVENUE N.BIKE LANE AND CHANNEL17ATION REVISION
CITY OF RENTON
FEBRUARY 2008
i
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 RE N
1
President/Partner/Owner vkc�E Mayor Denis Law
ATTEST j
+r
Secretary 40 Bonnie I. Walton, City Clerk
dba
Firm Name
check one
0 Individual 0 Partnership 11'Corporation Incorporated in y c
i
i
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.
ar
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed
by d/b/a and name of the company.
.r
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
ar
do
UtizY City of Renton
Human Resources &Risk Management Department
Insurance Information Form
FOR: Logan Ave N Bike Lane
PROJECT NUMBER: car-08-066 STAFF CONTACT:
Certificate of Insurance indicates the covemges/limits specified in ® Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? E] Yes ❑ No
The Commercial General Liability policy form is an ISO 1993 El Yes ❑ No
Occurrence Form or Equivalent?
(If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No
General Aggregate provided on a"per project basis(CG2503)2* ® Yes ❑ No
Additional Insured wording provided?* ® Yes ❑ No
�r Coverage on a primary basis and non-contributing basis?* ® Yes ❑ No
Waiver of Subrogation Clause applies?* ® Yes ❑ No
.. Severability of Interest Clause(Cross Liability)applies? ® Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* ] Yes ❑ No
*To he shown on certificate of insurance*
AM BEST'S RATING FOR CARRIER
GL A Auto
A Umb A Professional
i
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
r not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
' Terril, Lewis & Wilke Ins. , Inc. Kenneth J. Fric
Agency/Broker Completed By(Type or Print Name)
P 0 Box 1789
Yakima, WA 98907
Address Completed By(Signature)
I
Kenneth J. Frick 1-253-267-0890
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OFINSURANCE
rr LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CrN OF RENTON
FEBRUARY 2008
flr
I
ar
�lr
ACORP CERTIFICATE OF LIABILITY INSURANCE 06/18/2008
DATE(MM(DD/YYYY)
PRODUCER (509)248-3515 FAX (509)248-3673 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
40 ve.Terri/, Lewis and Wilke Insurance-II NFERS NO RIGHTS UPON THE CERTIFICATE
P 0 Box 1789 RECEIVED HOLDER.DTH S O
CERTIFICATE DOES T AMEND,EXTEND OR 112 S 4th Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
,t nn
Yakima, WA 98907 AN 2 3 2008 4SURERS AFFORDING COVERAGE NAIC#
,W INSURED Rodarte Construction, Inc. 1 SURERA: Charter Oak Fire Insurance
P 0 Box 1875 Transportation Systems Div SURER B. Travelers Indemnity Company
Auburn, WA 98071-1871 INSURERc: Travelers Property Casualty Coo America
iil
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
ar MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDA TYPE OF INSURANCE POIJCY NUMBER LIMITS
POLICY EFFECTIVE POLICY EXPIRATION
GENERAL LIABILITY DTC0526D8571COF08 06/20/2008 06/20/2009 EACHOCCURRENCE $ 1,000,00
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED
$ 300 00
CLAIMS MADE a OCCUR MED FRCP(Any one person) $ S'0061
A PERSONAL&ADV INJURY $ 1,OOO,OOO
GENERAL AGGREGATE E 2,OOO,OO
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2 O00 OO
POLICY rXj JPRO-- LOC
AUTOMOBILE LIABILITY DT810526D8571IND08 06/20/2008 06/20/2009 COMBINED SINGLE LIMIT
X ANY AUTO (Ea accident) $ 1,000,000
ALL OWNED AUTOS
SCHEDULED AUTOS BODILY INJURY $
B (Per person)
90 X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
AW GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
AW EXCESSIUMBRELLALIABILITY DTSMCUP526D8571TIL08 06/20/2008 06/20/2009 EACH OCCURRENCE $ 4$000,000
C
_T1 OCCUR FI CLAIMS MADE
AGGREGATE $ 4,000,000
$
DEDUCTIBLE $
40 RETENTION $
$
WORKERS COMPENSATION AND DTC0526D8571COF08 06/20/2008 06/2O/2009 wCsTATU- X OTH-
EMPLOYERS•LIABILITY STOP-GAP ARV 1
A ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,0-00
OFFICER/MEMBER EXCLUDED? _
Aw If yes describe under E.L.DISEASE-EA EMPLOYE $ 1,000,000
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT Ls. 2,000,000
OTHER
allr
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
roject - Logan Avenue N. Bike Lane and Channelization Revision CAG-08-066
ity of Renton, and its officers, officials, agents, employees and volunteers are named as an
.rl additional insureds per form CGD0246 0805 & CA0299 Blanket primary non-contributory
additional insured and waiver of subrogation applies per policy form CGD316 0704 & CAT353 0104
ttached *10 day written cancellation notice for non-payment of premium
a
RTIFICATE HOLDER
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL
City of Renton 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
ari Planning/Building/Public Works BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
1055 South Grady Way OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES.
Renton, WA 98055 AUTHORI2EDREPRESEN7ATNE
Kenneth Frick ONNA
ACORD 25(2001/08) ©ACORD CORPORATION 1988
40
.r
COMMERCIAL GENERAL LIABILITY
rr
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS XTEND ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
GENERAL DESCRIPTION OF COVERAGE— Provisions A.-H. and J.-N. of this endorsement broaden coverage,
and provision I. of this endorsement may limit coverage. The following listing is a general coverage description
only. Limitations and exclusions may apply to these coverages. Read all the PROVISIONS of this endorsement
carefully to determine rights, duties, and what is and is not covered.
A. Broadened Named Insured H. Additional Insured—State or Political Subdivisions
B. Extension of Coverage—Damage To Premises I. Other Insurance Condition
Rented To You J. Increased Supplementary Payments
• Perils of fire, explosion, lightning, smoke, water • Cost of bail bonds increased to$2,500
• Limit increased to$300,000 • Loss of earnings increased to $500 per day
Am C. Blanket Waiver of Subrogation
K. Knowledge and Notice of Occurrence or Offense
D. Blanket Additional Insured—Managers or Lessors L. Unintentional Omission
in of Premises
M. Personal Injury—Assumed by Contract
E. Incidental Medical Malpractice
N. Blanket Additional Insured—Lessor of Leased
F. Extension of Coverage—Bodily Injury Equipment
G. Contractual Liability—Railroads
PROVISIONS 3. This Provision A. does not apply to any per-
A. BROADENED NAMED INSURED son or organization for which coverage is ex-
.r
1. The Named Insured in Item 1. of the Declara-
cluded by endorsement.
tions is as follows: B. EXTENSION OF COVERAGE — DAMAGE TO
PREMISES RENTED TO YOU
The person or organization named in Item 1.
of the Declarations and any organization, 1. The last paragraph of COVERAGE A. BOD-
other than a partnership, joint venture or lim- ILY INJURY AND PROPERTY DAMAGE LI-
ited liability company, of which you maintain ABILITY (Section I — Coverages) is deleted
arr ownership or in which you maintain the major-
ity interest on the effective date of the policy. Exclusions c. through n. do not apply to dam-
However, coverage for any such additional age to premises while rented to you, or tem-
organization will cease as of the date, if any, porarily occupied by you with permission of
during the policy period, that you no longer the owner, caused by:
maintain ownership of, or the majority interest a. Fire;
in, such organization.
b. Explosion;
2. WHO IS AN INSURED (Section II) Item 4.a.
is deleted and replaced by the following: c. Lightning;
a. Coverage under this provision is afforded d. Smoke resulting from such fire, explosion,
only until the 180th day after you acquire or lightning; or
or form the organization or the end of the e. Water.
policy period, whichever is earlier. A separate limit of insurance applies to this
coverage as described in Section III Limits Of
air
Insurance.
CG D3 16 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 6
err
COMMERCIAL GENERAL LIABILITY
`r
2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage
premises while rented to you, or temporarily for Damage To Premises Rented To You of
occupied by you with permission of the COVERAGE A. BODILY INJURY AND
owner, caused by: PROPERTY DAMAGE LIABILITY (Section I—
a. Rupture, bursting, or operation of pres- Coverages) is excluded by endorsement.
sure relief devices; C. BLANKET WAIVER OF SUBROGATION rr
b. Rupture or bursting due to expansion or We waive any right of recovery we may have
swelling of the contents of any building or against any person or organization because of
structure, caused by or resulting from wa- payments we make for injury or damage arising
ter; out of: premises owned or occupied by or rented
C. Explosion of steam boilers, steam pipes, or loaned to you; ongoing operations performed
steam engines, or steam turbines. by you or on your behalf, done under a contract
with that person or organization; "your work"; or
3. Paragraph 6. of LIMITS OF INSURANCE "your products". We waive this right where you
(Section III) is deleted and replaced by the have agreed to do so as part of a written contract,
following: executed by you before the "bodily injury" or
�r
Subject to 5. above, the Damage To Prem- "property damage" occurs or the "personal injury"
ises Rented To You Limit is the most we will or"advertising injury"offense is committed.
pay under COVERAGE A. for the sum of all D. BLANKET ADDITIONAL INSURED — MANAG-
damages because of "property damage" to ERS OR LESSORS OF PREMISES
any one premises while rented to you, or
t WHO IS AN INSURED (Section II) is amended to
temporarily occupied by you with permission
of the owner, caused by: fire; explosion; light- include as an insured any person or organization
Wing; smoke resulting from such fire, explo- (referred to below as "additional insured") with r�
sion, or lightning; or water. The Damage To whom you have agreed in a written contract, exe-
Premises Rented To You Limit will apply to all cuted before the "bodily injury" or "property dam-
"property damage" proximately caused by the age" occurs or the "personal injury" or "advertis-
same "occurrence", whether such damage ing injury" offense is committed, to name as an
results from: fire; explosion; lightning; smoke additional insured, but only with respect to liability
resulting from such fire, explosion, or light- arising out of the ownership, maintenance or use
ning; or water; or any combination of any of of that part of any premises leased to you, subject
these causes. to the following provisions:
The Damage To Premises Rented To You 1. Limits of Insurance. The limits of insurance
Limit will be the higher of: afforded to the additional insured shall be the
limits which you agreed to provide in the writ-
a. $300,000; or ten contract, or the limits shown on the Decla-
b. The amount shown on the Declarations rations,whichever are less.
for Damage To Premises Rented To You 2. The insurance afforded to the additional in-
Limit. sured does not apply to:
4. Paragraph a. of the definition of"insured con- a. Any "bodily injury" or "property damage"
tract" (DEFINITIONS — Section V) is deleted that occurs, or"personal injury" or"adver- ft
and replaced by the following: tising injury" caused by an offense which
a. A contract for a lease of premises. How- is committed, after you cease to be a ten-
ever, that portion of the contract for a ant in that premises;
lease of premises that indemnifies any b. Any premises for which coverage is ex-
person or organization for damage to cluded by endorsement; or
premises while rented to you, or tempo-
mission of c. Structural alterations, new construction or
rarily occupied by you with per
t ; demolition operations performed by or on
he owner, caused by: fire; explosion
lightning; smoke resulting from such fire, behalf of such additional insured.
explosion, or lightning; or water, is not an 3. The insurance afforded to the additional in-
"insured contract"; sured is excess over any valid and collectible
Page 2 of 6 Copyright,The Travelers Indemnity Company, 2004 CG D3 16 07 04
rr
wr
COMMERCIAL GENERAL LIABILITY
err
"other insurance" available to such additional together with all related acts or omissions in
insured, unless you have agreed in the writ- the furnishing of the services described in
ten contract that this insurance must be pri- paragraph 1. above to any one person will be
mary to, or non-contributory with, such "other deemed one "occurrence".
insurance". 5. This Provision E. does not a PPY �I if you are in
E. INCIDENTAL MEDICAL MALPRACTICE the business or occupation of providing any of
1. The following is added to paragraph 1. Insur- the services described in paragraph 1. above.
ing Agreement of COVERAGE A. — BODILY 6. The insurance provided by this Provision E.
INJURY AND PROPERTY DAMAGE LIABIL- shall be excess over any valid and collectible
ITY (Section I—Coverages): "other insurance" available to the insured,
"Bodily injury" arising out of the rendering of, whether primary, excess, contingent or on
or failure to render, the following will be any other basis, except for insurance that you
deemed to be caused by an "occurrence": bought specifically to apply in excess of the
Limits of Insurance shown on the Declara-
a. Medical, surgical, dental, laboratory, x-ray tions of this Coverage Part.
or nursing service, advice or instruction,
IN-
or the related furnishing of food or bever- F. EXTENSION OF COVERAGE — BODILY IN-
ages; JURY
b. The furnishing or dispensing of drugs or The definition of "bodily injury" (DEFINITIONS —
ar medical, dental, or surgical supplies or Section V) is deleted and replaced by the follow-
appliances; ing:
c. First aid; or "Bodily injury" means bodily injury, mental an-
guish, mental injury, shock, fright, disability, hu-
miliation, sickness or disease sustained by a per-
this Provision E., "Good Samaritan ser- son, including death resulting from any of these at
vices" are those medical services ren- any time.
dered or provided in an emergency and G. CONTRACTUAL LIABILITY—RAILROADS
for which no remuneration is demanded
or received. 1. Paragraph c. of the definition of"insured con-
2. Paragraph 2.a.(1)(d) of WHO IS AN IN- tract" (DEFINITIONS — Section V) is deleted
SURED (Section II) does not apply to any and replaced by the following:
registered nurse, licensed practical nurse, c. Any easement or license agreement;
emergency medical technician or paramedic 2. Paragraph f.(1) of the definition of "insured
employed by you, but only while performing contract" (DEFINITIONS — Section V) is de-
the services described in paragraph 1. above leted.
and while acting within the scope of their em-
ployment by you. Any "employees" rendering H. ADDITIONAL INSURED — STATE OR POLITI-
"Good Samaritan services" will be deemed to CAL SUBDIVISIONS—PERMITS
be acting within the scope of their employ- WHO IS AN INSURED (Section 11) is amended to
ment by you. include as an insured any state or political subdi-
3. The following exclusion is added to paragraph vision, subject to the following provisions:
2. Exclusions of COVERAGE A. — BODILY 1. This insurance applies only when required to
INJURY AND PROPERTY DAMAGE LIABIL- be provided by you by an ordinance, law or
ITY(Section I—Coverages): building code and only with respect to opera-
'r (This insurance does not apply to:) "Bodily in- tions performed by you or on your behalf for
jury" or "property damage" arising out of the which the state or political subdivision has is-
willful violation of a penal statute or ordinance sued a permit.
relating to the sale of pharmaceuticals com- 2. This insurance does not apply to:
mitted by or with the knowledge or consent of a. "Bodily injury," "property damage," "per-
the insured. sonal injury" or"advertising injury" arising
.r
4. For the purposes of determining the applica- out of operations performed for the state
ble limits of insurance, any act or omission or political subdivision; or
"0 CG D3 16 07 04 Copyright,The Travelers Indemnity Company, 2004 Page 3 of 6
rr
r�
COMMERCIAL GENERAL LIABILITY
b. "Bodily injury" or "property damage" in- insured under any other policy,
cluded in the "products-completed opera- including any umbrella or excess
tions hazard". policy.
I. OTHER INSURANCE CONDITION When this insurance is excess, we
will have no duty under Coverages A
A. COMMERCIAL GENERAL LIABILITY CON- or B to defend the insured against
DITIONS (Section IV), paragraph 4. (Other
any 'suit' if any provider of other in-
Insurance) is deleted and replaced by the fol- surance" has a duty to defend the in-
lowing: sured against that "suit". If no pro-
4. Other Insurance vider of "other insurance" defends, rYr
we will undertake to do so, but we will
If valid and collectible "other insurance" is be entitled to the insured's rights
available to the insured for a loss we against all those providers of "other
cover under Coverages A or B of this insurance".
Coverage Part, our obligations are limited
When this insurance is excess over
as follows:
"other insurance', we will pay only
a. Primary Insurance our share of the amount of the loss, if ft
This insurance is primary except any, that exceeds the sum of:
when b. below applies. If this insur- (1) The total amount that all such
ance is primary, our obligations are "other insurance" would pay for
not affected unless any of the "other the loss in the absence of this in- `
insurance" is also primary. Then, we surance; and
will share with all that "other insur- (2) The total of all deductible and
ance" by the method described in c.
below. self-insured amounts under that as
"other insurance".
b. Excess Insurance
We will share the remaining loss, if
This insurance is excess over any of any, with any"other insurance"that is
the "other insurance", whether pri- not described in this Excess Insur-
mary, excess, contingent or on any ance provision.
other basis: c. Method Of Sharing
(1) That is Fire, Extended Coverage,
Builder's Risk, Installation Risk, If all of the "other insurance" permits
or similar coverage for "your contribution by equal shares, we will
work'; follow this method also. Under this
approach each provider of insurance
(2) That is Fire insurance for prem- contributes equal amounts until it has
ises rented to you or temporarily paid its applicable limit of insurance
occupied by you with permission or none of the loss remains, which-
of the owner; ever comes first. rr
(3) That is insurance purchased by If any of the "other insurance" does
you to cover your liability as a not permit contribution by equal
tenant for "property damage" to shares, we will contribute by limits. ft
premises rented to you or tempo- Under this method, the share of each
rarily occupied by you with per- provider of insurance is based on the
mission of the owner; or ratio of its applicable limit of insur-
(4) If the loss arises out of the main- ance to the total applicable limits of ah
tenance or use of aircraft, insurance of all providers of insur-
"autos", or watercraft to the ex- ance.
tent not subject to Exclusion g. of B. The following definition is added to DEFINITIONS
Section I — Coverage A — Bodily
(Section V):
Injury And Property Damage Li-
"Other insurance":
ability; or
(5) That is available to the insured a. Means insurance, or the funding of losses, rr
when the insured is an additional that is provided by,through or on behalf of:
Page 4 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04
ar
COMMERCIAL GENERAL LIABILITY
(1) Another insurance company; 2. Notice of an "occurrence" or of an offense
(2) Us or any of our affiliated insurance com- which may result in a claim will be deemed to
panies, except when the Non cumulation
be given as soon as practicable to us if it is
of Each Occurrence Limit section of given in good faith as soon as practicable to
Paragraph 5 of LIMITS OF INSURANCE your workers' compensation insurer. This ap-
rr (Section 111)or the Non cumulation of Per- plies only if you subsequently give notice of
sonal and Advertising Injury limit sections the "occurrence" or offense to us as soon as
of Paragraph 4 of LIMITS OF INSUR- practicable after you, one of your "executive
ANCE (Section III) applies; officers" (if you are a corporation), one of your
air partners who is an individual (if you are a
(3) Any risk retention group; partnership), one of your managers (if you are
(4) Any self-insurance method or program, a limited liability company), or an "employee"
other than any funded by you and over (such as an insurance, loss control or risk
°r0 which this Coverage Part applies; or manager or administrator) designated by you
(5) Any similar risk transfer or risk manage- to give such notice discovers that the "occur-
ment method. rence" or offense may involve this policy.
b. Does not include umbrella insurance, or ex-
3. This Provision K. does not apply as respects
cess insurance, that you bought specifically to the specific number of days within which you
apply in excess of the Limits of Insurance are required to notify us in writing of the
.r shown on the Declarations of this Coverage abrupt commencement of a discharge, re-
Part. lease or escape of "pollutants" that causes
J. INCREASED SUPPLEMENTARY PAYMENTS "bodily injury" or "property damage" which
may otherwise be covered under this policy.
Paragraphs 1.b. and 1.d. of SUPPLEMENTARY L. UNINTENTIONAL OMISSION
PAYMENTS —COVERAGES A AND B (Section
—Coverages)are amended as follows: The following is added to COMMERCIAL GEN-
ERAL LIABILITY CONDITIONS (Section IV),
„ 1. In paragraph 1.b., the amount we will pay for paragraph 6. (Representations):
the cost of bail bonds is increased to $2500.
The unintentional omission of, or unintentional
2. In paragraph 1.d., the amount we will pay for error in, any information provided by you which
loss of earnings is increased to $500 a day. we relied upon in issuing this policy shall not
K. KNOWLEDGE AND NOTICE OF OCCUR- prejudice your rights under this insurance. How-
RENCE OR OFFENSE ever, this Provision L. does not affect our right to
1. The following is added to COMMERCIAL collect additional premium or to exercise our right
GENERAL LIABILITY CONDITIONS (Section
of cancellation or nonrenewal in accordance with
IV), paragraph 2. (Duties In The Event of Oc- applicable state insurance laws, codes or regula-
currence, Offense, Claim or Suit): tions.
Notice of an "occurrence" or of an offense M. PERSONAL INJURY — ASSUMED BY CON-
which may result in a claim must be given as TRACT
soon as practicable after knowledge of the 1. The following is added to Exclusion e. (1) of
"occurrence" or offense has been reported to Paragraph 2., Exclusions of Coverage B.
you, one of your "executive officers" (if you Personal Injury, Advertising Injury, and
are a corporation), one of your partners who Web Site Injury Liability of the Web XTEND
is an individual (if you are a partnership), one Liability endorsement:
of your managers (if you are a limited liability
Solely for the purposes of liability assumed in
company), or an "employee" (such as an in- an "insured contract", reasonable attorney
surance, loss control or risk manager or ad- fees and necessary litigation expenses in-
ministrator) designated by you to give such curred by or for a party other than an insured
notice. are deemed to be damages because of "per-
Knowledge by any other "employee" of an sonal injury" provided:
"occurrence" or offense does not imply that (a) Liability to such party for, or for the cost
As you also have such knowledge. of, that party's defense has also been as-
AN CG D3 16 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 5 of 6
AN
1Ir
COMMERCIAL GENERAL LIABILITY
sumed in the same "insured contract"; N. BLANKET ADDITIONAL INSURED — LESSOR
and OF LEASED EQUIPMENT
(b) Such attorney fees and litigation ex- WHO IS AN INSURED (Section II) is amended to
penses are for defense of that party include as an insured any person or organization
against a civil or alternative dispute reso- (referred to below as "additional insured") with
lution proceeding in which damages to whom you have agreed in a written contract, exe-
which this insurance applies are alleged. cuted before the "bodily injury" or "property dam-
2. Paragraph 2.d. of SUPPLEMENTARY PAY- age" occurs or the "personal injury" or "advertis-
MENTS — COVERAGES A AND B (Section I ing injury" offense is committed, to name as an Ae
— Coverages) is deleted and replaced by the additional insured, but only with respect to their li-
following: ability for "bodily injury", "property damage", "per-
sonal injury" or "advertising injury" caused, in
d. The allegations in the "suit" and the in- whole or in part, by your acts or omissions in the
formation we know about the "occur- maintenance, operation or use of equipment
rence" or offense are such that no conflict leased to you by such additional insured, subject
appears to exist between the interests of to the following provisions:
the insured and the interests of the in-
demnitee; 1. Limits of Insurance. The limits of insurance
afforded to the additional insured shall be the
3. The third sentence of Paragraph 2 of SUP- limits which you agreed to provide in the writ-
PLEMENTARY PAYMENTS — COVERAGES ten contract, or the limits shown on the Decla- w.
A AND B (Section I — Coverages) is deleted rations,whichever are less.
and replaced by the following:
2. The insurance afforded to the additional in-
Notwithstanding the provisions of Paragraph sured does not apply to any "bodily injury" or
2.b.(2) of Section I — Coverage A— Bodily In- "property damage" that occurs, or "personal
jury And Property Damage Liability, or the injury" or"advertising injury" caused by an of-
provisions of Paragraph 2.e.(1) of Section I — fense which is committed, after the equipment
Coverage B — Personal Injury, Advertising In- lease expires. r"
jury And Web Site Injury Liability, such pay-
ments will not be deemed to be damages for 3. The insurance afforded to the additional in-
"bodily injury" and 'property damage", or
sured is excess over any valid and collectible
damages for "personal injury", and will not re- "other insurance" available to such additional
duce the limits of insurance. insured, unless you have agreed in the writ-
ten contract that this insurance must be pri-
4. This provision M. does not apply if coverage mary to, or non-contributory with, such "other
for "personal injury" liability is excluded by insurance".
endorsement.
rr�
rs
Page 6 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 "�
r
COMMERCIAL GENERAL LIABILITY
rr
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
BLANKET ADDITIONAL INSURED
(CONTRACTORS)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. WHO IS AN INSURED — (Section II) is amended c) The insurance provided to the additional in-
to include any person or organization that you sured does not apply to "bodily injury" or
agree in a "written contract requiring insurance" "property damage" caused by "your work"
to include as an additional insured on this Cover- and included in the "products-completed op-
age Part, but: erations hazard" unless the "written contract
d„i a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you
"property damage" or"personal injury"; and to provide such coverage for that additional
insured, and then the insurance provided to
b) If, and only to the extent that, the injury or the additional insured applies only to such
40 damage is caused by acts or omissions of "bodily injury" or "property damage" that oc-
you or your subcontractor in the performance curs before the end of the period of time for
of "your work" to which the "written contract which the "written contract requiring insur-
requiring insurance" applies. The person or ance" requires you to provide such coverage
�r organization does not qualify as an additional or the end of the policy period, whichever is
insured with respect to the independent acts earlier.
or omissions of such person or organization.
3. The insurance provided to the additional insured
2. The insurance provided to the additional insured by this endorsement is excess over any valid and
by this endorsement is limited as follows: collectible "other insurance", whether primary,
a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is
this Coverage Part shown in the Declarations available to the additional insured for a loss we
Am exceed the limits of liability required by the cover under this endorsement. However, if the
"written contract requiring insurance", the in- "written contract requiring insurance" specifically
surance provided to the additional insured requires that this insurance apply on a primary
shall be limited to the limits of liability re- basis or a primary and non-contributory basis,
'~ quired by that "written contract requiring in- this insurance is primary to "other insurance"
surance". This endorsement shall not in- available to the additional insured which covers
crease the limits of insurance described in that person or organization as a named insured
Section III—Limits Of Insurance. for such loss, and we will not share with that
b) The insurance provided to the additional in- "other insurance". But the insurance provided to
sured does not apply to "bodily injury", "prop- the additional insured by this endorsement still is
pp y y ry "p p- excess over any valid and collectible "other in-
�r erty damage" or "personal injury" arising out surance", whether primary, excess, contingent or
of the rendering of, or failure to render, any on any other basis, that is available to the addi-
professional architectural, engineering or sur- tional insured when that person or organization is
veying services, including: an additional insured under such "other insur-
dr i. The preparing, approving, or failing to ance".
prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the
ings, opinions, reports, surveys, field or- additional insured by this endorsement:
ders or change orders, or the preparing,
approving, or failing to prepare or ap- a) The additional insured must give us written
prove, drawings and specifications; and notice as soon as practicable of an "occur-
ii. Supervisory, ins inspection, architectural or "occur-
rence" or an offense which may result in a
p claim. To the extent possible, such notice
engineering activities. should include:
rr
CG D2 46 08 05 ©2005 The St. Paul Travelers Companies, Inc. Page 1 of 2
,.r
COMMERCIAL GENERAL LIABILITY
rr►
i. How, when and where the "occurrence" any provider of"other insurance"which would
or offense took place; cover the additional insured for a loss we
cover under this endorsement. However, this
ii. The names and addresses of any injured condition does not affect whether the insur-
ance provided to the additional insured by
iii. The nature and location of any injury or this endorsement is primary to "other insur-
damage arising out of the "occurrence" or ance" available to the additional insured
offense. which covers that person or organization as a
b) If a claim is made or "suit" is brought against named insured as described in paragraph 3.
the additional insured, the additional insured above.
must: 5. The following definition is added to SECTION V.
i. Immediately record the specifics of the —DEFINITIONS:
claim or"suit" and the date received; and "Written contract requiring insurance" means +s
ii. Notify us as soon as practicable. that part of any written contract or agreement
under which you are required to include a
The additional insured must see to it that we person or organization as an additional in-
receive written notice of the claim or"suit" as sured on this Coverage Part, provided that
soon as practicable. the "bodily injury" and "property damage" oc-
c) The additional insured must immediately curs and the "personal injury" is caused by an
send us copies of all legal papers received in offense committed:
connection with the claim or "suit", cooperate a. After the signing and execution of the
with us in the investigation or settlement of contract or agreement by you;
the claim or defense against the "suit", and
otherwise comply with all policy conditions. b. While that part of the contract or
agreement is in effect; and
d) The additional insured must tender the de-
fense and indemnity of any claim or "suit" to c. Before the end of the policy period.
rir
rrr
w
r
r�
Ire
rr
rtr
rw
Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05
riri
wo
COMMERCIAL AUTO
40
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO COVERAGE EXTENSION FORM
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
■r With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified
by the endorsement.
A. BROAD FORM NAMED INSURED (4) All reasonable expenses incurred by the "in-
SECTION II – LIABILITY COVERAGE, A. 1. sured" at our request, including actual loss of
Who Is An Insured provision is amended by add- earnings up to$500 a day because of time off
ing the following: from work.
d. Any business entity newly acquired or formed D. HIRED CAR—WORLDWIDE COVERAGE
�r by you during the policy period, provided you SECTION 11– LIABILITY COVERAGE, A.2. Cov-
own 50% or more of the business entity and erage Extensions is amended by adding the
the business entity is not separately insured following extension:
for Business Auto Coverage. Coverage is ex- c. Hired Car–Worldwide Coverage
tended up to a maximum of 180 days follow-
i (1) We will pay all sums an "insured" legally
ing acquisition or formation of the business
entity. must pay as damages because of "bodily
injury" or "property damage" to which this
This provision does not apply to any person insurance applies, caused by an "acci-
or organization for which coverage is ex- dent" which occurs outside the United
cluded by endorsement. States of America, the territories and
+rr B. EMPLOYEES AS INSURED possessions of the United States of
SECTION II– LIABILITY COVERAGE, A.I. Who America, Puerto Rico, and Canada result-
Is An Insured is amended by adding the follow- ing from the operation, maintenance, or
ing: use of any covered "auto" of the private
or passenger type you lease, hire, rent, or
e. If you are not a sole proprietor, any "em- borrow without a driver for 30 days or
ployee" of yours is an "insured" while using, in less.
the course and scope of your business at the
t (2) With respect to any claim made or "suit"
time of an "accident", a covered "auto" you
don't own, hire or borrow. instituted outside the United States of
America,the territories and possessions of
If you are a sole proprietor, any"employee" of the United States of America, Puerto Rico,
yours is an "insured" while using, in the and Canada:
course and scope of your business or per-
sonal affairs at the time of an "accident", a (a) You shall undertake the investigation,
covered "auto"that you don't own, hire or bor- settlement, and defense of such
claims and "suits" and keep us ad-
row. vised of all proceedings and actions.
C. COVERAGE EXTENSIONS – SUPPLEMEW (b) You will not make any settlement
TARY PAYMENTS
without our consent.
+. SECTION II–LIABILITY COVERAGE, A. 2. Cov-
erage Extensions, a. Supplementary Payments (c) We will reimburse you:
subparagraphs (2) and (4) are deleted and re- (i) For the amount of damages be-
placed by the following: cause of liability imposed upon
rr
(2) Up to $3,000 for cost of bail bonds (including you by law on account of "bodily
bonds for related traffic law violations) required injury" or "property damage" to
because of an "accident" we cover.We do not which this policy applies, and
;o have to furnish these bonds. (ii) For all reasonable expenses in-
curred with our consent in connec-
,e CA T3 53 01 04 Copyright,The Travelers Indemnity Company Page 1 of 3
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
40
rr�
COMMERCIAL AUTO
ar
tion with the investigation, settle- you legally must pay to the lessor of a cov-
ment or defense of such claims or ered "auto" which you have leased without a
"suits". Reimbursement for ex- driver for 30 days or less for the lessor's loss `
penses will be part of the Limit of of use of the covered"auto", provided:
Insurance for Liability Coverage 1. This insurance provides comprehensive,
shown in ITEM TWO of the specified causes of loss or collision cover-
BUSINESS AUTO COVERAGE age on the covered"auto";
PART DECLARATIONS, and not
in addition to such limits. 2. The loss of use results from the covered
"auto" being damaged in an "accident"
(3) The Limit of Insurance for Liability Cover- while you are leasing it.
age shown in ITEM TWO of the
BUSINESS AUTO COVERAGE PART We will pay up to $65 per day subject to a
DECLARATIONS is the most we will re- maximum limit of$750 for any one"accident".
imburse you for the sum of all damages F. PHYSICAL DAMAGE — TRANSPORTATION �1
imposed on you, as set forth in c.(2)(c) EXPENSE
above, and all expense incurred by you SECTION III – PHYSICAL DAMAGE
arising out of any single "accident" or COVERAGE, A. 4. Coverage Extensions, sub-
"loss". paragraph a. is deleted and replaced by the follow-
(4) You must maintain the greater of the fol- ing:
lowing primary auto liability insurance lim- a. Transportation Expenses so
its:
a Compulsory admitted insurance with We will pay up to $50 per day to a maxi-
( ) p ry mum of $1,500 for temporary transporta-
limits required to be in-force to satisfy tion expense incurred by you because of
the legal requirements of the jurisdic- the total theft of a covered "auto" of the
tion where the"accident" occurs; or private passenger type. We will pay only
(b) Insurance limits required by law and for those covered "autos" for which you
issued by a governmental entity or by carry either Comprehensive or Specified
an insurer licensed or permitted by Causes of Loss Coverage.We will pay for
law to do business in the jurisdiction temporary transportation expenses in-
where the"accident" occurs; or curred during the period beginning 48
(c) Auto liability insurance limits of at hours after the theft and ending, regard- am
least $300,000 Combined Single less of the policy's expiration, when the
Limit or $100,000 per person/ covered "auto" is returned to use or we
$300,000 per accident Bodily Injury, pay for its "loss".
$100,000 Property Damage. If the temporary transportation expense in-
If you fail to comply with the above, this curred arises from your rental of an "auto"
insurance is not invalidated. However, in of the private passenger type,the most we
the event of a "loss", we will pay only to will pay is the amount it costs to rent an rr
the extent that we would have been liable "auto" of the private passenger type which
had you so complied. is of a like kind and quality as the stolen
covered "auto".
(5) The insurance provided by HIRED CAR– G. PERSONAL EFFECTS COVERAGE
WORLDWIDE COVERAGE is excess
over any other collectible insurance avail- SECTION III – PHYSICAL DAMAGE
able to you whether on a primary, excess COVERAGE, A. Coverage, 4. Coverage Exten-
contingent or any other basis. sions is amended by adding the following:
E. HIRED CAR PHYSICAL DAMAGE — LOSS OF c. Personal Effects Coverage
USE We will pay to $400 for loss to wearing
SECTION II – LIABILITY COVERAGE, A. 2, apparel and other personal effects which
Coverage Extensions is modified by adding the are:
following: (1) owned by an insured; and
d. Notwithstanding SECTION 11, LIABILITY B. (2) in or on your covered "auto".
Exclusions 2. and 6., we will pay sums which
Page 2 of 3 Copyright,The Travelers Indemnity Company CA T3 53 01 04
Includes copyrighted material of Insurance Services Office, Inc., with its permission. '"
rr
COMMERCIAL AUTO
.r
This coverage applies only in the event of 5. Transfer Of Rights Of Recovery Against
a total theft of your covered"auto". Others To Us
No deductibles apply to Personal Effects Cov-
We waive any right of recovery we may have
erage. against any person or organization to the ex-
H. NOTICE OF AND KNOWLEDGE OF tent required of you by a written contract exe-
40 OCCURRENCE cuted prior to any "accident" or "loss",
SECTION IV— BUSINESS AUTO CONDITIONS, provided that the "accident" or "loss" arises
A. 2. Duties In The Event Of Accident, Claim, out of operations contemplated by such con-
Suit Or Loss, subparagraph a. is deleted and re- tract.The waiver applies only to the person or
placed by the following: organization designated in such contract.
a. In the event of "accident", claim, "suit" or J. UNINTENTIONAL ERRORS OR OMISSIONS
"loss", you must give us or our authorized SECTION IV — BUSINESS AUTO CONDITIONS,
representative prompt notice of the "accident" B. General Conditions; 2. Concealment, Mis-
or"loss" including: representation, Or Fraud is amended by adding
(1) How, when and where the "accident" or the following:
ar "loss" occurred; The unintentional omission of, or unintentional
(2) the"insured's"name and address; and error in, any information given by you shall not
prejudice your rights under this insurance. How-
(3) to the extent possible, the names and ad- ever this provision does not affect our right to col-
dresses of any injured persons and wit- lect additional premium or exercise our right of
nesses. cancellation or non-renewal.
Your duty to give us or our authorized repre- K. MENTAL ANGUISH
sentative prompt notice of the "accident" or
"loss" applies only when the "accident" or SECTION V — DEFINITIONS, Definition C. is
"loss" is known to: amended by adding the following:
1. You, if you are an individual; "Bodily injury" also includes mental anguish but
only when the mental anguish arises from other
2. A partner, if you are a partnership; or bodily injury, sickness, or disease.
3. An executive officer or insurance man-
ager,if you are a corporation.
1. BLANKET WAIVER OF SUBROGATION
SECTION IV — BUSINESS AUTO CONDITIONS,
A. Loss Conditions, 5. Transfer Of Rights Of
Recovery Against Others To Us is deleted and
replaced by the following:
49
r
r
CA T3 53 01 04 Copyright, The Travelers Indemnity Company Page 3 of 3
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
+r
AUG 10 2005 11:47 FR ST PAUL CONSTRUCTION 425 744 5292 TO 918662572262 P.01/01
COMMERCIAL AUTO
POLICY NUMBER: ISSUE DATE:
rw
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED •�
This endorsement modifies Insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi-
fied by this endorsement.
This endorsement Identifies person(s) or organization(s)who are "insureds" under the Who Is An Insured Provi- so
sion of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form.
SCHEDULE
Name of Person($) or Organlzatlan(s):
VA
ANY PERSON OR ORGANIZATION THAT YOU ARE
REQUIRED TO INCLUDE AS AN ADDI'T'IONAL
INSURED ON THIS COVERAGE FORM.IN A ob
WRITTEN CONTRACT OR AGREEMENT THAT IS
SIGNED AND EXECUTED BY YOU BEFORE THE
"BODILY INJURY"OR"PROPERTY DAI AGE"
OCCURS AND THAT IS IN EFFECT DURING THE
POLICY PERIOD.
r
(If no entry appears above, infOrmation required to corinpiete this endorsement will be shown in the Declarations
as applicable to the endorsement)
Each person or organization shown in the Schedule is an "insured'for Liability Coverage, but only to the extent
that person or organization qualifies as an"insured"under the Who Is An Insured Provision contained in Section
II of the Coverage Form. �►
r�
r
CA 20 48 02 99 Copyright, Insurance Services Office,Inc., 1998 Page 1 of 1
V. CONTRACT SPECIFICATIONS CITY OF RENTON
L
L
v
REQUIRED DOCUMENTS FOR FEDERAL-AID
CONSTRUCTION CONTRACTS
L
f
L
f
L
L
L
f
L
L
L
L
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
X11 FEBRUARY 2008
S:
FHWA-1273 Electronic Version-March 10, 1994(DOT 10/97)
rrr
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
I.General... .. .. .. .. . . .... . .. .. ... .. . .. . . . . . 6.Selection of Labor:During the performance of this
II. Nondiscrimination. . .. . .. ... . .. ... ... .. . .. . . contract,the contractor shall not:a.discriminate against
III. Nonsegregated Facilities. . . .. . ... . ... . . .. . . . labor from any other State, possession,or territory of
rr IV.Payment of Predetermined Minimum Wage. .. . .. . the United States(except for employment preference
V.Statements and Payrolls.. .. .. . .... ... . . .. . .. . for Appalachian contracts,when applicable,as
VI.Record of Materials,Supplies,and Labor.. . . . . .. . specified in Attachment A),or b.employ convict labor
VII.Subletting or Assigning the Contract. .. .... .. . . . . for any purpose within the limits of the project unless It
VIII.Safety:Accident Prevention. . .. . . . . . . . . ... .. . is labor performed by convicts who are on parole,
IX. False Statements Concerning Highway Projects. .. . supervised release,or probation.
X. Implementation of Clean Air Act and Federal
Water Pollution Control Act.. . . . . . . ... . .. .. . .. . .. . II.NONDISCRIMINATION
XI.Certification Regarding Debarment,Suspension,
Ineligibility,and Voluntary Exclusion . ... . .. . .. .. . .. (Applicable to all subcontracts of construction contracts and
XI 1.Certification Regarding Use of Contract Funds for
to all related subcontracts of$10,000 or more.)
Lobbying . .. . . .. .. . . . .. . .. . . . . .. ... . . . . .... 1.Equal Employment Opportunity:Equal
ATTACHMENTS employment opportunity(EEO)requirements not to
discriminate and to take affirmative action to assure
r A. Employment Preference for Appalachian Contracts equal opportunity as set forth under laws,executive
(included In Appalachian contracts only) orders, rules,regulations(28 CFR 35,29 CFR 1630
and 41 CFR 60)and orders of the Secretary of Labor
L GENERAL as modified by the provisions prescribed herein,and
1.These contract provisions shall apply to all work imposed pursuant to 23 U.S.C. 140 shall constitute the
EEO and specific affirmative action standards for the
performed on the contract by the contractor's own contractor's project activities under this contract.The
organization and with the assistance of workers under Equal Opportunity Construction Contract Specifications
the contractor's immediate superintendence and to all set forth under 41 CFR 60-4.3 and the provisions of the
rr work performed on the contract by piecework,station American Disabilities Act of 1990(42 U.S.C. 12101 et
work,or by subcontract. seq.)set forth under 28 CFR 35 and 29 CFR 1630 are
2. Except as otherwise provided for in each section,the incorporated by reference In this contract. In the
contractor shall insert in each subcontract all of the execution of this contract,the contractor agrees to
do stipulations contained in these Required Contract comply with the following minimum specific requirement
Provisions, and further require their inclusion in any activities of EEO:
lower tier subcontract or purchase order that may in a.The contractor will work with the State highway
turn be made.The Required Contract provisions shall agency(SHA)and the Federal Government In
not be incorporated by reference in any case.The carrying out EEO obligations and in their review of
prime contractor shall be responsible for compliance by his/her activities under the contract.
any subcontractor or lower tier subcontractor with these
Required Contract Provisions. b.The contractor will accept as his operating policy
3.A breach of any of the stipulations contained in these
the following statement:
Required Contract Provisions shall be sufficient "It is the policy of this Company to assure that
grounds for termination of the contract. applicants are employed,and that employees are
4.A breach of the following clauses of the Required treated during employment,without regard to their
Contract Provisions may also be grounds for debarment race, religion,sex,color, national origin,age or
disability.Such action shall Include:employment,
as provided in 29 CFR 5.12: upgrading,demotion,or transfer;recruitment or
Section I,paragraph 2; recruitment advertising;layoff or termination;rates of
pay or other forms of compensation;and selection for
Section IV, paragraphs 1,2,3,4,and 7; training, Including apprenticeship,preapprenticeship,
Section V,paragraphs 1 and 2a through 29.
and/or on-the-job training."
5. Disputes arising out of the labor standards provisions 2.EEO Officer:The contractor Will designate and
make known to the SHA contracting officers an EEO
of Section IV(except paragraph 5)and Section V of
these Required Contract Provisions shall not be subject Officer who WIII have the responsibility for and must be
to the general disputes clause of this contract.Such capable of effectively administering and promoting an
disputes shall be resolved in accordance with the active contractor program of EEO and who must be
ar procedures of the U.S. Department of Labor(DOL)as
assigned adequate authority and responsibility to do so.
set forth In 29 CFR 5,6, and 7. Disputes within the 3.Dissemination of Policy:All members of the
meaning of this clause include disputes between the contractor's staff who are authorized to hire,supervise,
contractor(or any of Its subcontractors)and the promote,and discharge charge employees,or who
as contracting agency,the DOL,or the contractor's recommend such action,or who are substantially
employees or their representatives. involved In such action,will be made fully cognizant of,
and will implement,the contractor's EEO policy
in
i
rr
andcontractual responsibilities to provide EEO In each including hiring, Upgrading,promotion,transfer,
grade and classification of employment.To ensure that demotion, layoff,and termination,shall be taken without
the above agreement will be met,the following actions regard to race,color, religion,sex, national origin, age
will be taken as a minimum: or disability.The following procedures shall be followed:
a. Periodic meetings of supervisory and personnel a.The contractor will conduct periodic inspections of
office employees will be conducted before the start of project sites to insure that working conditions and
work and then not less often than once every six employee facilities do not indicate discriminatory
months, at which time the contractor's EEO policy treatment of project site personnel.
and its implementation will be reviewed and
explained.The meetings will be conducted by the b.The contractor will periodically evaluate the spread
EEO Officer. of wages paid within each classification to determine
any evidence of discriminatory wage practices.
b.All new supervisory or personnel office employees
will be given a thorough indoctrination by the EEO c.The contractor will periodically review selected
Officer,covering all major aspects of the contractor's personnel actions f depth determine whether
there is evidence t discrimi nation.Where evidence is
EEO obligations within thirty days following their found,the contractor will promptly take corrective
reporting for duty with the contractor.
action.If the review indicates that the discrimination
c.All personnel who are engaged in direct may extend beyond the actions reviewed, such
recruitment for the project will be instructed by the corrective action shall include all affected persons.
EEO Officer in the contractor's procedures for
locating and hiring minority group employees. d.The contractor will promptly investigate all
complaints of alleged discrimination made to the
d. Notices and posters setting forth the contractor's contractor in connection with his obligations under
EEO policy will be placed in areas readily accessible this contract,will attempt to resolve such complaints,
to employees,applicants for employment and and will take appropriate corrective action within a
potential employees. reasonable time.If the investigation indicates that the
discrimination may affect persons other than the
e.The contractor's EEO policy and the procedures to complainant,such corrective action shall include such
implement such policy will be brought to the attention other persons. Upon completion of each investigation,
of employees by means of meetings,employee the contractor will inform every complainant of all of
handbooks,or other appropriate means. his avenues of appeal.
4.Recruitment:When advertising for employees,the 6.Training and Promotion:
contractor will include in all advertisements for
employees the notation:"An Equal Opportunity a.The contractor will assist in locating,qualifying,and
Employer."All such advertisements will be placed in increasing the skills of minority group and women
publications having a large circulation among minority employees,and applicants for employment.
groups in the area from which the project work force
would normally be derived. b.Consistent with the contractor's work force
requirements and as permissible under Federal and
a.The contractor will, unless precluded by a valid State regulations,the contractor shall make full use of
bargaining agreement,conduct systematic and direct training programs, i.e.,apprenticeship,and on-the-job
recruitment through public and private employee training programs for the geographical area of
referral sources likely to yield qualified minority group contract performance.Where feasible,25 percent of
applicants.To meet this requirement,the contractor apprentices or trainees in each occupation shall be in
will identify sources of potential minority group their first year of apprenticeship or training.In the
employees,and establish with such identified sources event a special provision for training is provided
procedures whereby minority group applicants may under this contract,this subparagraph will be
be referred to the contractor for employment superseded as indicated in the special provision.
consideration.
7.Unions: If the contractor relies in whole or in part
b. In the event the contractor has a valid bargaining upon unions as a source of employees,the contractor
agreement providing for exclusive hiring hall referrals, will use his/her best efforts to obtain the cooperation of
he is expected to observe the provisions of that such unions to increase opportunities for minority
agreement to the extent that the system permits the groups and women within the unions,and to effect
contractor's compliance with EEO contract provisions. referrals by such unions of minority and female
(The DOL has held that where implementation of employees.Actions by the contractor either directly or
such agreements have the effect of discriminating through a contractor's association acting as agent will
against minorities or women,or obligates the include the procedures set forth below:
contractor to do the same,such implementation a.The contractor will use best efforts to develop,
violates Executive Order 11246,as amended.)
cooperation with the unions,joint training programs
�n
ms
c.The contractor will encourage his present aimed toward qualifying more minority group
employees to refer minority group applicants for members and women for membership in the unions
employment. Information and procedures with regard and increasing the skills of minority group employees
to referring minority group applicants will be and women so that they may qualify for higher paying
discussed with employees. employment.
5.Personnel Actions:Wages,working conditions,and b.The contractor will use best efforts to incorporate
employee benefits shall be established and an EEO clause into each union agreement to the end
administered,and personnel actions of every type, that such union will be contractually bound to refer
2
arr
applicants without regard to their race,color,religion, increase employment opportunities for minorities
sex, national origin,age or disability. and women;
c.The contractor is to obtain information as to the (3)The progress and efforts being made in
referral practices and policies of the labor union locating,hiring,training,qualifying,and upgrading
except that to the extent such information is within the minority and female employees;and
W exclusive possession of the labor union and such
labor union refuses to furnish such information to the (4)The progress and efforts being made in
contractor,the contractor shall so certify to the SHA securing the services of DBE subcontractors or
and shall set forth what efforts have been made to subcontractors with meaningful minority and
aw obtain such information. female representation among their employees.
d. In the event the union is unable to provide the b.The contractors will submit an annual report to the
contractor with a reasonable flow of minority and SHA each July for the duration of the project,
women referrals within the time limit set forth in the indicating the number of minority,women,and non-
am collective bargaining agreement,the contractor will, minority group employees currently engaged in each
through independent recruitment efforts,fill the work classification required by the contract work.This
employment vacancies without regard to race,color, information is to be reported on Form FHWA-1391. If
religion,sex, national origin,age or disability;making on-the job training is being required by special
full efforts to obtain qualified and/or qualifiable provision,the contractor will be required to collect and
10 minority group persons and women.(The DOL has report training data.
held that it shall be no excuse that the union with III.NONSEGREGATED FACILITIES
which the contractor has a collective bargaining
agreement providing for exclusive referral failed to (Applicable to all Federal-aid construction contracts and
++� refer minority employees.)In the event the union to all related subcontracts of$10,000 or more.)
referral practice prevents the contractor from meeting a. By submission of this bid,the execution of this
the obligations pursuant to Executive Order 11246,as
amended,and these special provisions,such contractor subcontract,or the consummation of this
contractor shall immediately notify the SHA. material supply agreement or purchase order,as
appropriate,the bidder, Federalaid construction
8.Selection of Subcontractors,Procurement of contractor,subcontractor,material supplier,or vendor,
Materials and Leasing of Equipment:The contractor as appropriate,certifies that the firm does not maintain
shall not discriminate on the grounds of race,color, or provide for its employees any segregated facilities at
religion,sex, national origin,age or disability in the any of its establishments,and that the firm does not
selection and retention of subcontractors, including permit its employees to perform their services at any
procurement of materials and leases of equipment. location, under its control,where segregated facilities
are maintained.The firm agrees that a breach of this
a.The contractor shall notify all potential certification is a violation of the EEO provisions of this
ar subcontractors and suppliers of his/her EEO contract.The firm further certifies that no employee will
obligations under this contract. be denied access to adequate facilities on the basis of
b. Disadvantaged business enterprises(DBE),as sex or disability.
aw defined in 49 CFR 23,shall have equal opportunity to b.As used in this certification,the term"segregated
compete for and perform subcontracts which the facilities"means any waiting rooms,work areas,
contractor enters into pursuant to this contract.The restrooms and washrooms, restaurants and other
contractor will use his best efforts to solicit bids from eating areas,timeclocks,locker rooms,and other
and to utilize DBE subcontractors or subcontractors storage or dressing areas,parking lots,drinking
aaa with meaningful minority group and female fountains, recreation or entertainment areas,
representation among their employees.Contractors transportation,and housing facilities provided for
shall obtain lists of DBE construction firms from SHA employees which are segregated by explicit directive,
personnel. or are, in fact,segregated on the basis of race,color,
11fr c.The contractor will use his best efforts to ensure religion, national origin,age or disability,because of
subcontractor compliance with their EEO obligations. habit,local custom,or otherwise.The only exception
will be for the disabled when the demands for
9.Records and Reports:The contractor shall keep accessibility override(e.g.disabled parking).
such records as necessary to document compliance
with the EEO requirements.Such records shall be c.The contractor agrees that it has obtained or will
retained for a period of three years following completion obtain identical certification from proposed
of the contract work and shall be available at subcontractors or material suppliers prior to award of
reasonable times and places for inspection by subcontracts or consummation of material supply
authorized representatives of the SHA and the FHWA. agreements of$10,000 or more and that it will retain
such certifications in its files.
a.The records kept by the contractor shall document
the following: IV.PAYMENT OF PREDETERMINED MINIMUM
WAGE
go (1)The number of minority and non-minority group
members and women employed in each work (Applicable to all Federal-aid construction contracts
classification on the project; exceeding$2,000 and to all related subcontracts,
except for projects located on roadways classified as
art (2)The progress and efforts being made in local roads or rural minor collectors,which are exempt.)
cooperation with unions,when applicable,to
1.General:
go
3
s
a.All mechanics and laborers employed or working the wage rates contained in the wage
upon the site of the work will be paid unconditionally determination:and ilri
and not less often than once a week and without
subsequent deduction or rebate on any account[except (4)with respect to helpers,when such a
such payroll deductions as are permitted by regulations classification prevails in the area in which the work
(29 CFR 3)issued by the Secretary of Labor under the is performed.
Copeland Act(40 U.S.C.276c)]the full amounts of
c.If the contractor or subcontractors,as appropriate,
wages and bona fide fringe benefits(or cash the laborers and mechanics(if known)to be employed
equivalents thereof)due at time of payment.The in the additional classification or their representatives,
payment shall be computed at wage rates not less than and the contracting officer agree on the classification
those contained in the wage determination of the and wage rate(including the amount designated for
Secretary of Labor(hereinafter"the wage fringe benefits where appropriate),a report of the action
determination")which is attached hereto and made a taken shall be sent by the contracting officer to the
part hereof,regardless of any contractual relationship DOL,Administrator of the Wage and Hour Division,
which may be alleged to exist between the contractor or Employment Standards Administration,Washington, �rll
its subcontractors and such laborers and mechanics. D.C.20210.The Wage and Hour Administrator, or an
The wage determination(including any additional authorized representative,will approve,modify,or
classifications and wage rates conformed under disapprove every additional classification action within
paragraph 2 of this Section IV and the DOL poster 30 days of receipt and so advise the contracting officer
(WH-1321)or Form FHWA-1495)shall be posted at all or will notify the contracting officer within the 30-day
times by the contractor and its subcontractors at the period that additional time is necessary.
site of the work in a prominent and accessible place
where it can be easily seen by the workers. For the d. In the event the contractor or subcontractors, as
purpose of this Section,contributions made or costs appropriate,the laborers or mechanics to be employed
reasonably anticipated for bona fide fringe benefits in the additional classification or their representatives,
under Section 1 (b)(2)of the Davis-Bacon Act(40 and the contracting officer do not agree on the
U.S.C.276a)on behalf of laborers or mechanics are proposed classification and wage rate(including the
considered wages paid to such laborers or mechanics, amount designated for fringe benefits,where
subject to the provisions of Section IV, paragraph 3b, appropriate),the contracting officer shall refer the
hereof.Also,for the purpose of this Section,regular questions, including the views of all interested parties
contributions made or costs incurred for more than a and the recommendation of the contracting officer,to
weekly period(but not less often than quarterly)under the Wage and Hour Administrator for determination.
plans,funds,or programs,which cover the particular Said Administrator, or an authorized representative,will
weekly period, are deemed to be constructively made issue a determination within 30 days of receipt and so
or incurred during such weekly period.Such laborers advise the contracting officer or will notify the
and mechanics shall be paid the appropriate wage rate contracting officer within the 30-day period that
and fringe benefits on the wage determination for the additional time is necessary.
classification of work actually performed,without regard
to skill,except as provided in paragraphs 4 and 5 of this e.The wage rate(including fringe benefits where
Section IV. appropriate)determined pursuant to paragraph 2c or 2d
b. Laborers or mechanics performing work in more than of this Section IV shall be paid to all workers performing
one classification may be compensated at the rate work in the additional classification from the first day on
specified for each classification for the time actually which work is performed in the classification.
worked therein,provided,that the employer's payroll 3.Payment of Fringe Benefits:
records accurately set forth the time spent in each
classification in which work is performed. a.Whenever the minimum wage rate prescribed in the ry
contract for a class of laborers or mechanics includes a
c.All rulings and interpretations of the Davis-Bacon Act fringe benefit which is not expressed as an hourly rate,
and related acts contained in 29 CFR 1,3, and 5 are the contractor or subcontractors,as appropriate,shall
herein incorporated by reference in this contract. either pay the benefit as stated in the wage
2.Classification:
determination or shall pay another bona fide fringe
benefit or an hourly case equivalent thereof.
a.The SHA contracting officer shall require that any
class of laborers or mechanics employed under the b. If the contractor or subcontractor,as appropriate,
contract,which is not listed in the wage determination, does not make payments to a trustee or other third
shall be classified in conformance with the wage person, he/she may consider as a part of the wages of
determination. any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe
b.The contracting officer shall approve an additional benefits under a plan or program,provided,that the
classification,wage rate and fringe benefits only when Secretary of Labor has found,upon the written request at
the following criteria have been met: of the contractor,that the applicable standards of the
( Davis-Bacon Act have been met.The Secretary of
1)the work to be performed by the additional
Labor may require the contractor to set aside in a
classification requested is not performed by a separate account assets for the meeting of obligations rrl
classification in the wage determination; under the plan or program.
(2)the additional classification is utilized in the area 4.Apprentices and Trainees(Programs of the U.S.
by the construction industry; DOL)and Helpers:
(3)the proposed wage rate,including any bonafide a.Apprentices: so
fringe benefits,bears a reasonable relationship to
MO
4
to
(1)Apprentices will be permitted to work at less than certification by the DOL, Employment and Training
r the predetermined rate for the work they performed Administration.
when they are employed pursuant to and individually
registered in a bona fide apprenticeship program (2)The ratio of trainees to journeyman-level
registered with the DOL, Employment and Training employees on the job site shall not be greater than
Administration,Bureau of Apprenticeship and permitted under the plan approved by the
'� Training,or with a State apprenticeship agency Employment and Training Administration.Any helper
recognized by the Bureau,or if a person is employed listed on the payroll at a trainee rate who is not
in his/her first 90 days of probationary employment as registered and participating in a training plan
an apprentice in such an apprenticeship program, approved by the Employment and Training
M who is not individually registered in the program,but Administration shall be paid not less than the
who has been certified by the Bureau of applicable wage rate on the wage determination for
Apprenticeship and Training or a State apprenticeship the classification of work actually performed. In
agency(where appropriate)to be eligible for addition,any trainee performing work on the job site
probationary employment as an apprentice. in excess of the ratio permitted under the registered
'� program shall be paid not less than the applicable
(2)The allowable ratio of apprentices to journeyman- wage rate on the wage determination for the work
level employees on the job site in any craft actually performed.
classification shall not be greater than the ratio
permitted to the contractor as to the entire work force (3)Every trainee must be paid at not less than the
under the registered program.Any employee listed on rate specified in the approved program for his/her
a payroll at an apprentice wage rate,who is not level of progress,expressed as a percentage of the
registered or otherwise employed as stated above, journeymanlevel hourly rate specified in the
shall be paid not less than the applicable wage rate applicable wage determination.Trainees shall be paid
'r listed in the wage determination for the classification fringe benefits in accordance with the provisions of
of work actually performed. In addition, any the trainee program. If the trainee program does not
apprentice performing work on the job site in excess mention fringe benefits,trainees shall be paid the full
of the ratio permitted under the registered program amount of fringe benefits listed on the wage
shall be paid not less than the applicable wage rate determination unless the Administrator of the Wage
on the wage determination for the work actually and Hour Division determines that there is an
performed.Where a contractor or subcontractor is apprenticeship program associated with the
performing construction on a project on a locality corresponding journeyman-level wage rate on the
other than that in which its program is registered,the wage determination which provides for less than full
M ratios and wage rates(expressed in percentages of fringe benefits for apprentices,in which case such
the journeyman-level hourly rate)specified in the trainees shall receive the same fringe benefits as
contractor's or subcontractor's registered program apprentices.
shall be observed. (4)In the event the Employment and Training
■r
(3)Every apprentice must be paid at not less than the Administration withdraws approval of a training
rate specified in the registered program for the program,the contractor or subcontractor will no
apprentice's level of progress,expressed as a longer be permitted to utilize trainees at less than the
percentage of the journeyman-level hourly rate applicable predetermined rate for the work performed
specified in the applicable wage determination. until an acceptable program is approved.
Apprentices shall be paid fringe benefits in c Helpers:
accordance with the provisions of the apprenticeship
program. If the apprenticeship program does not Helpers will be permitted to work on a project if the
rr specify fringe benefits,apprentices must be paid the helper classification is specified and defined on the
full amount of fringe benefits listed on the wage applicable wage determination or is approved pursuant
determination for the applicable classification. If the to the conformance procedure set forth in Section IV.2.
Administrator the Wage and Hour Division determines Any worker listed on a payroll at a helper wage rate,
that a different practice prevails for the applicable who is not a helper under a approved definition,shall
apprentice classification,fringes shall be paid in be paid not less than the applicable wage rate on the
accordance with that determination. wage determination for the classification of work
(4)In the event the Bureau of Apprenticeship and actually performed.
dw Training, or a State apprenticeship agency 5.Apprentices and Trainees(Programs of the U.S.
recognized by the Bureau,withdraws approval of an DOT):
apprenticeship program,the contractor or
subcontractor will no longer be permitted to utilize Apprentices and trainees working under apprenticeship
apprentices at less than the applicable predetermined and skill training programs which have been certified by
r rate for the comparable work performed by regular the Secretary of Transportation as promoting EEO in
employees until an acceptable program is approved. connection with Federal-aid highway construction
programs are not subject to the requirements of
b.Trainees: paragraph 4 of this Section IV.The straight time hourly
(1)Except as provided in 29 CFR 5.16,trainees wage rates for apprentices and trainees under such
programs will be established by the particular
willnot be permitted to work at less than the programs.The ratio of apprentices and trainees to
predetermined rate for the work performed unless journeymen shall not be greater than permitted by the
they are employed pursuant terms of the particular program.
to and individually registered in a program which has 6.Withholding:
received prior approval,evidenced by formal
r
5
.rr
The SHA shall upon its own action or upon written wages and liquidated damages as provided in the
request of an authorized representative of the DOL clause set forth in paragraph 8 above.
withhold,or cause to be withheld,from the contractor or V.STATEMENTS AND PAYROLLS
subcontractor under this contract or any other Federal
contract with the same prime contractor,or any other (Applicable to all Federal-aid construction contracts
Federally-assisted contract subject to Davis-Bacon exceeding$2,000 and to all related subcontracts,
prevailing wage requirements which is held by the except for projects located on roadways classified as
same prime contractor,as much of the accrued local roads or rural collectors,which are exempt.)
payments or advances as may be considered
necessary to pay laborers and mechanics,including 1.Compliance with Copeland Regulations(29 CFR
apprentices,trainees, and helpers,employed by the 3):
contractor or any subcontractor the full amount of The contractor shall comply with the Copeland
wages required by the contract.In the event of failure to
pay any laborer or mechanic,including any apprentice, Regulations of the Secretary of Labor which are herein
trainee,or helper,employed or working on the site of incorporated by reference.
the work,all or part of the wages required by the 2.Payrolls and Payroll Records:
contract,the SHA contracting officer may, after written
notice to the contractor,take such action as may be a. Payrolls and basic records relating thereto shall be
necessary to cause the suspension of any further maintained by the contractor and each subcontractor
payment,advance, or guarantee of funds until such during the course of the work and preserved for a
violations have ceased. period of 3 years from the date of completion of the
contract for all laborers,mechanics,apprentices,
7.Overtime Requirements: trainees,watchmen,helpers,and guards working at
No contractor or subcontractor contracting for any part the site of the work. irg
of the contract work which may require or involve the b.The payroll records shall contain the name,social
employment of laborers,mechanics,watchmen,or security number,and address of each such
guards(including apprentices,trainees,and helpers employee;his or her correct classification;hourly
described in paragraphs 4 and 5 above)shall require or rates of wages paid(including rates of contributions
permit any laborer,mechanic,watchman,or guard in or costs anticipated for bona fide fringe benefits or
any workweek in which he/she is employed on such cash equivalent thereof the types described in
work,to work in excess of 40 hours in such workweek Section 1 (b)(2)(B)of the Davis Bacon Act);daily and
unless such laborer,mechanic,watchman,or guard weekly number of hours worked;deductions made; i
receives compensation at a rate not less than one-and- and actual wages paid. In addition,for Appalachian
one-half times his/her basic rate of pay forall hours contracts,the payroll records shall contain a notation
worked in excess of 40 hours in such workweek. indicating whether the employee does,or does not,
8.Violation: normally reside in the labor area as defined in
Attachment A,paragraph 1.Whenever the Secretary
Liability for Unpaid Wages; Liquidated Damages:In the of Labor,pursuant to Section IV,paragraph 3b, has
event of any violation of the clause set forth in found that the wages of any laborer or mechanic
paragraph 7 above,the contractor and any include the amount of any costs reasonably
subcontractor responsible thereof shall be liable to the anticipated in providing benefits under a plan or Milli
affected employee for his/her unpaid wages. In program de-scribed in Section 1 (b)(2)(B)of the Davis
addition,such contractor and subcontractor shall be Bacon Act,the contractor and each subcontractor
liable to the United States(in the case of work done shall maintain records which show that the
under contract for the District of Columbia or a territory, commitment to provide such benefits is enforceable,
to such District or to such territory)for liquidated that the plan or program is financially responsible,
damages.Such liquidated damages shall be computed that the plan or program has been communicated in
with respect to each individual laborer,mechanic, writing to the laborers or mechanics affected,and
watchman, or guard employed in violation of the clause show the cost anticipated or the actual cost incurred
set forth in paragraph 7,in the sum of$10 for each in providing benefits.Contractors or subcontractors iii
calendar day on which such employee was required or employing apprentices or trainees under approved
permitted to work in excess of the standard work week programs shall maintain written evidence of the
of 40 hours without payment of the overtime wages registration of apprentices and trainees, and ratios
required by the clause set forth in paragraph 7. and wagerates prescribed in the applicable programs.
9.Withholding for Unpaid Wages and Liquidated c.Each contractor and subcontractor shall furnish,
each week in which any contract work is performed,
Damages: to the SHA resident engineer a payroll of wages paid
The SHA shall upon its own action or upon written each of its employees(including apprentices, 1il
request of any authorized representative of the DOL trainees,and helpers,described in Section IV,
withhold,or cause to be withheld,from any monies paragraphs 4 and 5,and watchmen and guards
payable on account of work performed by the contractor engaged on work during the preceding weekly payroll
or subcontractor under any such contract or any other period).The payroll submitted shall set out accurately
Federal contract with the same prime contractor,or any and completely all of the information required to be
other Federally-assisted contract subject to the maintained under paragraph 2b of this Section V.
Contract Work Hours and Safety Standards Act,which This information may be submitted in any form
is held by the same prime contractor,such sums as desired. Optional Form WH-347 is available for this
may be determined to be necessary to satisfy any purpose and may be purchased from the so
liabilities of such contractor or subcontractor for unpaid Superintendent of Documents(Federal stock number
029-005-0014-11, U.S.Government Printing Office,
6
Washington,D.C.20402.The prime contractor is Funds,"prior to the commencement of work under
responsible for the submission of copies of payrolls this contract.
by all subcontractors.
b.Maintain a record of the total cost of all materials
d. Each payroll submitted shall be accompanied by a and supplies purchased for and incorporated in the
"Statement of Compliance,"signed by the contractor work,and also of the quantities of those specific
+r or subcontractor or his/her agent who pays or materials and supplies listed on Form FHWA-47,and
supervises the payment of the persons employed in the units shown on Form FHWA-47.c. Furnish,
under the contract and shall certify the following: upon the completion of the contract,to the SHA
resident engineer on Form FHWA-47 together with
owr (1)that the payroll for the payroll period contains the data required in paragraph 1 b relative to
the information required to be maintained under materials and supplies,a final labor summary of all
paragraph 2b of this Section V and that such contract work indicating the total hours worked and
information is correct and complete; the total amount earned.
r (2)that such laborer or mechanic(including each 2.At the prime contractor's option,either a single report
helper,apprentice,and trainee)employed on the covering all contract work or separate reports for the
contract during the payroll period has been paid the contractor and for each subcontract shall be submitted.
full weekly wages earned,without rebate,either
directly or indirectly,and that no deductions have VII.SUBLETTING OR ASSIGNING THE CONTRACT
+r+ been made either directly or indirectly from the full
wages earned,other than permissible deductions 1.The contractor shall perform with its own
as set forth in the Regulations,29 CFR 3; (3)that organization contract work amounting to not less than
each laborer or mechanic has been paid not less 30 percent(or a greater percentage if specified
that the applicable wage rate and fringe benefits or elsewhere in the contract)of the total original contract
cash equivalent for the classification of worked price,excluding any specialty items designated by the
performed,as specified in the applicable wage State.Specialty items may be performed by
determination incorporated into the contract. subcontract and the amount of any such specialty items
per-formed may be deducted from the total original
rrr e.The weekly submission of a properly executed contract price before computing the amount of work
certification set forth on the reverse side of Optional required to be performed by the contractor's own
Form WH-347 shall satisfy the requirement for organization(23 CFR 635).
submission of the"Statement of Compliance"
required by paragraph 2d of this Section V. a."Its own organization"shall be construed to include
only workers employed and paid directly by the prime
f.The falsification of any of the above certifications contractor and equipment owned or rented by the
may subject the contractor to civil or criminal prime contractor,with or without operators.Such term
prosecution under 18 U.S.C. 1001 and 31 U.S.C. does not include employees or equipment of a
231. subcontractor,assignee,or agent of the prime
g.The contractor or subcontractor shall make the
contractor.
records required under paragraph 2b of this Section V b. "Specialty Items"shall be construed to be limited to
available for inspection,copying,or transcription by work that requires highly specialized knowledge,
■ authorized representatives of the SHA,the FHWA,or abilities,or equipment not ordinarily available in the
the DOL,and shall permit such representatives to type of contracting organizations qualified and
interview employees during working hours on the job. expected to bid on the contract as a whole and in
If the contractor or subcontractor fails to submit the general are to be limited to minor components of the
.r required records or to make them available,the SHA, overall contract.
the FHWA,the DOL,or all may,after written notice to
the contractor,sponsor,applicant,or owner,take 2.The contract amount upon which the requirements
such actions as may be necessary to cause the set forth in paragraph 1 of Section VII is computed
suspension of any further payment,advance,or includes the cost of material and manufactured
guarantee of funds.Furthermore,failure to submit the products which are to be purchased or produced by the
required records upon request or to make such contractor under the contract provisions.
records available may be grounds for debarment 3.The contractor shall furnish(a)a competent
action pursuant to 29 CFR 5.12. superintendent or supervisor who is employed by the
VI.RECORD OF MATERIALS,SUPPLIES,AND firm,has full authority to direct performance of the work
LABOR in accordance with the contract requirements,and is in
charge of all construction operations(regardless of who
1.On all Federal-aid contracts on the National Highway performs the work)and(b)such other of its own
System,except those which provide solely for the organizational resources(supervision,management,
installation of protective devices at railroad grade and engineering services)as the SHA contracting
crossings,those which are constructed on a force officer determines is necessary to assure the
account or direct labor basis,highway beautification performance of the contract.
contracts, and contracts for which the total final
construction cost for roadway and bridge is less than 4.No portion of the contract shall be sublet,assigned or
$1,000,000(23 CFR 635)the contractor shall: otherwise disposed of except with the written consent of
the SHA contracting officer,or authorized
a. Become familiar with the list of specific materials representative,and such consent when given shall not
and supplies contained in Form FHWA-47, be construed to relieve the contractor of any
"Statement of Materials and Labor Used by responsibility for the fulfillment of the contract.Written
Contractor of Highway Construction Involving Federal consent will be given only after the SHA has assured
s
7
Aw
that each subcontract is evidenced in writing and that it related project submitted for approval to the Secretary
contains all pertinent provisions and requirements of of Transportation;or
the prime contract.
Whoever knowingly makes any false statement,false
VIII.SAFETY:ACCIDENT PREVENTION representation,false report or false claim with respect
to the character,quality,quantity,or cost of any work
1. In the performance of this contract the contractor performed or to be performed, or materials furnished or
shall comply with all applicable Federal,State,and local to be furnished,in connection with the construction of
laws governing safety,health,and sanitation(23 CFR any highway or related project approved by the
635).The contractor shall provide all safeguards,safety Secretary of Transportation;or
devices and protective equipment and take any other
needed actions as it determines,or as the SHA Whoever knowingly makes any false statement or false
contracting officer may determine,to be reasonably representation as to material fact in any statement,
necessary to protect the life and health of employees certificate, or report submitted pursuant to provisions of
on the job and the safety of the public and to protect the Federal-aid Roads Act approved July 1, 1916, (39
property in connection with the performance of the work Stat.355),as amended andsupplemented;
covered by the contract. Shall be fined not more than$10,000 or imprisoned not
2. It is a condition of this contract,and shall be made a more than 5 years or both."
condition of each subcontract,which the contractor X.IMPLEMENTATION OF CLEAN AIR ACT AND
enters into pursuant to this contract,that the contractor FEDERAL WATER POLLUTION CONTROL ACT
and any subcontractor shall not permit any employee,
in performance of the contract,to work in surroundings (Applicable to all Federal-aid construction contracts and
or under conditions which are unsanitary, hazardous or to all related subcontracts of$100,000 or more.)
dangerous to his/her health or safety,as determined
under construction safety and health standards(29 By submission of this bid or the execution of this
CFR 1926)promulgated by the Secretary of Labor,in contract,or subcontract,as appropriate,the bidder,
accordance with Section 107 of the Contract Work Federal-aid construction contractor,or subcontractor,
Hours and Safety Standards Act(40 U.S.C.333). as appropriate,will be deemed to have stipulated as
follows:
3.Pursuant to 29 CFR 1926.3, it is a condition of this
contract that the Secretary of Labor or authorized 1.That any facility that is or will be utilized in the
representative thereof,shall have right of entry to any performance of this contract,unless such contract is
site of contract performance to inspect or investigate exempt under the Clean Air Act,as amended(42
the matter of compliance with the construction safety U.S.C. 1857 et seq.,as amended by Pub.L.91-604),
and health standards and to carry out the duties of the and under the Federal Water Pollution Control Act,as
Secretary under Section 107 of the Contract Work amended(33 U.S.C. 1251 et seq.,as amended by
Hours and Safety Standards Act(40 U.S.C.333). Pub.L.92-500),Executive Order 11738,and
regulations in implementation thereof(40 CFR 15)is
IX.FALSE STATEMENTS CONCERNING HIGHWAY not listed,on the date of contract award,on the U.S.
PROJECTS Environmental Protection Agency(EPA)List of
In order to assure high quality and durable construction Violating Facilities pursuant to 40 CFR 15.20.
in conformity with approved plans and specifications 2.That the firm agrees to comply and remain in
and a high degree of reliability on statements and compliance with all the requirements of Section 1 14 of
representations made by engineers,contractors, the Clean Air Act and Section 308 of the Federal Water
suppliers,and workers on Federal-aid highway projects, Pollution Control Act and all regulations and guidelines
it is essential that all persons concerned with the project listed thereunder.
perform their functions as carefully,thoroughly,and
honestly as possible.Willful falsification,distortion,or 3.That the firm shall promptly notify the SHA of the
misrepresentation with respect to any facts related to receipt of any communication from the Director,Office
the project is a violation of Federal law.To prevent any of Federal Activities,EPA,indicating that a facility that
misunderstanding regarding the seriousness of these is or will be utilized for the contract is under
and similar acts,the following notice shall be posted on consideration to be listed on the EPA List of Violating
each Federal-aid highway project(23 CFR 635)in one Facilities.
or more places where it is readily available to all
persons concerned with the project: 4.That the firm agrees to include or cause to be
included the requirements of paragraph 1 through 4 of
NOTICE TO ALL PERSONNEL ENGAGED ON this Section X in every nonexempt subcontract,and
FEDERAL-AID HIGHWAY PROJECTS further agrees to take such action as the government
18 U.S.C. 1020 reads as follows: may direct as a means of enforcing such requirements.
XI.CERTIFICATION REGARDING DEBARMENT,
"Whoever,being an officer, agent,or employee of the SUSPENSION,INELIGIBILITY AND VOLUNTARY
United States,or of any State or Territory, or whoever, EXCLUSION
whether a person,association,firm, or corporation,
knowingly makes any false statement,false 1. Instructions for Certification-Primary Covered
representation,or false report as to the character, Transactions:
quality,quantity, or cost of the material used or to be (Applicable to all Federal-aid contracts-49 CFR 29)
used,or the quantity or quality of the work performed or
to be performed, or the cost thereof in connection with a. By signing and submitting this proposal,the
the submission of plans,maps,specifications, prospective primary participant is providing the
contracts,or costs of construction on any highway or certification set out below.
f1Y
8
b.The inability of a person to provide the certification Procurement or Nonprocurement Programs"
ar set out below will not necessarily result in denial of (Nonprocurement List)which is compiled by the
participation in this covered transaction.The General Services Administration.
prospective participant shall submit an explanation of
why it cannot provide the certification set out below. i. Nothing contained in the foregoing shall be
The certification or explanation will be considered in construed to require establishment of a system of
connection with the department or agency's records in order to render in good faith the
determination whether to enter into this transaction. certification required by this clause.The knowledge
However,failure of the prospective primary and information of participant is not required to
participant to furnish a certification or an explanation exceed that which is normally possessed by a
shall disqualify such a person from participation in prudent person in the ordinary course of business
this transaction. dealings.
c.The certification in this clause is a material j. Except for transactions authorized under paragraph
representation of fact upon which reliance was placed f of these instructions, if a participant in a covered
when the department or agency determined to enter transaction knowingly enters into a lower tier covered
into this transaction. If it is later determined that the transaction with a person who is suspended,
prospective primary participant knowingly rendered debarred, ineligible,or voluntarily excluded from
an erroneous certification,in addition to other participation in this transaction, in addition to other
s remedies available to the Federal Government,the remedies available to the Federal Government,the
departmentor agency may terminate this transaction depart-mentor agency may terminate this transaction
for cause of default. for cause or default.
d.The prospective primary participant shall provide
r� immediate written notice to the department or agency Certification Regarding Debarment,Suspension,
to whom this proposal is submitted if any time the Ineligibility and Voluntary Exclusion-Primary
prospective primary participant learns that its Covered Transactions
certification was erroneous when submitted or has
become erroneous by reason of changed 1.The prospective primary participant certifies its
circumstances. knowledge and belief,that it and its principals:to the
e.The terms"covered transaction,""debarred,"
best of its knowledge and belief,that is and its
"suspended,""ineligible,""lower tier covered principals:
rrr transaction,""participant,""person,""primary covered a.Are not presently debarred,suspended, proposed
transaction,""principal,""proposal,"and"voluntarily for debarment,declared ineligible,or voluntarily
excluded,"as used in this clause,have the meanings excluded from covered transactions by any Federal
set out in the Definitions and Coverage sections of department or agency;
rrr rules implementing Executive Order 12549.You may
contact the department or agency to which this b. Have not within a 3-year period preceding this
proposal is submitted for assistance in obtaining a proposal been convicted of or had a civil judgement
copy of those regulations. rendered against them for commission of fraud or a
criminal offense in connection with obtaining,
f.The prospective primary participant agrees by attempting to obtain,or performing a public(Federal,
submitting this proposal that,should the proposed State or local)transaction or contract under a public
covered transaction be entered into, it shall not transaction;violation of Federal or State antitrust
knowingly enter into any lower tier covered statutes or commission of embezzlement,theft,
transaction with a person who is debarred, forgery,bribery,falsification or destruction of records,
'"r' suspended,declared ineligible,or voluntarily making false statements,or receiving stolen property;
excluded from participation in this covered
transaction,unless authorized by the department or c.Are not presently indicted for or otherwise
agency entering into this transaction. criminally or civilly charged by a governmental entity
(Federal, State or local)with commission of any of the
g.The prospective primary participant further agrees offenses enumerated in paragraph 1 b of this
by submitting this proposal that it will include the certification;and
clause titled"Certification Regarding Debarment,
Suspension, Ineligibility and Voluntary Exclusion- d. Have not within a 3-year period preceding this
Lower Tier Covered Transaction,"provided by the application/proposal had one or more public
department or agency entering into this covered transactions(Federal,State or local)terminated for
transaction,without modification, in all lower tier cause or default.
covered transactions and in all solicitations for lower 2.Where the prospective primary participant is unable
do tier covered transactions, to certify to any of the statements in this certification,
h.A participant in a covered transaction may rely such prospective participant shall attach an explanation
upon a certification of a prospective participant in a to this proposal.
lower tier covered transaction that is not debarred, +•..
MW suspended,ineligible,or voluntarily excluded from the
covered transaction, unless it knows that the 2.Instructions for Certification-Lower Tier
certification is erroneous.A participant may decide Covered Transactions:
the method and frequency by which it determines the
rrr eligibility of its principals.Each participant may, but is (Applicable to all subcontracts,purchase orders and
not required to,check the nonprocurement portion of other lower tier transactions of$25,000 or more-49
the"Lists of Parties Excluded From Federal CFR 29)
rr
9
r
a.By signing and submitting this proposal,the remedies available to the Federal Government,the
prospective lower tier is providing the certification set department or agency with which this transaction
out below. originated may pursue available remedies,including
b.The certification in this clause is a material suspension and/or debarment.
representation of fact upon which reliance was placed ft
when this transaction was entered into.If it is later
determined that the prospective lower tier participant Certification Regarding Debarment,Suspension,
knowingly rendered an erroneous certification,in Ineligibility Voluntary Exclusion—Lower Tier
Covered Transactions:and
addition to other remedies available to the Federal
Government,the department,or agency with which 1.The prospective lower tier participant certifies, by
this transaction originated may pursue available submission of this proposal,that neither it nor its
remedies,including suspension and/or debarment. principals is presently debarred,suspended,proposed
c.The prospective lower tier participant shall provide for debarment,declared ineligible,or voluntarily
immediate written notice to the person to which this excluded from participation in this transaction by any
proposal is submitted if at any time the prospective Federal department or agency.
lower tier participant learns that its certification was 2.Where the prospective lower tier participant is unable
erroneous by reason of changed circumstances. to certify to any of the statements in this certification,
d.The terms"covered transaction,""debarred," such prospective participant shall attach an explanation
"suspended,""ineligible,""primary covered to this proposal.
transaction,""participant,""person,""principal,"
"proposal,"and"voluntarily excluded,"as used in this
clause, have the meanings set out in the Definitions XII.CERTIFICATION REGARDING USE OF
and Coverage sections of rules implementing CONTRACT FUNDS FOR LOBBYING
Executive Order 12549.You may contact the person (Applicable to all Federal-aid construction contracts and
to which this proposal is submitted for assistance in to all related subcontracts which exceed$100,000-49
obtaining a copy of those regulations. CFR 20)
e.The prospective lower tier participant agrees by 1.The prospective participant certifies, by signing and
submitting this proposal that,should the proposed
covered transaction be entered into,it shall not submitting this bid or proposal,to the best of his or her
knowingly enter into any lower tier covered knowledge and belief,that:
transaction with a person who is debarred, a.No Federal appropriated funds have been paid or
suspended,declared ineligible,or voluntarily will be paid,by or on behalf of the undersigned,to
excluded from participation in this covered any person for influencing or attempting to influence
transaction,unless authorized by the department or an officer or employee of any Federal agency, a
agency with which this transaction originated. Member of Congress,an officer or employee of
f.The prospective lower tier participant further Congress,or an employee of a Member of Congress
agrees by submitting this proposal that it will include in connection with the awarding of any Federal
this clause titled"Certification Regarding Debarment, contract,the making of any Federal grant,the making
Suspension, Ineligibility and Voluntary Exclusion- of any Federal loan,the entering into of any
Lower Tier Covered Transaction,"without cooperative agreement,and the extension,
modification, in all lower tier covered transactions and continuation, renewal,amendment,or modification of
in all solicitations for lower tier covered transactions. any Federal contract,grant, loan,or cooperative
agreement. i
g.A participant in a covered transaction may rely b. If any funds other than Federal appropriated funds
upon a certification of a prospective participant in a
lower tier covered transaction that is not debarred, have been paid or will paid to any person for
suspended,ineligible,or voluntarily excluded from the influencing or attempting g to influence officer or
covered transaction, unless it knows that the employee of any Federal agency,a Member of
certification is erroneous.A participant may decide Congress,an officer or employee of Congress,or an
the method and frequency by which it determines the employee of a Member of Congress in connection
with this Federal contract,grant,loan,
eligibility of its principals.Each participant may,but is cooperative
not required to,check the Nonprocurement List. agreement,the undersigned shall complete and
submit Standard Form-LLL,"Disclosure Form to
h. Nothing contained in the foregoing shall be Report Lobbying,"in accordance with its instructions.
construed to require establishment of a system of
records in order to render in good faith the 2.This certification is a material representation of fact
certification required by this clause.The knowledge upon which reliance was placed when this transaction
r
was made or entered into.Submission of this
and information of participant is not required l
exceed that which is normally possessed by a certification is a prerequisite for making or entering into
prudent person in the ordinary course of business this transaction imposed by U.S.C. 1352.Any
dealings. person who fails to file the reqq U.S.C.
certification shall
besubject to a civil penalty of not less than$10,000 and
i.Except for transactions authorized under paragraph not more than$100,000 for each such failure.
e of these instructions,if a participant in a covered
transaction knowingly enters into a lower tier covered 3.The prospective participant also agrees by submitting
transaction with a person who is suspended, his or her bid or proposal that he or she shall require 111i
debarred,ineligible,or voluntarily excluded from that the language of this certification be included in all
participation in this transaction, in addition to other lower tier subcontracts,which exceed$100,000 and
1ri
10
that all such recipients shall certify and disclose subcontract for work which is,or reasonably may be,
rr accordingly. done as on-site work.
ATTACHMENT A-EMPLOYMENT PREFERENCE
FOR APPALACHIAN CONTRACTS
(Applicable to Appalachian contracts only.)
1. During the performance of this contract,the
contractor undertaking to do work which is,or
reasonably may be,done as on-site work,shall give
�+ preference to qualified persons who regularly reside in
the labor area as designated by the DOL wherein the
contract work is situated,or the subregion,or the
Appalachian counties of the State wherein the contract
�r work is situated,except:
a.To the extent that qualified persons regularly
residing in the area are not available.
b. For the reasonable needs of the contractor to
employ supervisory or specially experienced
personnel necessary to assure an efficient execution
of the contract work.
c. For the obligation of the contractor to offer
employment to present or former employees as the
result of a lawful collective bargaining contract,
provided that the number of nonresident persons
employed under this subparagraph 1 c shall not
exceed 20 percent of the total number of employees
employed by the contractor on the contract work,
except as provided in subparagraph 4 below.
err 2.The contractor shall place a job order with the State
Employment Service indicating(a)the classifications of
the laborers,mechanics and other employees required
to perform the contract work,(b)the number of
employees required in each classification, (c)the date
a� on which he estimates such employees will be required,
and(d)any other pertinent information required by the
State Employment Service to complete the job order
form.The job order may be placed with the State
Employment Service in writing or by telephone.If during
the course of the contract work,the information
submitted by the contractor in the original job order is
substantially modified,he shall promptly notify the State
rr
Employment Service.
3.The contractor shall give full consideration to all
qualified job applicants referred to him by the State
Employment Service.The contractor is not required to
grant employment to any job applicants who,in his
opinion, are not qualified to perform the classification of
work required.
4. If,within 1 week following the placing of a job order
as by the contractor with the State Employment Service,
the State Employment Service is unable to refer any
qualified job applicants to the contractor,or less than
the number requested,the State Employment Service
r will forward a certificate to the contractor indicating the
unavailability of applicants.Such certificate shall be
made a part of the contractor's permanent project
records. Upon receipt of this certificate,the contractor
may employ persons who do not normally reside in the
labor area to fill positions covered by the certificate,
notwithstanding the provisions of subparagraph 1 c
above.
■r 5.The contractor shall include the provisions of
Sections 1 through 4 of this Attachment A in every
r`
11
arr
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
(Exclusive of Appalachian Contracts)
Under Section Il, Paragraph 8b is revised as follows:
The reference to 49 CFR 23 is revised to read 49 CFR 26.
Under Section II, Paragraph 8b is supplemented with the following:
The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the recipient deems
appropriate. sk
Under Section ll, in accordance with standard specification 1-08.1(1) and applicable RCWs a new
paragraph 8d is added as follows:
The contractor or subcontractor agrees to pay each subcontractor under this prime contract for
satisfactory performance of its contract and/or agreement no later than ten (10)days from the
receipt of each payment the prime contractor receives from WSDOT or its sub-recipients. The
prime contractor agrees further to return retainage payments to each subcontractor within ten
(10) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of
payment from the above referenced time frame may occur only for good cause following written
approval of the WSDOT.This clause covers both DBE and non-DBE contractors.
Under Section IV, Paragraph 2b(4) is deleted.
Under Section IV, Paragraph 4, "and helpers" is deleted from the title.
Under Section IV, Paragraph 4a(1), add:
The provisions in this section allowing apprentices to work at less than the predetermined rate
when they are registered in a bona fide apprenticeship program registered with the U.S.
Department of Labor, Employment and Training Administration,or with the Bureau of
Apprenticeship and Training,does not preclude a requirement for the Contractor to pay to
apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency,
recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship
program.
Under Section IV, Paragraph 4c is deleted.
Under Section IV, Paragraph 6 is revised by deleting "helpers"and "helper".
Under Section IV, Paragraph 7 is revised by deleting "helpers".
Under Section V, Paragraph 2a is revised by deleting "helpers".
Under Section V, Paragraph 2d(2) is revised by deleting"helper".
Section VI, Records Of Material, Supplies,And Labor, is deleted.
Amendment to Form FHWA 1273
Revised May 25, 2007
V. CONTRACT SPECIFICATIONS CITY OF RENTON
L
v
CONTRACT SPECIFICATIONS
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
wr
Wr
irr
.r
irr
AMENDMENTS TO THE STANDARD SPECIFICATIONS
�r.
wr
Logan Avenue N. Bike Lane and Channelization Revision
City of Renton
February 2008
rr.
ww
TABLE OF CONTENTS
AMENDMENTS TO THE STANDARD SPECIFICATIONS................................................................................1
SECTION 1-03: AWARD AND EXECUTION OF CONRACT................................................................................1
r.r 1-03.1 Consideration of Bids..............................................................................................................................1
1-03.1(1) Tied Bids..........................................................................................................................................................1
SECTION1-04: SCOPE OF THE WORK..................................................................................................................1
■r 1-04.4(1) Minor Change.....................................................................................................................................1
1-04.5 Procedure and Protest by the Contractor................................................................................................I
SECTION 1-05: CONTROL OF MATERIAL...................................................................................................................2
1-05.1 Authority of the Engineer.........................................................................................................................2
.rr 1-05.12 Final Acceptance...................................................................................................................................2
SECTION 1-07: LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC...............................................................2
1-07.2(2) State Sales Tax:Work on State-Owned or Private Land..................................................................................2
1-07.9(1) General.............................................................................................................................................................2
we 1-07.15(1) Spill Prevention,Control and Countermeasures Plan.....................................................................................2
1-07.17(2) Utility Construction,Removal or Relocation by Others.................................................................................6
SECTION 1-08: PROSECUTION AND PROGRESS..........................................................................................................6
wr1-08.3 Progress Schedule...................................................................................................................................6
1-08.3(2) Progress Scheule Types....................................................................................................................................6
1-08.3(2)A Type A Progress Schedule........................................................................................................................6
1-08.5 Time for Completion................................................................................................................................6
r1-08.6 Suspension of Work.................................................................................................................................6
SECTION 1-09: MEASUREMENT AND PAYMENT........................................................................................................7
1-09.9 Payments..................................................................................................................................................7
1-09.9(1) Retainage..........................................................................................................................................................7
SECTION 1-10: TEMPORARY TRAFFIC CONTROL............................................................................................7
1-10.5. Payments.................................................................................................................................................7
1-10.5(1) Lump Sum Bid for Project(No Unit Items).....................................................................................................7
SECTION 2-01: CLEARING,GRUBBING,AND ROADSIDE CLEANUP............................................................................7
.w 2-01.31 Clearing
2-01.3(2) Grubbirig...........................................................................................................................................................8
SECTION 2-03: ROADWAY EXCAVATION AND EMBANKMENT..................................................................................8
r2-03.1 Description..............................................................................................................................................8
2-03.3(3) Excavation Below Subgrade.............................................................................................................................8
2-03.3(14)M Excavation of Channels and Ditches...........................................................................................................8
2-03.4 Measurement...........................................................................................................................................8
rrr2-03.5 Payment...................................................................................................................................................9
SECTION2-10: DITCH EXCAVATION.......................................................................................................................9
SECTION 5-01: CEMENT CONCRETE PAVEMENT REHABILITATION...........................................................................9
5-01.3(2)B Portland Cement Concrete........................................................................................................................9
SECTION5-04: HOT MIX ASPHALT...........................................................................................................................9
5-04.3(12)B Longitudinal Joints.................................................................................................................................9
5-04.3(21) Asphalt Binder Revision...............................................................................................................................10
ow SECTION 5-05: CEMENT CONCRETE PAVEMENT.....................................................................................................10
5-05.3(4)A Acceptance of Portland Cement Concrete Pavement.............................................................................10
SECTION 6-02: CONCRETE STRUCTURES.................................................................................................................10
6-02.3(17)N Removal of Falsework and Forms........................................................................................................10
arr 6-02.3(17)0 Early Concrete Test Cylinder Breaks...................................................................................................10
6-02.3(20) Grout for Anchor Bolts and Bridge Bearings...............................................................................................10
6-02.3(25)L Handling and Storage............................................................................................................................I 1
SECTION6-15: SOIL NAIL WALLS..........................................................................................................................11
Aw 6-15.3(8)A Verification Testing ...................11
6-15.3(8)B Proof Testing..........................................................................................................................................11
ire
Logan Avenue N.Bike Lane and Channelization Revision Page i
Contract Specifications-Amendments to Standard Specifications
�rrr
a
SECTION 6-17: PERMANENT GROUND ANCHORS....................................................................................................11 10
6-17.3(8)B Preformance Testing...............................................................................................................................l l
6-17.3(8)C Proof Testing..........................................................................................................................................12
SECTION 8-01: EROSION CONTROL AND WATER POLLUTION CONTROL.................................................................12
8-01.3(1) General...........................................................................................................................................................12 to
8-01.3(1)C Water Management.................................................................................................................................12
8-01.3(1)D Wattle Check Dam.................................................................................................................................12
8-01.3(12)Compost Stock..............................................................................................................................................12
8-01.3(13)Temporary Curb............................................................................................................................................12 rr
SECTION 8-02: ROADSIDE RESTORATION................................................................................................................12
8-02.3(3)Planting Area Weed Control............................................................................................................................12
SECTION 8-04: CURBS,GUTTERS,AND SPILLWAYS................................................................................................13
8-04.5 Payment.................................................................................................................................................13
SECTION 8-12: CHAIN LINK FENCES AND WIRE FENCE...............................................................................13
8-12.3(1)A Posts.......................................................................................................................................................13
8-12.3(1)C Tension Wire..........................................................................................................................................13
8-12.3(1)D Chain Link Fabric...................................................................................................................................13
SECTION8-15: RIPRAP.........................................................................................................................................14
8-15.3(1) Excavation for Riprap.....................................................................................................................................14
8-15.4 Measurement.........................................................................................................................................14
8-15.5 Payment.................................................................................................................................................14
SECTION 8-20: ILLUMINATION,TRAFFIC SIGNAL SYSTEMS AND ELECTRICAL........................................................14
8-20.3(4) Foundations....................................................................................................................................................14
SECTION8-21: PERMANENT SIGNING.....................................................................................................................15 1i
8-21.3(9)F Foundations.............................................................................................................................................15
8-21.3(10) Sign Attachment...........................................................................................................................................16
8-21.3(12) Steel Sign Posts............................................................................................................................................17
SECTION8-25: GLARE SCREEN..........................................................................................................................17 irfl
8-25.3(1) Glare Screen Fabric........................................................................................................................................17
8-25.3(5) Tension Cables...............................................................................................................................................17
8-25.3(6) Fittings,Attachments and Hardware..............................................................................................................18
SECTION 9-04: JOINT AND CRACK SEALING MATERIALS...........................................................................18
9-04.1(2) Premolded Joint Filler for Expansion Joints...................................................................................................18
SECTION 9-06: STRUCTURAL STEEL AND RELATED MATERIALS.............................................................................18
9-06.5(3) High Strength Bolts........................................................................................................................................18
9-06.13 Vacant..................................................................................................................................................19
SECTION9-09: TIMBER AND LUMBER.....................................................................................................................19
9-09.1 General Requirements...........................................................................................................................19
9-09.2 Gradel Requirements.............................................................................................................................19
9-09.2(1) Structures........................................................................................................................................................20
9-09.2(2) Guardrail Posts and Bl ocks.............................................................................................................................21
9-09.2(3) Sign Posts,Mileposts,Sawed Fence Posts,and Mailboxes............................................................................21
SECTION 9-14: EROSION CONTROL AND ROADSIDE PLANTING..............................................................................21
9-14.4(8) Compost.........................................................................................................................................................21
9-14.4(8)A Compost Approval.................................................................................................................................23
9-14.4(8)B Compost Acceptance..............................................................................................................................23
SECTION 9-16: FENCE AND GUARDRAIL.................................................................................................................23
9-16.1(1)A Post Material for Chain Link Fence.......................................................................................................23
9-16.1(1)B Chain Link Fence Fabric........................................................................................................................24
9-16.1(1)C Tension Wire..........................................................................................................................................24
9-16.1(1)D Fittings and Hardware.............................................................................................................................24
9-16.1(1)E Chain Link Gates....................................................................................................................................24
9-16.2(1)A Steel Post Material.................................................................................................................................24
9-16.3(2) Posts and Bl ocks.............................................................................................................................................25
9-16.3(3) Galvanizing....................................................................................................................................................25
9-16.3(4) Hardware........................................................................................................................................................25
9-16.3(5) Anchors..........................................................................................................................................................25
9-16.4(2) Wire Mesh............................................................................................................................................:.........25 ow
9-16.6(2) Glare Screen Fabric........................................................................................................................................25
9-16.6(3) Posts...............................................................................................................................................................25
rr
Logan Avenue N.Bike Lane and Channelization Revision Page ii
Contract Specifications-Amendments to Standard Specifications
40
rrr
9-16.6(5) Cable..............................................................................................................................................................26
9-16.6(6) Cable and Tension Wire Attachments............................................................................................................26
9-16.6(9) Fabric bands and Stretcher Bars.....................................................................................................................26
9-16.6(10) Tie Wire and Hog Rings...............................................................................................................................26
9-16.8(1) Rail and Hardware..........................................................................................................................................26
SECTION 9-19: PRESTRESSED CONCRETE GIRDERS.................................................................................................26
9-19.1 Aggregates and Proportioning..............................................................................................................26
SECTION 9-29: ILLUMINATION,SIGNAL,ELECTRICAL............................................................................................27
rrr 9-29.6 Light and Signal Standards...................................................................................................................27
No
ow
err
to
%V
am
go
sm
Logan Avenue N.Bike Lane and Channelization Revision Page iii
Contract Specifications—Amendments to Standard Specifications
err
1 INTRODUCTION
2 The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard
3 Specifications for Road,Bridge, and Municipal Construction.
4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract and supersede "
8 any conflicting provisions of the Standard Specifications. For informational purposes,the date following
9 each Amendment title indicates the implementation date of the Amendment or the latest date of revision.
10
11 Each Amendment contains all current revisions to the applicable section of the Standard Specifications
12 and may include references which do not apply to this particular project.
13
14 SECTION 1-03,AWARD AND EXECUTION OF CONTRACT
15 April 7,2008
16 1-03.1 Consideration of Bids
17 This section is supplemented with the following new sub-section.
18
19 1-03.1(1) Tied Bids
20 After opening Bids, if two or more lowest responsive Bid totals are exactly equal,then the tie-
21 breaker will be determined by drawing as described in this Section. Two or more slips of paper
22 will be marked as follows: one marked"Winner"and the other(s)marked"unsuccessful". The
23 slips will be folded to make the marking unseen. The slips will be placed inside a box. One
24 authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in
25 alphabetic order by the name of the firm as registered with the Washington State Department of
26 Licensing. The slips shall be unfolded and the firm with the slip marked"Winner"will be
27 determined to be the successful Bidder and eligible for Award of the Contract. Only those
28 Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to
29 draw.
30
31 SECTION 1-04, SCOPE OF THE WORK
32 April 7,2008
33 1-04.4(1) Minor Changes
34 The first sentence in the first paragraph is revised to read:
35 "
36 Payments or credits for changes amounting to $15,000 or less may be made under the bid item
37 "Minor Change."
38
39 1-04.5 Procedure and Protest by the Contractor
40 In the second paragraph,number 2,the reference to 7 calendar days is revised to 14 calendar days.
41
42 The second sentence in the fifth paragraph is revised to read:
43
44 The determination will be provided within 14-calendar days after receipt of the Contractor's
45 supplemental written statement(including any additional information requested by the Project
46 Engineer to support a continuing protest)described in item 2 above.
47
48
49
Logan Avenue N.Bike Lane and Channelization Revision Page 1
Contract Specifications—Amendments to Standard Specifications
�Nlii
I SECTION 1-05, CONTROL OF WORK
2 April 7, 2008
3 1-05.1 Authority of the Engineer
4 The fourth paragraph is revised to read:
5
6 At the Contractor's risk,the Project Engineer may suspend all or part of the Work according to
7 Section 1-08.6.
8
9 1-05.12 Final Acceptance
10 The second paragraph is revised to read:
' 11
12 The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of
13 the responsibility to indemnify, defend,and protect the Contracting Agency against any claim or
.. 14 loss resulting from the failure of the Contractor(or the subcontractors or lower tier
15 subcontractors)to pay all laborers, mechanics, subcontractors, materialpersons, or any other
16 person who provides labor, supplies, or provisions for carrying out the Work or for any payments
17 required for unemployment compensation under Title 50 RCW or for industrial insurance and
18 medical aid required under Title 51 RCW.
19
„w 20 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
21 April 7,2008
22 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land
.r 23 The following new paragraph is inserted in front of the first paragraph:
24
25 State Department of Revenue Rule 170 and its related rules apply for this section.
26
to 27 1-07.9(1) General
28 The following new paragraph is inserted to follow the sixth paragraph:
29
to 30 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator)that falls under
31 the provisions of RCW 39.12 because of the definition"Contractor"in WAC 296-127-010,
32 complies with all the requirements of RCW 39.12.
33
34 1-07.15(1) Spill Prevention, Control and Countermeasures Plan
35 This section is revised to read:
36
37 The Contractor shall prepare a project-specific spill prevention, control, and countermeasures
38 plan(SPCC Plan)that will be used for the duration of the project. The Contractor shall submit the
,rr 39 plan to the Project Engineer no later than the date of the preconstruction conference. No on-site
40 construction activities may commence until WSDOT accepts an SPCC Plan for the project.
41
42 The term"hazardous materials", as used in this Specification, is defined in Chapter 447 of the
43 WSDOT Environmental Procedures Manual(M31-11). Occupational safety and health
44 requirements that may pertain to SPCC Plan implementation are contained in but not limited to
45 WAC 296-824 and WAC 296-843.
46
47 Implementation Requirements
48 The SPCC Plan shall be updated by the Contractor throughout project construction so that the
49 written plan reflects actual site conditions and practices. The Contractor shall update the SPCC
50 Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All
law
Logan Avenue N.Bike Lane and Channelization Revision Page 2
Contract Specifications-Amendments to Standard Specifications
aw
1 project employees shall be trained in spill prevention and containment, and shall know where the
2 SPCC Plan and spill response kits are located and have immediate access to them.
3
4 If hazardous materials are encountered or spilled during construction,the Contractor shall do
5 everything possible to control and contain the material until appropriate measures can be taken. `
6 The Contractor shall supply and maintain spill response kits of appropriate size within close
7 proximity to hazardous materials and equipment.
8
9 The Contractor shall implement the spill prevention measures identified in the SPCC Plan before
10 performing any of the following:
11
12 1.Placing materials or equipment in staging or storage areas.
13 2. Refueling,washing, or maintaining equipment.
14 3. Stockpiling contaminated materials. to
15
16 SPCC Plan Element Requirements
17 The SPCC Plan shall set forth the following information in the following order: No
18
19 1. Responsible Personnel
20 Identify the name(s),title(s), and contact information for the personnel responsible for go
21 implementing and updating the plan, including all spill responders.
22
23 2. Spill Reporting
24 List the names and telephone numbers of the federal, State,and local agencies the
25 Contractor shall notify in the event of a spill.
26
27 3.Project and Site Information
28 Describe the following items:
29
30 A. The project Work.
31
32 B. The site location and boundaries.
33
34 C. The drainage pathways from the site.
35
36 D.Nearby waterways and sensitive areas and their distances from the site.
err
37
38 4. Potential Spill Sources
39 Describe each of the following for all potentially hazardous materials brought or
40 generated on-site(including materials used for equipment operation,refueling,
41 maintenance, or cleaning):
42
43 A.Name of material and its intended use.
44
45 B. Estimated maximum amount on-site at any one time.
46
47 C.Location(s)(including any equipment used below the ordinary high water
48 line)where the material will be staged, used, and stored and the distance(s)from
49 nearby waterways and sensitive areas.
50
No
Logan Avenue N.Bike Lane and Channelization Revision Page 3
Contract Specifications—Amendments to Standard Specifications
10
.r
1 D. Decontamination location and procedure for equipment that comes into
2 contact with the material.
3
4 E. Disposal procedures.
5
6 5. Pre-Existing Contamination
7 Describe any pre-existing contamination and contaminant sources(such as buried pipes
we 8 or tanks) in the project area that are described in the Contract documents. Identify
9 equipment and work practices that will be used to prevent the release of contamination.
10
No 11 6. Spill Prevention and Response Training
12 Describe how and when all personnel(including refueling contractors and
13 Subcontractors)will be trained in spill prevention, containment and response in
wr 14 accordance with the Plan.Describe how and when all spill responders will be trained in
15 accordance with WAC 296-824.
16
17 7. Spill Prevention
go 18 Describe the following items:
19
20 A. Spill response kit contents and location(s).
40 21
22 B. Security measures for potential spill sources.
23
r 24 C. Secondary containment practices and structures for hazardous materials.
25
26 D.Methods used to prevent stormwater from contacting hazardous materials.
ar 27
28 E. Site inspection procedures and frequency.
29
aw 30 F. Equipment and structure maintenance practices.
31
32 G.Daily inspection and cleanup procedures that ensure all equipment used below
33 the ordinary high water line is free of all external petroleum based products.
34
35 H. Refueling procedures for equipment that cannot be moved from below the
36 ordinary high water line.
37
38 8. Spill Response
39 Outline the response procedures the Contractor will follow for each scenario listed below.
go 40 Include a description of the actions the Contractor shall take and the specific, on-site,
41 spill response equipment that shall be used to assess the spill, secure the area, contain and
42 eliminate the spill source, and clean up and dispose of spilled and contaminated material.
go 43
44 A. A spill of each type of hazardous material at each location identified in 4,
45 above.
V, 46
47 B. Stormwater that has come into contact with hazardous materials.
48
49 C. A release or spill of any pre-existing contamination and contaminant source
am 50 described in 5, above.
51
or
Logan Avenue N.Bike Lane and Channelization Revision Page 4
Contract Specifications—Amendments to Standard Specifications
or
i
1 D.A release or spill of any unknown pre-existing contamination and contaminant so
2 sources(such as buried pipes or tanks)encountered during project Work.
3
4 E.A spill occurring during Work with equipment used below the ordinary high No
5 water line.
6
7 If the Contractor will use a Subcontractor for spill response,provide contact information
8 for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, no
9 and describe actions the Contractor shall take while waiting for the Subcontractor to
10 respond.
11 so
12 9. Project Site Map
13 Provide a map showing the following items:
14 to
15 A. Site location and boundaries.
16
17 B. Site access roads. go
18
19 C. Drainage pathways from the site.
20
21 D.Nearby waterways and sensitive areas. 1W
22
23 E. Hazardous materials,equipment, and decontamination areas identified in 4,
24 above.
25
26 F. Pre-existing contamination or contaminant sources described in 5,above.
27 .r
28 G. Spill prevention and response equipment described in 7 and 8, above.
29
30 10. Spill Report Forms
31 Provide a copy of the spill report form(s)that the Contractor will use in the event of a
32 release or spill.
33
34 Payment
35 Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is
36 included in the Proposal:
37
38 "SPCC Plan", lump sum.
39
40 When the written SPCC is accepted by WSDOT,the Contractor shall receive 50-percent of the
41 lump sum Contract price for the plan.
42
43 The remaining 50-percent of the lump sum price will be paid after the materials and equipment
44 called for in the plan are mobilized to the project.
45
46 The lump sum payment for"SPCC Plan" shall be full pay for: rr
47
48 1. All costs associated with creating the accepted SPCC Plan.
49
50 2.All costs associated with providing and maintaining the on-site spill prevention
51 equipment described in the accepted SPCC Plan.
Logan Avenue N.Bike Lane and Channelization Revision Page 5
Contract Specifications—Amendments to Standard Specifications
1
2 3.All costs associated with providing and maintaining the on-site standby spill response
3 equipment and materials described in the accepted SPCC Plan.
4
5 4.All costs associated with implementing the spill prevention measures identified in the
6 accepted SPCC Plan.
7
8 5.All costs associated with updating the SPCC Plan as required by this Specification.
9
10 As to other costs associated with releases or spills,the Contractor may request payment as
11 provided for in the Contract. No payment shall be made if the release or spill was caused by or
12 resulted from the Contractor's 1 operations, negligence, or omissions.
13
14 1-07.17(2) Utility Construction,Removal or Relocation by Others
15 The first sentence in the second paragraph is revised to read:
16
17 If the Contract provides notice that utility work(including furnishing, adjusting, relocating,
18 replacing, or constructing utilities)will be performed by others during the prosecution of the
19 Work,the Special Provisions will establish the utility owners anticipated completion.
20
21 The first sentence in the third paragraph is revised to read:
22
23 When others delay the Work through late performance of utility work, the Contractor shall adhere
+� 24 to the requirements of Section 1-04.5.
25
26 SECTION 1-08,PROSECUTION AND PROGRESS
27 January 7,2008
28 1-08.3(2)A Type A Progress Schedule
.r 29 This section is revised to read:
30
31 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the
32 date the contract is executed, or some other mutually agreed upon submittal time. The schedule may
33 be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless
34 of which format used, the schedule shall identify the critical path. The Engineer will evaluate the
r 35 Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days
36 of receiving the submittal.
37
38 1-08.5 Time for Completion
39 The third sentence in the first paragraph is revised to read:
40
41 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract
42 specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or
43 one of these holidays: January 1, the third Monday of January, the third Monday of February,
44 Memorial Day,July 4, Labor Day,November 11, Thanksgiving Day,the day after Thanksgiving, and
�+ 45 Christmas Day.
46
47 1-08.6 Suspension of Work
•� 48 The first paragraph is revised to read:
49
Logan Avenue N.Bike Lane and Channelization Revision Page 6
Contract Specifications—Amendments to Standard Specifications
rr
Itilir
1 The Engineer may order suspension of all or any part of the Work if:
2
3 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or
4
5 2. The Contractor does not comply with the Contract: or
6
7 3. It is in the public interest.
8
9 SECTION 1-09, MEASUREMENT AND PAYMENT
10 April 7,2008
11 1-09.9 Payments
12 The first paragraph is supplemented with the following:
13
14 For items Bid as lump sum,the Contractor shall submit a breakdown of their lump sum price in
15 sufficient detail for the Project Engineer to determine the value of the Work performed on a
16 monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the
17 date of the preconstruction meeting. +r
18
19 The second sentence in the third paragraph is revised to read:
20 rvr
21 Unless otherwise provided in the payment clause of the applicable Specifications,partial payment
22 for lump sum Bid items will be a percentage of the price in the Proposal based on the Project
23 Engineer's determination of the amount of Work performed,with consideration given to but not
24 exclusively based on the Contractors lump sum breakdown.
25
26 The third paragraph is supplemented with the following:
27 `
28 The determination of payments under the contract will be final in accordance with Section 1-05.1.
29
30 1-09.9(1) Retainage
31 In the fourth paragraph,number 1,the reference to$20,000 is revised to read $35,000.
32
33 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
34 January 7,2008
35 1-10.5(1) Lump Sum Bid for Project (No Unit Items) so
36 This section is revised to read:
37
38 "Project Temporary Traffic Control", lump sum. �r
39
40 The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor
41 in performing the Contract Work defined in Section 1-10, except for costs compensated by Bid
42 Proposal items inserted through Contract Provisions as described in Section 1-10.4(3).
43
44 SECTION 2-01, CLEARING, GRUBBING,AND ROADSIDE CLEANUP
45 April 7,2008
46
47 2-01.3(1) Clearing IMP
48 Item 3 is deleted.
49
rr
Logan Avenue N.Bike Lane and Channelization Revision Page 7
Contract Specifications—Amendments to Standard Specifications
VA
1 The first sentence in Item 4. is revised to read:
2 Follow these requirements for all stumps that will be buried deeper than 5-feet from the top, side,
3 or end surface of the embankment or any structure:
4
5 2-01.3(2) Grubbing
6 Item 2. e, is revised to read:
7
8 Upon which embankments will be placed except stumps may be close-cut or trimmed as allowed
9 in Section 2-01.3(1) item 4.
10
11 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
12 January 7,2008
.• 13 2-03.1 Description
14 The first sentence in the first paragraph is revised to read:
15
16 The Work described in this section, regardless of the nature or type of the materials encountered,
17 includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade,
r
19 excavating channels and ditches,removing slide material, and disposing of all excavated material.
20 2-03.3(3) Excavation Below Grade
21 The section title is revised to read:
22
23 2-03.3(3) Excavation Below Subgrade
24
25 The first sentence in the fifth paragraph is revised to read:
1W 26
27 Compaction. if the density of the natural earth under any area of the Roadway is less than that
28 required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform
"' 29 any or all of the following:
30
31 2-03.3(14)M Excavation of Channels
r 32 This section including title is revised to read:
33
34 2-03.3(14)M Excavation of Channels and Ditches
«. 35 Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes channels that
36 are part of the Roadway.
37
a, 38 Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes ditches that are
39 part of the Roadway.
40
00 41 Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance
42 with Section 2-01.
43
err
44 2-03.4 Measurement
45 The first sentence in the first paragraph is revised to read:
46
"' 47 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and
48 common borrow items will be measured by the cubic yard.
49
.r
Logan Avenue N.Bike Lane and Channelization Revision Page 8
Contract Specifications—Amendments to Standard Specifications
r
1 The fourth sentence in the first paragraph is revised to read:
2
3 For Roadway excavation, channel excavation and ditch excavation items,the original ground will be
4 compared with the planned finished section shown in the Plans.
5
6 2-03.5 Payment
7 The first paragraph is supplemented with the following:
8 �
9 "Channel Excavation",per cubic yard.
10 "Channel Excavation Incl.Haul",per cubic yard.
11 "Ditch Excavation",per cubic yard.
12 "Ditch Excavation Incl. Haul",per cubic yard.
13
14 The first sentence in the second paragraph is revised to read: wrr
15
16 The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl.
17 Haul", "Roadway Excavation —Area_", "Roadway Excavation Incl. Haul —Area_", "Channel go
18 Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl.
19 Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise
20 disposing of the material.
21 `
22 The second paragraph is supplemented with the following:
23
24 When a bid item is not included in the proposal for channel excavation or ditch excavation all costs
25 shall be included in roadway excavation.
26
27 The third paragraph is revised to read: ar
28
29 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply,
30 unless the Work differs materially from the excavation above Subgrade, then payment will be in rr
31 accordance with Section 1-04.4.
32
33 SECTION 2-10, DITCH EXCAVATION go
34 January 7, 2008
35 This section is deleted in its entirety. The section title is revised to read: so
36
37 2-10 VACANT
38 ■r
39 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
40 January 7, 2008
41 5-01.3(2)B Portland Cement Concrete
42 The third sentence in the third paragraph is deleted.
43 No
44 SECTION 5-04, HOT MIX ASPHALT
45 April 7,2008
46 to
47 5-04.3(12)B Longitudinal Joints
48 The first two paragraphs are revised to read:
s
Logan Avenue N.Bike Lane and Channelization Revision Page 9
Contract Specifications—Amendments to Standard Specifications
go
rrr
1
.. 2 The longitudinal joint in any 1 course shall be offset from the course immediately below by not
3 more than 6-inches nor less than 2-inches.All longitudinal joints constructed in the wearing
4 course shall be located at a lane line or an edge line of the Traveled Way.
S
6 On one-lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject
7 to approval by the Project Engineer, i£
g
9 1. The ramp must remain open to traffic, or
10
.r 11 2. The ramp is closed to traffic and a hot-lap joint is constructed.
12
13 a. If a hot-lap joint is allowed at the center of the traffic lane, 2 paving machines
14 shall be used; a minimum compacted density in accordance with Section 5-
15 04.3(10)13 shall be achieved throughout the traffic lane; and construction
16 equipment other than rollers shall not operate on any uncompacted mix.
17
+ter 18 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan A40.10-00."
19
20 5-04.3(21) Asphalt Binder Revision
21 This section is revised to read:
22
23 When the Contracting Agency provides a source of aggregate,the expected percentage content of
24 asphalt binder in the resulting mix will be identified in the Contract documents.
25
26 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix Asphalt
rir 27 produced with Agency-provided aggregate vary by more than plus or minus 0.3-percent from the
28 amount shown in the Contract documents,an adjustment in payment will be made. The
29 adjustment in payment(plus or minus)will be based on the invoice unit cost, including shipping
30 cost,without any markups. The quantity subject to an adjustment shall be the difference between
31 the JMF asphalt binder percentage and the contract document asphalt binder percentage except
32 that the first 0.3%of this difference shall not apply.No adjustment will be made when the
rr 33 Contractor elects not to use a Contracting Agency-provided source, or when no source is made
34 available by the Contracting Agency.
35
36 SECTION 5-05, CEMENT CONCRETE PAVEMENT
`r 37 January 7, 2008
38 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
39 The third sentence in the ninth paragraph is deleted.
40
41 SECTION 6-02, CONCRETE STRUCTURES
42 April 7,2008
43
44 6-02.3(17)N Removal of Falsework and Forms
wr 45 The fifth paragraph,beginning with"The Contractor may remove side forms,traffic barrier form, and
46 pedestrian barrier forms" etc, is deleted.
47
.■ 48 6-02.3(17)0 Early Concrete Test Cylinder Breaks
49 The third paragraph is revised to read:
%W
Logan Avenue N.Bike Lane and Channelization Revision Page 10
Contract Specifications—Amendments to Standard Specifications
wr
1 ,�r
2 The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23.
3
4 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
5 The title for this Section(on page 6-71) is revised to read:
6
7 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
8 �
9 6-02.3(25)L Handling and Storage
10 The fifth sentence in the third paragraph is deleted.
11
12 SECTION 6-03, STEEL STRUCTURES
13 April 7,2008
14 6-03.3(33) Bolted Connections
15 The second paragraph is revised to read:
16
17 All bolted connections are slip critical.Painted structures require either Type 1 or Type 3 bolts.
18 Unpainted structures require Type 3 bolts.AASHTO M 253 bolts shall not be galvanized or be
19 used in contact with galvanized metal.
20
21 6-03.3(38) Placing Superstructure
22 This section is revised to read:
23 +�+
24 The concrete in piers and crossbeams shall reach at least 80-percent of design strength before
25 girders are placed on them.
26 „o
27 6-03.4 Measurement
28 The second paragraph is revised to read:
29 do
30 Cast or forged metal(kind)shown in the Plans will be measured by the pound or will be paid for
31 on a lump sum basis,whichever is shown on the Proposal.
32
33 SECTION 6-15, SOIL NAIL WALLS
34 January 7, 2008
35 6-15.3(8)A Verification Testing
36 The last sentence in the sixth paragraph is revised to read:
37
38 The load-hold period shall start as soon as the load is applied and the nail movement with respect to
39 a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20, 30, 40, 50, and 60
40 minutes.
41 ""
42 6-15.3(8)B Proof Testing
43 The fifth sentence in the third paragraph is revised to read:
44
45 If the load hold is extended,the nail movement shall be recorded at 20, 30, 40, 50,and 60 minutes.
46
wo
.r
Logan Avenue N.Bike Lane and Channelization Revision Page 11
Contract Specifications—Amendments to Standard Specifications
10
fm
No 1 SECTION 6-17,PERMANENT GROUND ANCHORS
2 January 7, 2008
3 6-17.3(8)B Performance Testing
r 4 The fourth sentence in the fourth paragraph is revised to read:
5
6 If the load hold is extended,the anchor movement shall be recorded at 20 minutes, 30, 40, 50, and 60
7 minutes.
8
9 6-17.3(8)C Proof Testing
10 The fourth sentence in the second paragraph is revised to read:
11
12 If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 40, 50, and
13 60 minutes.
14
15 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
+ . 16 April 7,2008
17 \
18 8-01.3(1) General
rr 19 The ninth paragraph is revised to read:
20
21 If the Engineer,under Section 1-08.6,orders the Work suspended,the Contractor shall continue
22 to control erosion,pollution, and runoff during the shutdown.
23
24 8-01.3(1)C Water Management
25 Item 2. "Process Water"is supplemented with the following new first paragraph:
26
27 High pH process water or wastewater(non-stormwater)that is generated on-site, including water
28 generated during concrete grinding,rubblizing,washout, and hydrodemolition activities, shall not
rrr 29 be discharged to waters of the state. Water may be infiltrated upon the approval of the Engineer.
30 Off-site disposal of concrete process water shall be in accordance with Standard Specification 5-
31 01.3(11).
32
33 8-01.3(6)D Wattle Check Dam
34 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5).
35
36 8-01.3(12) Compost Sock
37 The last paragraph is deleted.
..
38
39 8-01.3(13) Temporary Curb
40 The first paragraph is revised to read:
+�► 41
42 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks,wattles, or
43 geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer.
�. 44
45 SECTION 8-02, ROADSIDE RESTORATION
46 April 7,2008
47
48 8-02.3(3) Planting Area Weed Control
Logan Avenue N.Bike Lane and Channelization Revision Page 12
Contract Specifications—Amendments to Standard Specifications
r
Irr
I The second paragraph is deleted.
2
3 This section is supplemented with the following:
4
5 Weed barrier mats shall be installed as shown in the Plans.Mats shall be 3-feet square and shall rw
6 be secured by a minimum of 5 staples per mat.Mats and staples shall be installed according to the
7 manufacturer's recommendations.
8
9 SECTION 8-04, CURBS, GUTTERS,AND SPILLWAYS
10 January 7,2008
.ir
11 8-04.5 Payment
12 The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck Apron
13 Outer Cem. Conc. Curb and Gutter"are revised to read:
14
15 "Roundabout Central Island Cement Concrete Curb",per linear foot.
16 "Roundabout Truck Apron Cem. Conc. Curb and Gutter",per linear foot. rr
17
18 This section is supplemented with the following new bid item:
19 w
20 "Roundabout Truck Apron Cement Concrete Curb",per linear foot.
21
22 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE so
23 January 7,2008
24 8-12.3(1)A Posts s
25 All references to"Type 3 fence" in the second and third paragraphs are revised to read"Type 3 and Type
26 4 fences".
27
28 The first sentence in the eighth paragraph is revised to read:
29
30 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner shown
31 in the Standard Plans. �r
32
33 The tenth paragraph is revised to read:
34
35 All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap designed to fit
36 securely over the post to support the top rail. All round posts for chain
37 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The base of the .rr
38 top cap fitting for round posts shall feature an apron around the outside of the posts.
39
40 8-12.3(1)C Tension Wire
41 This section including title is revised to read:
42
43 8-12.3(1)C Tension Wire and Tension Cable +
44 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by the
45 Engineer.
46 +•►
47 Tension Cables shall be installed in accordance with Section 8-25.3(5).
Logan Avenue N.Bike Lane and Channelization Revision Page 13
Contract Specifications—Amendments to Standard Specifications
wr
1
2 8-12.3(1)D Chain Link Fabric
3 The following new paragraph is inserted in front of the first paragraph:
4
6" 5 Attach the chain link fabric after the cables and wires have been properly tensioned and/or the top
6 rail has been installed.
7
8 The third and fourth sentences in the third paragraph are revised to read:
9
10 Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14-inch
11 intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the top rail, and
12 with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at
13 24-inch intervals.
14
15 SECTION 8-15,RIPRAP
16 April 7,2008
17
18 8-15.3(1) Excavation for Riprap
19 The second sentence of the first paragraph is revised to read:
+•� 20 Excavation below the level of the intersection of the slope to be protected and the adjacent
21 original ground or the channel floor or slope shall be classified, measured, and paid for as channel
22 excavation or ditch excavation in accordance with Section 2-03.
„r 23
24 8-15.4 Measurement
25 The following new paragraph is inserted to follow the fifth paragraph.
26
27 Channel excavation will be measured by the cubic yard as specified in Section 2-03.
28
29 The sixth paragraph is revised to read:
30
31 Ditch excavation will be measured by the cubic yard as specified in Section 2-03.
32
33 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03.
34
35 8-15.5 Payment
36 The bid item"Filter Blanket" is supplemented with the following:
37
38 The unit price for"Filter Blanket" shall be full payment for all costs incurred to perform the work
++r 39 in Section 8-15.3(7).
40
41 This section is supplemented with the following:
go 42 "Channel Excavation",per cubic yard.
43 "Channel Excavation Incl. Haul",per cubic yard.
44 "Ditch Excavation Incl. Haul", per cubic yard.
45 Payment for"Channel Excavation", "Channel Excavation Incl. Haul", "Ditch
46 Excavation" and"Ditch Excavation Incl. Haul" is described in Section 2-03.5.
47
48 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
49 April 7,2008
Logan Avenue N.Bike Lane and Channelization Revision Page 14
Contract Specifications-Amendments to Standard Specifications
+�r
1 „
2 8-20.3(4) Foundations
3 The fifth paragraph is revised to read:
4
5 Where soil conditions are poor,the Engineer may order the Contractor to extend the foundations
6 shown in the Plans to provide additional depth. Such additional Work will be paid for according
7 to Section 1-04.4.
8 �
9 SECTION 8-21, PERMANENT SIGNING
10 April 7,2008
11 8-21.3(9)F Bases
12 This section including title is revised to read:
13
14 8-21.3(9)F Foundations
15 The excavation and backfill shall be in conformance with the requirements of Section 2-09.3(1)E.
16 Where obstructions prevent construction of planned foundations,the Contractor shall construct an
17 effective foundation satisfactory to the Engineer.
18
19 The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation
20 beneath the existing ground line is formed or cased instead of being cast against the existing soil
21 forming the sides of the excavation,then all gaps between the existing soil and the completed
22 foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E.
23
24 Foundations shall be cast in one operation where practicable. The exposed portions shall be
25 formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of
26 concrete in accordance with the requirements of Section 6-02.3(14)B.
27
28 Where soil conditions are poor,the Engineer may order the Contractor to extend the foundations
29 shown in the Plans to provide additional depth. Such additional work will be paid for according to
30 Section 1-04.4.
31
32 Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be
33 finished to ground line,unless otherwise shown in the Plans or directed by the Engineer. Tops of
34 foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown
35 in the Plans.
36 me
37 Both forms and ground which will be in contact with the concrete shall be thoroughly moistened
38 before placing concrete;however, excess water in the foundation excavation will not be
39 permitted.Forms shall not be removed until the concrete has set at least three days.All forms aw
40 shall be removed, except when the Plans or Special Provisions specifically allow or require the
41 forms or casing to remain.
42
43 Foundation concrete shall conform to the requirements for the specified class,be cast38
44 in-place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3.
45
46 Sign structures shall not be erected on concrete foundations until foundations have attained a
47 compressive strength of 2,400 psi.
48
49 In addition to the basic requirements, sign bridges and cantilever sign structures shall be installed r
50 in accordance with the following:
40
Logan Avenue N.Bike Lane and Channelization Revision Page 15
Contract Specifications—Amendments to Standard Specifications
wo
1
2 1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to
3 the elevation shown in the Plans.
4
"Q 5 2. Steel reinforcing bars shall conform to Section 9-07.
6
7 3. Concrete shall be Class 4000, 1 except as otherwise specified. Where water is present
" 8 in the shaft excavations for Type 1 foundations for sign bridges and cantilever sign
9 structures,the shaft concrete shall be Class 4000P placed in accordance with Section 6-
10 02.3(6)B.
11
12 4.All bolts and anchor bolts shall be installed so that two class full threads extend
13 beyond the top of the top heavy-hex nut.Anchor bolts shall be installed plumb, plus or
.r 14 minus 1 degree.
15
16 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by
17 adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be
18 permitted.
19
20 6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be tightened
ow 21 in accordance with Section 6-03.3(33), and by the Turn-Of-Nut Method to a minimum
22 rotation of 1/4 turn and a maximum of 1/3 turn past snug tight. Permanent marks shall be
23 set on the base plate and nuts to indicate nut rotation past snug tight.
aw 24
25 In addition to the basic requirements,roadside sign structures shall be installed in accordance
26 with the following:
to 27
28 1. Tops of foundations shall be finished to final ground line,unless otherwise shown in
29 the Plans or staked by the Engineer.
g. 30
31 2. Spiral reinforcing shall conform to AASHTO M32.All other steel reinforcement shall
32 conform to the requirements of Section 9-07.
33
No 34 3. Concrete shall be Class 3000.
35
36 4. The assembly and installation of all Type TP—A or B bases for roadside sign
as 37 structures shall be supervised at all times by either a manufacturer's representative or an
38 installer who has been trained and certified by the manufacturer of the system. If the
39 supervision is provided by a trained installer,a copy of the installer certification shall be
as 40 provided to the Engineer prior to installation.
41
42 5. For all Type—A or B bases the Contractor shall attach four female anchors to a flat
W 43 rigid template following the manufacturer's recommendations. The Contractor shall
44 lower the anchor assembly into fresh concrete foundation and vibrate into position such
45 that the tops of the anchor washers are flush with the finished top surface of the
46 foundation. The Contractor shall support the template such that all anchors are level and
47 in their proper position.
48
49 Slip base and hinge connection nuts of roadside sign structures shall be tightened using a torque
50 wrench to the torque, and following the procedure, specified in the Standard Plans.
51
Logan Avenue N.Bike Lane and Channelization Revision Page 16
Contract Specifications—Amendments to Standard Specifications
r�r
1 8-21.3(10) Vacant irri
2 This section is revised to read:
3
4 8-21.3(10) Sign Attachment
5 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or
6 mounted to sign posts or sign structures as shown in the Standard Plans.
7 ,rr
8 Signs not conforming to the above, including all variable message sign(VMS)assemblies and
9 other message board type assemblies, shall be attached or mounted to sign posts or sign structures
10 by means of positive connections-defined as through bolted connections. The use of clips or
11 clamps to accomplish the attachment or mounting of such signs and assemblies is prohibited.
12
13 8-21.3(12) Steel Sign Posts
14 This section is revised to read: to
15
16 For roadside sign structures on Type—A or B bases,the Contractor shall use the following
17 procedures and manufacturer's recommendations: w�
18
19 1. The couplings, special bolts,bracket bolts, and hinge connection nuts on all Type—A
20 or B bases shall be tightened using the Turn-Of-Nut Tightening Method to a maximum
21 rotation of 1/2 turn past snug tight.
22
23 2. The Contractor shall shim as necessary to plumb the steel sign posts.
24
25 For roadside sign structures on all Type PL and SB slip bases,the Contractor shall use the
26 following procedures:
27
28 1. The Contractor shall assemble the steel sign post to stub post with bolts and flat
29 washers as shown in the Standard Plans.
30 as
31 2. Each bolt be tightened using a torque wrench to the torque,and following the
32 procedures specified in the Standard Plans.
33
34 SECTION 8-25, GLARE SCREEN
35 January 7, 2008
36 8-25.3(1) Glare Screen Fabric
37 The second sentence in the second paragraph is revised to read:
38 +r
39 Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands spaced at 1-foot
40 intervals.
41
42 The fourth sentence in the second paragraph is revised to read:
43
44 Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or other
45 approved methods,attached at 14-inch intervals.
46
47 8-25.3(5) Tension Cables ,
48 The following new paragraph is inserted in front of the first paragraph:
49
1W
Logan Avenue N.Bike Lane and Channelization Revision Page 17
Contract Specifications—Amendments to Standard Specifications
U0
ow
WA 1 Fasten the tension cables after the posts have been installed and those set in concrete have
2 sufficiently cured.
3
4 The second sentence in the second paragraph is revised to read:
�` 5
6 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or brace posts
7 with a short length of cable as shown in the Standard Plans.
�.. g
9 This section is supplemented with the following:
10
11 Attach U-bolt wire rope clips to the cable ends by placing the base (saddle) of the clip against the
12 live end of the cable, while the"U"of the bolt presses against the dead end. Two clips shall be used
13 per end, spaced a minimum of six cable diameters apart with a wire rope thimble placed securely in
�. 14 the loop eye to prevent kinking.
15
16 8-25.3(6) Fittings, Attachments and Hardware
"W 17 The first paragraph is deleted.
18
19 The second paragraph is revised to read:
20
21 A galvanized iron strap 1/4-inch in thickness by 2-inches in width, formed as shown in the Standard
22 Plans, shall be provided for the attachment of eye bolts and eye nuts to the base and top of the H
+rr 23 column posts in order to take the strain of the cable tension off the web of the H column. The straps
24 are required between any tension cable fitting and the H column, one per side, unless the screen post
25 is mounted to a guardrail post,then a strap is only required on the outside(nut side)face. The straps
26 are only required at tension cable attachment locations.
27
28 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS
29 January 7, 2008
30 9-04.1(2) Premolded Joint Filler for Expansion Joints
31 This section is revised to read:
32
33 Premolded joint filler for use in expansion (through)joints shall conform to either AASHTO M 213
r. 34 Specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural
35 Construction" except the requirement for water absorption is deleted, or ASTM D 7174
36 Specifications for "Preformed Closed-Cell Polyolefin Expansion Joint Fillers for Concrete Paving
37 and Structural Construction."
38
39 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
40 April 7,2008
41
42 9-06.5(3) High Strength Bolts
43 Paragraphs one through four are revised to read as follows:
44
45 High-strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or
46 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions.
47
ow
Logan Avenue N.Bike Lane and Channelization Revision Page 18
Contract Specifications—Amendments to Standard Specifications
rrr
1 Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall be
2 tested for embrittlement. Embrittlement testing shall be conducted after galvanization in
3 accordance with ASTM F 606, Section 7.The Manufacturer's Certificate of Compliance for the
4 lot provided shall show the ultimate tensile strength test results.
5
6 Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts
7 shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a minimum dry
8 film thickness of 2 mils per coat,when specified in the Plans or Special Provisions.
9
10 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3
11 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. '
12
13 Nuts for high strength bolts shall meet the following requirements:
14 +�+
15 AASHTO M 164 Bolts
16 Black Type AASHTO M 291 Grade C,C3,DH and DH3
17 AASHTO M 292 Grade 2H „
18 Black weathering Type 3 AASHTO M 291 Grade C3 and DH3
19 Galvanized Type 1 AASHTO M 291 Grade DH
20 AASHTO M 292 Grade 2H
21
22 AASHTO M 253 Bolts
23 Black Type 1 AASHTO M 291 Grade DH,D113
24 AASHTO M 292 Grade 2H
25 Black weathering Type 3 AASHTO M 291 Grade 13113
26
27 9-06.13 Copper Seals
28 This section including title is revised to read:
29
30 9-06.13 Vacant
31
32 SECTION 9-09, TIMBER AND LUMBER
33 January 7,2008
34 9-09.1 General Requirements
35 This section is revised to read:
36
37 All timber and lumber shall be sized as indicated in the Plans.
38 . �
39 All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber to be
40 painted shall be thoroughly air or kiln dried to an equilibrium moisture content and shall be stored in
41 such a manner as to remain in a thoroughly dry condition until placed into the work.
42
43 9-09.2 Grade Requirements
44 This section is revised to read:
45
46 Timber and lumber shall conform to the grades and usage listed below.
47
48 Timber and lumber shall be marked with a certified lumber grade stamp provided by one of the
49 following agencies:
Logan Avenue N.Bike Lane and Channelization Revision Page 19
Contract Specifications—Amendments to Standard Specifications
rr
1
w 2 West Coast Lumber Inspection Bureau(WCLIB)
3 Western Wood Products Association(WWPA)
4 Pacific Lumber Inspection Bureau(PLIB)
" 5 Any lumber grading bureau certified by the American Lumber Standards Committee
6
7 For structures, all material delivered to the project shall bear a grade stamp and have a grading
�. 8 certificate. The grade stamp and grading certificate will not constitute final acceptance of the
9 material. The Engineer may reject any or all of the timber or lumber that does not comply with the
10 specifications or has been damaged during shipping or upon delivery. The grading certificate shall
11 be issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill,
12 which shall be under the supervision of one of the grading bureaus listed above. The certificate shall
13 include the following:
14
15 Name of the mill performing the grading
16 The grading rules being used
17 Name of the person doing the grading with current certification
.r 18 Signature of a responsible mill official
19 Date the lumber was graded at the mill
20 Grade, dimensions,and quantity of the timber or lumber
21
22 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, the
23 material delivered to the project shall either bear a grade stamp on each piece or have a grading
r.r 24 certificate as defined above. The grade stamp or grading certificate shall not constitute final
25 acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not
26 comply with the specifications or has been damaged during shipping or upon delivery.
27
28 9-09.2(1) Surfacing and Seasoning
29 This section including title is revised to read:
30
31 9-09.2(1) Structures
32 All timber and lumber for structures shall be Douglas Fir-Larch unless specified otherwise in the
33 contract, and shall conform to the following:
34
Materials 2"to 4"nominal No. 1 and better,grade
thick, 5"nominal and wider (Section 123-b of WCLIB)or
(Structural Joists and Planks) (Section 62.11 of WWPA)
Materials 5"nominal and thicker No. 1 and better,grade
orr (Beams and Stringers) (Section 130-b of WCLIB)or
(Section 70.11 of WWPA)
35
rr 36 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No.2 or better or Hem-Fir
37 No. I.
38
39 When the material is delivered to the project, the Engineer will check the order for the appropriate
40 grade stamp. The invoice and grading certificate accompanying the order must be accurate and
41 complete with the information listed above. The grading certificate and grade markings shall not
42 constitute final acceptance of the material. The Engineer may reject any or all of the timber or
43 lumber that does not comply with the specifications or has been damaged during shipping or upon
44 delivery.
Logan Avenue N.Bike Lane and Channelization Revision Page 20
Contract Specifications—Amendments to Standard Specifications
wr
1
2 9-09.2(2) Vacant
3 This section including title is revised to read:
4 rr
5 9-09.2(2) Guardrail Posts and Blocks
6 Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall conform to
7 the species and grades listed below.
■r
8
Douglas Fir No. 1 and better,grade(Section 131-b WCLIB)
or(Section 80.11 WWPA)
Hem Fir Select Structural,grade(Section 131-a WCLIB)
or(Section 80.10 WWPA)
Southern Yellow Pine No. 1 and better,grade(Southern Pine Inspection Bureau) 40
9
10 When the material is delivered to the project, the Engineer will check the order for the appropriate
11 grade stamp. The grade markings shall not constitute final acceptance of the material. The Engineer
12 may reject any or all of the timber or lumber that does not comply with the specifications or has been
13 damaged during shipping or upon delivery.
14
15 9-09.2(3) Inspection
16 This section including title is revised to read:
17
18 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts
19 The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir-Larch
20 or Hem Fir.Timber and lumber for sawed fence posts and mailbox posts shall be Western Red Cedar, 40
21 Douglas Fir-Larch, or Hem Fir.
22
23 Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades shown ,
24 below.
25
4" X 4" Construction grade(Light Framing, rr
Section 122-b WCLIB)or(Section 40.11 WWPA)
4" X 6" No. 1 and better,grade(Structural Joists and
Planks, Section 123-b WCLIB)or(Section 62.11 WWPA) r
6" X 6",6" X 8", 8" X 10" No. 1 and better,grade(Posts and Timbers,
Section 131-b WCLIB)or(Section 80.11 WWPA) so
6" X 10", 6" X 12" No. 1 and better,grade(Beams and Stringers,
Section 130-b WCLIB)or(Section 70.11 WWPA)
26 at
27 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
28 April 7,2008
29 1'
30 9-14.4(8) Compost
31 This section is revised to read:
32 no
rr
Logan Avenue N.Bike Lane and Channelization Revision Page 21
Contract Specifications—Amendments to Standard Specifications
w.
IM 1 Compost products shall be the result of the biological degradation and transformation of plant-
2 derived materials under controlled conditions designed to promote aerobic decomposition.
3 Compost shall be stable with regard to oxygen consumption and carbon dioxide generation.
4 Compost shall be mature with regard to its suitability for serving as a soil amendment or an
' S erosion control BMP as defined below. The compost shall have a moisture content that has no
6 visible free water or dust produced when handling the material.
7
s 8 Compost production and quality shall comply with Chapter 173-350 WAC.
9
10 Compost products shall meet the following physical criteria:
12 1. Compost material shall be tested in accordance with U.S. Composting Council
13 Testing Methods for the Examination of Compost and Composting(TMECC) 02.02-B,
.r 14 "Sample Sieving for Aggregate Size Classification".
15
16 Fine Compost shall meet the following:
17
18
Min. Max.
19 Percent passing 2" 100%
20 Percent passing 1" 95% 100%
21 Percent passing 5/8" 90% 100%
22 Percent passing V4" 75% 100%
23 Maximum particle length of 6 inches
•.. 24
25 Coarse Compost shall meet the following:
26
27 Min. Max.
28 Percent passing 3" 100%
29 Percent passing 1" 90% 100%
.. 30 Percent passing 3/4" 70% 100%
31 Percent passing 1/4" 40% 60%
32 Maximum particle length of 6 inches
33
34 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting
35 Council TMECC 04.11-A, "1:5 Slurry pH".
36
37 3. Manufactured inert material(plastic, concrete, ceramics, metal, etc.)shall be less than
38 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08-A
39 "Classification of Inerts by Sieve Size".
40
41 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S.
42 Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter Method(LOI)".
43
44 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with
45 U.S. Composting Council TMECC 04.10 "Electrical Conductivity".
46
47 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council
48 TMECC 05.05-A, "Germination and Root Elongation".
49
50 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S.
51 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate".
Logan Avenue N.Bike Lane and Channelization Revision Page 22
Contract Specifications—Amendments to Standard Specifications
aw
1 rlw
2 8. The compost product must originate a minimum of 65 percent by volume from
3 recycled plant waste as defined in WAC 173-350 as"Type 1 Feedstocks."A maximum
4 of 35 percent by volume of"Type 2 Feedstocks,"source-separated food waste, and/or
5 biosolids may be substituted for recycled plant waste. The manufacturer shall provide a
6 list of feedstock sources by percentage in the final compost product.
7
8 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council
9 TMECC 05.08-E"Solvita®Maturity Index". Fine Compost shall score a number 6 or
10 above on the Solvita®Compost Maturity Test. Coarse Compost shall score a 5 or above
11 on the Solvita®Compost Maturity Test. "a
12
13 This section is supplemented with the following new sub-sections:
14 as
15 9-14.4(8)A Compost Approval
16 The Contractor shall either select a compost manufacturer from the Qualified Products List, or
17 submit the following information to the Engineer for approval: ;,
18
19 1. A Request for Approval of Material Source.
20 ON
21 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the
22 Jurisdictional Health Department as per WAC 173-350(Minimum Functional Standards
23 for Solid Waste Handling).
24
25 3. The manufacturer shall verify in writing, and provide lab analyses that the material
26 complies with the processes,testing, and standards specified in WAC 173-350 and these
27 specifications. An independent Seal of Testing Assurance (STA)Program certified
28 laboratory shall perform the analysis.
29
30 4. A copy of the manufacturer's Seal of Testing Assurance STA certification asssued by err
31 the U.S. Composting Council.
32
33 9-14.4(8)B Compost Acceptance �r"r
34 Seven days prior to initial application of any compost the Contractor shall submit a compost
35 sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for
36 each compost type to the Engineer for review.
37
38 The Contractor shall use only compost that has been tested within 90 calendar days of application
39 and meets the requirements in section 9-14.4(8). Compost not conforming to the above
40 requirements or taken from a source other than those tested and accepted shall be immediately '
41 removed from the project and replaced at no cost to the Contracting Agency.
42
43 SECTION 9-16, FENCE AND GUARDRAIL
44 January 7, 2008
45 9-16.1(1)A Post Material for Chain Link Fence
46 The first paragraph is supplemented with the following:
47
48 Round Post Material
49 Round post material shall be Grade 1 or 2.
rrr
Logan Avenue N.Bike Lane and Channelization Revision Page 23
Contract Specifications-Amendments to Standard Specifications
�1i1
w.
1
rr 2 Roll Form Material
3 Roll-formed post material shall be Grade 1.
4 Roll-formed end, corner, and pull posts shall have integral fastening loops to connect to the
5 fabric for the full length of each post. Top rails and brace rails shall be open rectangular
6 sections with internal flanges as shown in ASTM F1043.
7
8 The Round Post Material and Roll Form Material information following the third paragraph is deleted.
9
10 9-16.1(1)B Chain Link Fence Fabric
+rr 11 The first paragraph is revised to read:
12
13 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage wire
14 for chain link fence Type 1. The fabric shall be zinc-coated steel wire conforming to AASHTO M
15 181, Class C. Zinc 5-percent Aluminum-Mischmetal alloy meeting the requirements of ASTM B 750
16 may be substituted for zinc coating(hot-dipped)at the application rate specified by ASSHTO M 181
17 for hot-dip zinc coating. Coating for chain link fence fabric shall meet the requirements of ASTM A
18 817 with minimum weight of coating of uncoated wire surface 1.0 oz/sq ft(305 g/m2).
19
20 9-16.1(1)C Tension Wire
w. 21 This section including title is revised to read:
22
23 9-16.1(1)C Tension Wire and Tension Cable
24 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be
25 Class 1.
26
27 Tension cable shall meet the requirements of Section 9-16.6(5).
28
29 9-16.1(1)D Fittings and Hardware
30 This section is supplemented with the following:
31
32 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9).
33
34 Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9-
35 16.6(6).
36
37 9-16.1(1)E Chain Link Gates
38 The first sentence in the first paragraph is revised to read:
39
40 Gate frames shall be constructed of not less that 1 1/2-inch (LD.) galvanized pipe conforming to
41 AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A.
42
43 The fourth sentence in the first paragraph is revised to read:
44
45 All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or A-11-99
46 primer meeting the requirements of Section 9-08.2.
47
48 9-16.2(1)A Steel Post Material
49 The reference to "hot dip galvanized" in the first sentence in the second paragraph is revised to
50 "galvanized".
rrr
Logan Avenue N.Bike Lane and Channelization Revision Page 24
Contract Specifications—Amendments to Standard Specifications
rr►
1 wir
2 The first sentence in the third paragraph is revised to read:
3
4 Posts shall not be less than 7-feet in length.
5
6 9-16.3(2) Posts and Blocks
7 The first sentence in the second paragraph is revised to read:
ar
8
9 Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2).
10
11 9-16.3(3) Galvanizing
12 The first sentence in the first paragraph is revised to read:
13
14 W-beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with rrr
15 AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with
16 fabrication to include forming, cutting, shearing,punching, drilling,bending,welding, and riveting.
17
18 9-16.3(4) Hardware
19 This section is revised to read:
20 rw
21 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall
22 conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform
23 to 9-06.5(3).
24
25 Unfinished bolts will be accepted by field verification and documentation that bolt heads are
26 stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1-06.3
27 for high strength bolts,nuts, and washers prior to installing any of the hardware.
28
29 9-16.3(5) Anchors
30 The reference to"hot dip galvanized"in the tenth paragraph is revised to"galvanized". M
31
32 9-16.4(2) Wire Mesh
33 The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to
34 "galvanized".
35
36 9-16.6(2) Glare Screen Fabric
37 The reference to"A 491" in the second sentence in the first paragraph is revised to"ASTM A 491".
38
39 9-16.6(3) Posts
40 The first paragraph is revised to read:
41
42 Line posts for Type 1 glare screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel H column
43 with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1
44 5/8-inches by 2 1/4-inches galvanized steel H column with a minimum weight of 4.0 pounds per
45 linear foot, or 2-inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per
46 linear foot provided only one type shall be used on any one project.
47
48 The first paragraph is supplemented with the following:
49
1W
Logan Avenue N.Bike Lane and Channelization Revision Page 25
Contract Specifications—Amendments to Standard Specifications
aw
1 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8-inches steel H
2 column with a minimum weight of 2.8 pounds per linear foot.
3
4 The first sentence in the second paragraph is revised to read:
5
6 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside diameter
7 galvanized steel pipe with nominal weight of 3.65 pounds per linear foot.
.r g
9 The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to
10 "galvanized".
tM 11
12 The first two sentences in the fifth paragraph are revised to read:
13
am 14 All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum
15 average zinc coating is per square foot of surface area.
16
17 9-16.6(5) Cable
18 The reference to"hot dip galvanized" is revised to"galvanized".
19
20 9-16.6(6) Cable and Tension Wire Attachments
21 The reference to"hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized".
22
23 The third sentence in the first paragraph is deleted.
24
25 9-16.6(9) Fabric Bands and Stretcher Bars
26 The reference to"hot dip galvanized" is revised to"galvanized".
27
28 9-16.6(10) Tie Wire
29 This section including title is revised to read:
30
31 9-16.6(10) Tie Wire and Hog Rings
32 Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9
r�r 33 gage galvanized wire meeting the requirements ofAASHTO M 279. Galvanizing shall be Class 1.
34
35 Hog rings shall be 12 gage galvanized steel wire.
36
37 9-16.8(1) Rail and Hardware
38 The word"Composition"following the first paragraph is deleted.
39 SECTION 9-19, PRESTRESSED CONCRETE GIRDERS
40 April 7,2008
41
42 9-19.1 Aggregates and Proportioning
43 The first paragraph is revised to read:
�., 44
45 The concrete for prestressed girders shall have the minimum compressive strengths as specified
46 in the Plans.Aggregates used in the mix shall conform to the following:
47
48 Coarse aggregate shall be in accordance with Section 9-03.1(4).
49
err
Logan Avenue N.Bike Lane and Channelization Revision Page 26
Contract Specifications—Amendments to Standard Specifications
irr
1 Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class 2.
2
3 The manufacturer may revise the grading of the coarse aggregate provided that the
4 concrete mix design is qualified with the modified gradation. An alternative combined
5 gradation conforming to Section 9-03.1(5)may also be used.
6
7 SECTION 9-29,ILLUMINATION, SIGNAL,ELECTRICAL
8 April 7,2008
9
10 9-29.6 Light and Signal Standards
11 This section is supplemented with the following:
12
13 Materials for steel light and signal standards, and associated anchorage and fastening hardware,
14 shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise specified in one of
15 the following documents:
16
17 1. The steel light and signal standard fabricator's pre-approved plan as approved by the
18 Washington State Department of Transportation and as identified in the Special
19 Provisions.
20 "
21 2. The steel light and signal standard fabricator's shop drawing submittal, including
22 supporting design calculations, as submitted in accordance with Sections 6-01.9 and 8-
23 20.2(1)and the Special Provisions,and as approved by the Engineer.
w
+w
w
Mr
rr
rr
+r
Logan Avenue N.Bike Lane and Channelization Revision Page 27
Contract Specifications—Amendments to Standard Specifications
to
SPECIAL PROVISIONS
L
L
L
L
L
L
01-
L
ri
{
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
FEBRUARY 2008
') SPECIAL PROVISIONS
2
3 The following Special Provisions are made a part of this contract and supersede any conflicting
4 provisions of the 200$ Standard Specifications for Road,Bridge and Municipal Construction, and the
5 foregoing Amendments to the Standard Specifications.
6
7 Several types of Special Provisions are included in this contract; General, Region, Bridges and
8 -Structures,and Project Specific. Special Provisions types are differentiated as follows:
9
10 (date) General Special Provision
Notes a revision to a General Special Provision
12 and also notes a Project Specific Special
13 Provision.
14 (Regions' date) Region Special Provision
15 (BSP date) Bridges and Structures Special Provision
16
17 General Special Provisions are similar to Standard Specifications in that they typically apply to
18 many projects,usually in more than one Region. Usually,the only difference from one protect to
19 another is the inclusion of variable project data, inserted as a"fill-in".
20
21 Region Special Provisions are commonly applicable within the designated Region. Region
22 designations are as follows:
23
24 R_eons'
25 ER Eastern Region
26 NCR North Central Region
27 NWR Northwest Region
28 OR Olympic Region
29 SCR South Central Region
30 SWR Southwest Region
31
32 WSF Washington State Ferries Division
33
34 Bridges and Structures Special Provisions are similar to Standard Specifications in that they
35 typically apply to many projects,usually in more than one Region. Usually,the only difference from
36 one protect to another is the inclusion of variable project data,inserted as a"fill-in".
37
38 Project Specific Special Provisions normally appear only in the contract for which they were
39 developed.
CITYOF R£NTON
LOGAN:AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON SIKE LANE 1
1
2
3 DIVISION 1
4 GENERAL REQUIREMENTS
5
6 DESCRIPTION OF WORK
7
8 (March 13, 1995
9 This contract provides for the improvement of *** Logan Ave N from N 6d' St.to Park Ave N by
10 adding a bike lane. Work includes cement concrete and asphalt pavement removal, excavating,
11 embankment,grading, sawcutting,placement of cement concrete and hot mix asphalt,curb and gutter,
12 median island removal, relocation of signal poles at LoganAve N & N 10th St, relocation of signs,
13 and pavement marking *** and other work, all in accordance with the attached Contract Plans, these
14 Contract Provisions,and the Standard Specifications.
15
16 BID PROCEDURES AND CONDITIONS
17 1-02.6(1)is a new section.
19 Proprietary Information
20" Vendors should, in the bid proposal,identify clearly any material(s)which constitute "(valuable)
21 formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW
22 42.17.310,or any materials otherwise claimed to be exempt, along with a Statement of the basis
23 for such claim of exemption. The Department (or State) will give notice to the vendor of any
24 request for disclosure of such information received within 5 (five) years from the date of
25 submission. Failure to so label such materials or failure to timely respond after notice of request
26 for public disclosure has been given shall be deemed a waiver by the submitting vendor of any
27 claim that such materials are, in fact,so exempt.,
28
29 PUBLIC OPENING OF PROPOSALS
30 Section 1-02.12 is supplemented with the following:
32 The Contracting Agency reserves the right to postpone the date and time for bid opening.
33 Notification to bidder will be by addenda.
34
35 AWARD AND EXECUTION OF CONTRACT
36 AWARD OF CONTRACT
37 Section 1-03.2 is supplemented with the following:
38 (******)
39 The contract, bond form, and all other forms requiring execution,together with a list of all other
40 forms or documents required to be submitted by the successful bidder, will be forwarded to the
41 successful bidder within 10 days of the award. The number of copies to be executed by the
42 Contractor shall be determined by the Contracting Agency,
43
44 EXECUTION OF CONTRACT
45 Section 1-03.3 is revised and supplemented as follows:
47 Within 10 calendar days after receipt from the City of the forms and documents required to be
48 completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
49 prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory
50 bond as required bylaw and Section 1-03.4. Before execution of the contract by the Contracting
51 Agency, the successful bidder shall provide any pre-award information the Contracting Agency
52 may require under Section 1-02.15.
53
54 Until the Contracting Agency executes a contract,no proposal shall bind the Contracting Agency
55 nor shall any work begin within the project limits or within Contracting Agency-furnished sites.
56 The Contractor shall bear all risks for any work begun outside such areas and for any materials
57 ordered before the contract is executed by the Contracting Agency. VM
58
CITY OF RENTON
LOGAN AVE N.
BIKE LANE$CHANNELIZATION REVISIONS
RENTON BIKE LANE 2
1 If the bidder experiences circumstances beyond their control that prevents return of the contract
2 documents within 10 calendar days after the award date, the Contracting Agency may grant up
3 to a maximum of 10 additional calendar days for return of the documents, provided the
4 Contracting Agency deems the circumstances warrant it
5
6 The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
7 Contractor who is"not registered or licensed as required by the laws of the state. In addition, the
8 Contracting Agency requires pe rsons doing business with the Contracting Agency to possess a
9 valid City of Renton business license prior to award.
1Q
11 When the Bid Form provides spaces for a business license number, a Washington State
12 Contractors registration number, or both the Bidder shall insert such information in the spaces
13 provided. The'Contracting Agency requires legible copies of the Contractor's Registration and
14 business license be submitted to the Engineer as part of the Contracting Agency's post-award
15 information and evaluation activities.
1$
17 SCOPE OF WORD
18 Section 1-04.3 is a new section:
19
20 CONTRACTOR;DISCOVEREDDISCREPANCIES
21 Upon receipt of award of-contract, Contractor shall carefully study and compare all the
22 components of the Contract Documents and other instructions, and check and verify all field
23 measurements. Contractor shall,prior to ordering material or performing work,report in writing
24 to Engineer any error; inconsistency, or omission in respect to design or mode of construction,
25 which is discovered. If Contractor, in the course of this study or in the accomplishment of the
26 work, finds any discrepancy between the Plans and the physical condition of the locality as
27 represented in the Flans, or any such errors or omissions in respect to design or mode of
28 construction in the Plans or in the layout as given by points and instructions, it shall be
29 Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check
30 the same. Any work done after such discovery, until correction of Plans or authorization of extra
31 work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If
32 extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard
33 Specifications.
34,
35 PROGRESS ESTIMATES AND PAYMENTS
36 Section 1-04.8 is supplemented as follows:
37
38 The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate
39 of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final
40 in regard to the actual percentage of any lump sum pay item accomplished and eligible for
41 payment unless another specific method of calculating lump sum payments is provided
42 elsewhere in the specifications.
44 FINAL CLEANUP
45 Section 1-04.11 is supplemented as follows:
47 All salvage material as noted on the plans and taken from any of the discarded facilities shall,at
$: the engmeees discretion, be carefully salvaged and delivered to the City shops. Any cost
4 incurred in salvaging and delivering such items shall be considered incidental to the project and
50 no compensation will be made.`
51
Tie-cot it price for "Finish and Cleanup, lump sum," shall be full compensation for all work,
>> 53 etluiptrtent and materials required to perform final cleanup. If this pay item does not appear in
the contract documents then final clean up shall be considered incidental to the contract and to
`'65, other pay.item and no further compensation shall be made.
67
68 17041*6L OF WORK
69
CITY OF RENTON
LOGAN AVE N.
BIKE LANE$CHANNELIZATION REVISIONS
RENTON BIKE LANE 3
1 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES
2 Section 1-05.4 is supplemented with the following:
3
4 (December 4, 2006)
5 Contractor Surveying-Roadway
6 Copies of the Contracting Agency provided primary survey control data are available for the
7 bidder's inspection at the office of the Project Engineer.
8
9 The Contractor shall be responsible for setting,maintaining, and resetting all alignment stakes,
10 slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing,
11 paving, channelization and pavement marking,illumination and signals, guardrails and barriers,
12 and signing. Except for the survey control data to be furnished by the Contracting Agency,
13 calculations, surveying, and measuring required for setting and maintaining the necessary lines
14 and grades shall be the Contractor's responsibility.
15
16 Detailed survey records shall be maintained, including a description of the work performed on
17 each shift, the methods utilized, and the control points used. The record shall be adequate to
18 allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer
19 within three working days after the end of the shift.
20
21 The meaning of words and terms used in this provision shall be as listed in 'Definitions of
22 Surveying and Associated Terms" current edition, published by the American Congress on
23 Surveying and Mapping and the American Society of Civil Engineers.
24
25 The survey work shall include but not be limited to the following:
26
27 1 Verify the primary horizontal and vertical control furnished by the Contracting Agency,
28 and expand into secondary control by adding stakes and hubs as well as additional
29 survey control needed for the project. Provide descriptions of secondary control to the
30 Contracting Agency. The description shall include coordinates and elevations of all
31 secondary control points.
32
33 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
34 centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at
35 points on the alignments spaced no further than 50 feet.
36
37 3. Establish clearing limits,placing stakes at all angle points and at intermediate points
38 not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond
39 the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans.
40
41 4. Establish grading limits,placing slope stakes at centerline increments not more than 50
42 feet apart. Establish offset reference to all slope stakes.
43
44 5. Establish the horizontal and vertical location of all drainage features, placing offset
45 stakes to all drainage structures and to pipes at a horizontal interval not greater than 25
46 feet.
47
48 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and
49 at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at
50 horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve
51 sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii
52 with a radius less than 10 feet. Transversely, stakes shall be,placed at all locations
53 where the roadway slope changes and at additional points such that the transverse
54 spacing of stakes is not more than 12 feet.
55
56 7. Establish intermediate elevation benchmarks as needed to check work throughout the
57 project.
58
59 8. Provide references for paving pins at 25-foot intervals or provide simultaneous
60 surveying to establish location and elevation of paving pins as they are being placed.
CITY Of RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 4
1
2 9 For all other types of construction included in this provision,(including but not limited
3 to channelization and pavement marking, illumination and signals, guardrails and
4 barriers, and signing) provide staking and layout as necessary to adequately locate,
5 construct,and check the specific construction activity.
6'
7 The Contractor shall provide the Contracting Agency copies of any calculations and staking data
8 when requested by the Engineer.
_ 9
10 To facilitate the establishment of these lines and elevations,the Contracting Agency will provide
11 the Contractor with primary survey control information consisting of descriptions of two primary
12 control points used for the horizontal and vertical control, and descriptions of two additional
13 primary control points for every additional three miles of project length. Primary control points
14 will be described by reference to the project alignment and the coordinate system and elevation
15 datum utilized by the project. In addition, the Contracting Agency will supply horizontal
16 coordinates for the beginning and ending points and for each Point of Intersection (PI) on each
17 alignment included in the project.
18
19 The Contractor shall ensure a surveying accuracy within the following tolerances:
20
21 Vertical Horizontal
22 Slope stakes ±0.10 feet ±0.10 feet
23 Subgrade grade stakes set
24 0.04 feet below grade ±0.01 feet ±0.5 feet
25 (parallel to alignment)
26 ±0.1 feet
27 (normal to alignment)
28
29 Stationing on roadway N/A ±0.1 feet
30 Alignment on roadway N/A ±0.04 feet
31 Surfacing grade stakes ±0.01 feet ±0.5 feet
32 (parallel to alignment)
33 ±0.1 feet
34 (normal to alignment)
35
36 Roadway paving pins for
37 surfacing or paving ±0.01 feet ±0.2 feet
38 (parallel to alignment)
39 ±0.1 feet
40 (normal to alignment)
41
42 The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not
43 change the requirements for normal checking by the Contractor.
44
45 When staking roadway alignment and stationing, the Contractor shall perform independent
46 checks from different secondary control to ensure that the points staked are within the specified
47�� survey accuracy tolerances.
49 The Contractor shall calculate coordinates for the alignment. The Contracting Agency will
60:' ' Verify these coordinates prior to issuing approval to the Contractor for commencing with the
51 work. The Contracting Agency will require up to seven calendar days from the date the data is
52 received.
`53
54 Contract work to be performed using contractor-provided stakes shall not begin until the stakes
55 area approved by the Contracting Agency. Such approval shall not`relieve the Contractor of
66 responsibility for the accuracy of the stakes.
58 Stakes shall be marked in accordance with Standard Plan H-14. When stakes are needed that are
5 nut J ' 'ibed in the Plans, then those stakes shall be marked, at no additional cost to the
60 Contracting Agency as ordered by the Engineer.
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 5
1
2 Contractor Provided As-Built Information
3
4 It shall be the contractors responsibility to record the location prior to the backfilling of the
5 trenches, by centerline station, offset, and depth below pavement, of all existing utilities
6 uncovered or crossed during his work as covered under this project.
7
8 It shall be the contractors responsibility to have his surveyor locate by centerline station, offset
9 and elevation each major item of work done under this contract per the survey standard of
10 Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins
11 and Inlets,Valves, vertical and Horizontal Bends,Junction boxes,Cleanouts, Side Sewers, Street
12 Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles,
13 Electrical Cabinets.
14
15 After the completion of the work covered by this contract,the contractors surveyor shall provide
16 to the City the hard covered field book(s)containing the as-built notes and one set of white prints
17 of the protect drawings upon which he has plotted the notes of the contractor locating existing
18 utilities, and one set of white prints of the project drawings upon which he has plotted the as-
19 built location of the new work as he recorded in the field book(s). This drawing shall bear the
20 surveyors seal and signature certifying it's accuracy.
21
22 All costs for as-built work shall be included in the contract item "Roadway Surveying," lump
23 sum.
24
25 Payment
26 Payment will be made in accordance with Section 1-04.1 for the following bid item when
27 included in the proposal:
28
29 "Roadway Surveying", lump sum.
30
31 The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment,
32 materials, and supervision utilized to perform the work specified, including any resurveying,
33 checking, correction of errors, replacement of missing or damaged stakes, and coordination
34 efforts.
35
36 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK
37 Section 1-05.7 is supplemented as follows:
38 (* x** )
39 Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with
40 the intent of the Contract and without expense to Owner, and shall bear the expense of making
41 good all work of other contractors destroyed or damaged by such removal or replacement.
42
43 If Contractor does not remove such condemned work and materials and commence re-execution
44 of the work within 7 calendar days of notice from Engineer, Owner may correct the same as
45 provided in the Standard Specifications. In that case,Owner may store removed material.
46
47 If Contractor does not pay the cost of such removal and storage within 10 calendar days from the
48 date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10
49 calendar days'written notice,sell such materials at public or private sale,and deduct all costs and
50 expenses incurred from moneys due to Contractor, including costs of sale, and accounting to
51 Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be
52 liable to Owner for the amount of any deficiency from any funds otherwise due Contractor.
53
54
55 Operational Testing
56 Section 1-05.11(3)is supplemented as follows:
57 ( ** * )
58 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a
59 minimum of 3 working days'notice of the time for each test and inspection. If the inspection
60 is by another authority than Engineer, Contractor shall give Engineer a minimum of 3
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 6
I working days'notice of the date fixed for such inspection. Required certificates of inspection
2 by other authority than Engineer shall be secured by Contractor.
3
5 CONTROL OF MATERIAL
7 BUY AFRICA
8 Section 1-06 is supplemented with the following:
9
10 (August 6,2007)
11 The=4,or quantities of steel and iron construction material that is permanently incorporated into
12 the protect shall consist of American-made materials only. Buy America does not apply to
13 temporary ,steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and
14 falsework.
15
16 The Contractor may utilize minor amounts of foreign steel and iron in this project provided the
17 cost of the foreign material used does not exceed one-tenth of one percent of the total contract
18 cost or$2,500.00,whichever is greater.
19
20 American-made material is defined as material having all manufacturing rocesses occurring
21 domestically. To further define the coverage,a domestic product is a manufactured steel material
22 that was,produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the
23 territories and possessions of the United States.
24
25 If domestically produced steel billets or iron ingots are exported outside of the area of coverage,
26 as defined above, for any manufacturing process:then the resulting product does not conform to
27 the Buy America requirements. Additionally, products manufactured domestically from foreign
28 source steel,billets or iron ingots do not conform to the Buy America requirements because the
29 initial melting and mixing of alloys to create the material occurred in a foreign country.
30
31 Manufacturing begins with the initial melting and mixing, and continues through the coating
32 stage. Any process which modifies the chemical content,the physical size or shape, or the final
33 finish is considered a manufacturing process. The processes include rolling, extruding,
34 machining,bending,grinding, drilling,welding, and coating.The action of applying a coating to
35 steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing,
36 aluminizing, painting, and any other coating that protects or enhances the value of steel or iron.
37 Any process from the original reduction from ore to the finished product constitutes a
38 manufacturing process for iron.
39
40 Due to a nationwide waiver, Buy America.does not apply to raw materials (iron ore and alloys),
41 scrap(recycled steel or iron),and pig iron or processed,pelletized,and reduced iron ore.
42_
43 The following are considered to be steel manufacturing processes:
44
45 1. Production of steel by any of the following processes:
46
47 . : . a. Open hearth furnace.
49 b. Basic oxygen.
5B -
51 c. Electric furnace.
63 d. Direct reduction.
.64 -
56 2.. Rolling,heat treating,and any other similar processing.
57 3. Fabrication of the products.
a. Spinning wire into cable or strand.
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE T
1 b. Corrugating and rolling into culverts.
2
3 c. Shop fabrication.
4
5 A certification of materials origin will be required for any items comprised of, or containing,
6 steel or iron construction materials prior to such items being incorporated into the permanent
7 work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such
8 other form the Contractor chooses,provided it contains the same information as DOT Form 350-
9 109E1~.
10
11 APPROVAL OF MATERIALS PRIOR TO USE
12 Section 1-06.1 is supplemented as follows:
13 (******)
14" The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall
15 include the-quantity, manufacturer and model number, if applicable, of materials and equipment
16 to be installed under the Contract. This list will be checked by Engineer as to conformity with
17 the Contract Documents. Engineer will review the lists within 10 working days, noting required
18 corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer
19 within one week after receipt of required corrections. Engineer' s review and acceptance of the
20 lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor
21 for deviations from the Contract Documents:
22
23 SaiMples and Tests forAcceptance
24 'Section 1-06.2(1)is supplemented a follows:
25 (*** **)
26 The finished Work shall be in accordance with approved samples. Approval of samples by
27 Engineer does not relieve Contractor of responsibility for performance of the Work in
2$ accordance with the Contract Documents.
29
30 Statistical Evaluation of Materials forAcceptance
31 Section 1-06.02(2)is supplemented by adding the following:
33 Unless stated otherwise in the special provisions,statistical evaluation will not be used by the
34 City of Renton.
35
36 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
37
38 LAWS TO BE OBSERVED
39 Section 1-07.1 is supplemented as follows:
41 Contractor shall erect and properly-maintain, at all times, as required by the conditions and
42 progress of the work,all necessary safeguards for protection of workers and the public;shall post
43 danger signs warning against known or unusual hazards;and shall designate as Safety Supervisor
44 a responsible employee on the construction site whose duty shall be the enforcement of safety.
45 The name and position of such person so designated shall be reported in writing to Engineer by
46 Contractor.
47
48 Contractor shall, at all times, enforce strict discipline and good order among all employees and
49 shall not employ any person unfit or not skilled in the work assigned to him/her.
50
51 Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
52 public observation,shall be provided and maintained by Contractor.
53
54 STATE TAXES
55 Section 1-07.2 is supplemented with the following:
56
57 (March 13, 1995)'
58 The work on this contract is to be performed upon lands 'whose 'ownership obligates the
59 Contractor to pay Sales tax. The provisions of Section 1-07.2(1)apply.
60
CITY OF RENTON
LOGIN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 8
I PER�VIITS AND LICENSES
2 Section 1-07:6 is supplemented with the following:
3
4 (March 13, 1995)
5 No hydraulic permits are required for this project unless the Contractor's operations use, divert,
6 obstruct; or change the natural flow or bed of any river or stream,or utilize any of the waters of
7 the State or materials from gravel or sand bars,or from stream beds.
8 (* ***
9
10 The permits, easements, and right of entry documents that have been acquired are available for
11 inspection and review.
12
13 Contractor shad be required to comply with all conditions of the permits, easements, and rights
14 of entry, including the'S feet temporary construction easement along Boeing property (A draft
15 License Agreement is provided in Appendix C) at no additional cost to the Owner. The License
16 Agreement in Appendix C will be revised to match the contractor's schedule from Notice to
17 Proceed to Physical Completion once the schedule has been determined. Contractor is required
18 to indemnify Owner from claims on all easements and rights of entry.
19
20 All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall
21 comply with the special provisions and requirements of each.
22
23 Permits,permission under franchises, licenses and bonds of a temporary nature necessary for and
24 during the prosecution of the work, and inspection fees in connection therewith shall be secured
25 and paid for by Contractor. If Owner is required to secure such permits, permission under
26 franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be
27 charged against Contractor and deducted from any funds otherwise due Contractor.
.28 .
29 -LOAD LIMITS
30 Section 1-07.7 is supplemented with the following:
31
32 (March;13, 1995)
33 If the sources of materials provided by the Contractor necessitates hauling over roads other than
34 State Highways, the Contractor shall, at the Contractor's expense,make all arrangements for the
35 use of the haul routes.
a 36
37 WAGES
�. 38
39 General
40 Section 1-07.9(1)is supplemented with the following:
41
42 (February 20,2007)
43 The Federal wage rates incorporated in this contract have been established by the Secretary
44 of Labor under United States Department of Labor General Decision No.WA070001.
45
46 (April 2,2007)
:47.. Application of Wage Rates For The Occupation Of Landscape Construction
48 State prevailing wage rates for public works contracts are included in this contract and show
49 a separate listing for the occupation;
50
51 Landscape Construction,which includes several different occupation descriptions such
52 as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment
53 Operators,and Landscaping or Planting Laborers.
S5 In addition,federal wage rates that are included in this contract may also include occupation
'561" descriptions in Federal Occupational groups for work also specifically identified with
57- landscaping such as:
5$
59 Laborers with the occupation description,Landscaping or Planting,or
4
CITY OF RENTtI
LOGAN AVE N.
BIKE LANE A CFIANNELIZATION REVISIONS
RENTON BIKE LANE 9
1 Power Equipment Operators with the occupation description,Mulch Seeding Operator.
2 g p
3 If Federal wage rates include one or more rates specified as applicable to landscaping work,
4 then Federal wage rates for all occupation descriptions, specific or general, must be
5 considered and compared with corresponding State wage rates. The higher wage rate,either
6 State or Federal, becomes the minimum wage rate for the work performed in that
7 occupation.
9 Contractors are responsible for determining the appropriate crafts necessary to perform the
10 contract work. If a classification considered necessary for performance of the work is
11 missing from the Federal Wage Determination applicable to the contract, the Contractor
12 shall initiate a request for approval of a propose and benefit rate. The Contractor
13 shall prepare and submit Standard Form' 1444, Request for Authorization of Additional
14 Classification and Wage Rate available at httn://www.wdol.eov/clocs/sfl444.Rdf, and submit
15 the completed form to the Project Engineer's office. The presence of a classification wage
16 on the Washington State Prevailing Wage Rates For Public Works Contracts does not
17 exempt the use of form 1444 for the purpose of determining a federal'classification wage
18 rate.
20 REQUIREMENTS FOR NONDISCRIMINATION
21 Section 1=07.11 is supplemented with the following:
22
23 (March b,2000) -
24 2� Requirement For Affirmative Action to Ensure Equal Employment Op gMy ity(Executive Order
26
27 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
28 Federal Equal Employment Opportunity Construction Contract Specifications set forth
29 herein.
30
31 2. The goals and timetables for minority and female participation set by the Office of Federal
32 Contract Compliance Programs, expressed in percentage terms for the Contractor's
33 aggregate work force in each construction craft and in each trade on all construction work in
34 the covered area, are as follows:
35
36 Women-Stat wide
37
38 Timetable Goal
39
40 Until further notice 6:9%
41 Minorities by Standard Metropolitan Statistical Area(SMSA,
42
43 Spokane,WA:
44 SMSA Counties:
45 Spokane,WA 2.8
46 WA Spokane.
47 Non-SMSA Counties 3.0
48 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA
49 Lincoln,WA Pend Oreille;WA Stevens;WA Whitman.
50
51 Richland,W4
52 SMSA Counties:
53 Richland Kennewick,WA 5.4
54 WA Benton;WA Franklin.
55 Non-SMSA Counties 3.6
56 WA Walla Walla.
57
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&GHANNELIZATION REVISIONS
RENTON BIKE LANE 10
s
Yakima,WA:
2 , SMSA Counties:
3 Yakima,WA 9.7
4 WA Yakima.
`5
Non-SMSA Counties 7.2
6 WA Chelan;WA Douglas;WA Grant;WA Kittitas;WA Okanogan.
7
8 Seattle,WA:
9 'SMSA Counties:
10 Seattle Everett,WA 7.2
11 WA King,WA Snohomish.
12
Tacoma,WA 6.2
1$ WA Pierce.
14 Non-SIVMSA Counties 6.1
15 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA
16 Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston;
17 WA Whatcom.
1$
19 Port1UR:
20 SSA Counties;
21 Portland,OR-WA 4,5
22 WA Clark.
23 Non-SMSA Counties 3.8
24 WA Cowlitz; WA Klickitat; WA Skamania WA Wahkiakum.
25
26 These goals are applicable to each nonexempt Contractor's total on-site construction
27 workforce,regMess of whether or not part of that workforce;is performing work on a
2$ Federal, or federally assisted project, contract,; or subcontract until further notice.
29 Compliance with tli!goals and time tables is enforced;by the Office of Federal Contract
30 compliance Programs.
31
32 The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part
33 60-4 shall be,'basea on its implementation of the Equal Opportunity Clause, specific
34 affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a),
35 and its,efforts to,meet the goals, The hours `of minority and female employment and
36 training must be substantially uniform throughout the length of the contract, in each
i 37 construction craft and in each trade,;and the Contractor shall make a good faith effort to
3$ employ norines and women,evenly on each of its projects. The transfer of minority or
39 female employees or trainees from Contractor to Contractor or from project to project for
'40 the sole pulse of meeting the Contractor's goal shall be a violation of the contract, the
41 Executive Order.and the regulations in 41 CFR Part 60-4. Compliance'with the goals will
42 be measured-against the total work hours performed.
'43
44 3. The Contractor shall provide written notification to the tngineer within 10 working days of
45 award of,any construction subcontract in excess of$10,000 or more that are Federally
46 funded, at any tier for construction work under the contract resulting from this solicitation.
. The notification shall list the name, address and telephone number of the subcontractor;
r_
".pznttloyer identification number of the subcontractor; estimated dollar amount of the
$ subcontract; estimated starting and completion dates of the subcontract; and the
50 go,eographical area in which the contract is to be performed.
52 4 As used in this Notice, and in the contract resulting from this solicitation, the Covered Area
63 is 49,designated herein.
eral ual Em to ent i Construction Contract S cations
w er 1124
°57
1, `As used,in these specifications;
59
CITY OF RENTON
LOGAN AVE N.,
BIKE LANE&CHANNELI?ATION REVISIONS
RENTON BIKE LANE 11
1 a. Covered Area means the eo hical area described in the solicitation from
2 which this contract resultedp
3
4 b. Director means Director, Office of Federal Contract Compliance Programs,
5 United States Department of Labor,or any person to whom the Director delegates
6 authority;
7
8 c. Employer Identification Number means the Federal Social Security number used
9 on the Employer's Quarterly Federal Tax Return,U. S.'Treasury Department Form
10 941;
11
12 d. Minority includes:
13
(1) Black, a person having origins in any of the Black Racial Groups of
15
16
17 (2) Hispanic, a fluent Spanish speaking; Spanish surnamed person of
18 Mexican:, Puerto Rican, Cuban,Central American, South American, or
19 other Spanish origin.
20
21 (3) Asian or Pacific Islander,a person having origins in any of the original
22 peoples of the Pacific rim or the Pacific Islands, the-Hawaiian Islands
23 and Samoa.
24
25 (4) American Indian or Alaskan Native; a person having origins in any of
26 the original peoples of North;America, an&who maintain cultural
27 identification through tribal affiliation or community recognition.
28
29 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the
30 work involving any construction trade, it shall physically include in each subcontract in
31 excess of$10,000 the provisions of these specifications and the Notice which contains the
32 applicable goals for minority and female participation `.and which is set'forth' in the
33 solicitations from which-this contract resulted.
34
35 3. If the Contractor is participating(pursuant to 41 CFR 60-4.5)in a Hometown Plan approved
36 by the U.S. . Department of Labor in the covered area either individually or through an
37 association, its affirmative action obligations on all work in the flan area (including goals
38 and timetables) shall be in accordance with that Plan for those trades which have unions
39 participating in the Plan. Contractors must be able to demonstrate their participation in and
40 compliance with the provisions of any such Hometown Plan. Each Contractor or
41 Subcontractor participating in an approved Plan is individually required to comply with its
42 obligations under the EEO clause, and to make a good faith effort to achieve each goal
43 under me Plan in each trade in which it has employees. The overall good faith performance
44 by other Contractors or Subcontractors toward a goal i 'an approved Plan does not excuse
45 any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the
46 Plan goals and timetables.
47
48 4. The Contractor shall implement the specific affirmative action standards provided in
49 paragraphs 7a through '7p of this S ial Provision. The goals set forth in the solicitation
50 from which this contract resulted are expressed;as percentages I of the total hours of
51 employment and trainin* of minority and female I utilization the Contractor should
52 reasonably be able to achieve in each construction'trade in which it has employees in the
53 covered area Covered construction contractors performing construction work in
54 geographical areas where they do not have a Federal or federally assisted construction
56 contract shall apply the minority and female goals established for the geographical area
56 where the work is being performed. The Contractor is expected. to make substantially
57 uniform progress in meeting its goals in each craft during the period specified.
58
59 5.' Neither the provisions of any collective bargaining agreement, nor the failure by a union
60 with whom the Contractor has°a collective bargaining agreement,to refer either minorities
CITY OF RENTON
LOGAN AVE N
BIKE LANE&CMANNELIZATION REVISIONS
RENTON BIKE LANE 12
1 or women shall excuse the Contractor's obligations under these specifications, Executive
2 Order 11246,or the regulations promulgated pursuant thereto. P
3
4 6. In order for the nonworking training hours of apprentices and trainees to be counted in
5 meeting the goals, such apprentices and trainees must be employed by the Contractor during
6 the training period, and the Contractor must have made a commitment to employ the
7 apprentices and trainees at the completion of their training, subject to the availability of
$ employment opportunities. Trainees must be trained pursuant to training programs
-9 approved by the U.S. Department of Labor.
10
11 7. The Contractor shall take specific affirmative actions to ensure equal employment
12 opportunity. The evaluation of the Contractor's compliance with these specifications shall
13 be based upon its effort to achieve maximum results from its action. The Contractor shall
14 document these efforts fully, and shall implement affirmative action steps at least as
15 extensive as the following:
16
17 a. Ensure and maintain a working environment free of harassment, intimidation, and
1$ coercion at all sites, and in all facilities at which the Contractor's employees are
19 assigned to work. The Contractor, where possible, will assign two or more
20 women to each construction project. The Contractor shall specifically ensure that
29 all foremen,superintendents,and other on-site supervisory personnel are aware of
22 and carry out the Contractor's obligation to maintain such a working environment,
23 with specific attention to minority or female individuals working at such sites or
24 in such facilities.
_25
26 b. Establish and maintain a current list of minority and female recruitment,sources,
27 provide written notification to minority and female recruitment sources and to
28 community organizations when the Contractor or its unions have employment
29 opportunities available,and maintain a record of the organizations'responses.
30 -
31 c. Maintain a current file of the names, addresses and telephone numbers of each
32 minority and female off-the-street applicant and minority or female referral from
33 a union, a recruitment source or community organization and of what action was
34 taken with respect to each such individual. If such individual was sent to the
35 union hiring hall for referral and was not referred back to the Contractor by the
36 union or, if referred, not employed`by the Contractor,this shall be documented in
37 the file with the reason therefor, along with whatever additional actions the
38 Contractor may have taken.
39
40 d. Provide immediate written notification to the Director when the union or unions
41 with which the Contractor has a collective bargaining agreement has not referred
42 to the Contractor a minority person or woman sent by the Contractor,or when the
43' Contractor has other information that the union referral process has impeded the
44 Contractor's efforts to meet its obligations.
45
46 e. Develop on-the-job training opportunity and/or participate in training programs
47 for the area which expressly include minorities and women, including upgrading
4 #° programs and apprenticeship and trainee programs relevant to the Contractor's
49, employment needs, especially those programs funded or approved by the U.S.
50 Department of Labor. The Contractor shall provide notice of these programs to
51 the sources compiled under 7b above:
52
53 f. Disseminate the Contractor's.EEO policy by providing notice of the policy to
54 unions and training programs and requesting their cooperation in assisting the
55 Contractor in meeting its EEO obligations; by including it in any policy manual
56 and collective bargaining agreement; by publicizing it in the company newspaper,
7 annual report, etc.; by specific review of the policy with all management
58 personnel and with all minority and female employees at least once a year; and by
5 posting the company EEO policy on bulletin boards accessible to all employees at
60 each location where construction work is performed.
f CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 13
1
2 g. Review, at least annually, the company's -EEO policy and affirmative action
3 obligations under these specifications with all employees having any
4 responsibility for hiring, assignment, layoff, termination or other employment
5 decisions including specific review of these items with on-site supervisory
6 personnel such as Superintendents, General Foremen, etc., prior to the initiation
7 of construction work at any job site. A written record shall be made and
$ maintained identifying the time and place of these meetings, persons attending,
9 subject matter discussed,and disposition of the subject matter.
10
11 h. Disseminate the Contractor's EEO olicy externally by including it in any
12 advertising in the.news media, specifically including minority and female news
13 media, and providing written notification to and discussing the Contractor's EEO
14 policy with other Contractors and Subcontractors with whom the Contractor does
15 or anticipates doing business:
16'
17 i. Direct its recruitment efforts, both oral and written to mini rity, female and
18 community organizations, to schools with minority and female students and to
19 minority and female recruitment and training organizations _serving the
20 Contractor's recruitment area and employment needs, Not later than one month
21 prior to the date for the acceptance of applications for apprenticeship or other
22 training by any,recruitment source, the Contractor shall send written notification
23 to organizations such as the above,describing the openings,screening procedures,
24 and tests to be used in the selection process.
25
26 j. Encourage present minority and female employees to recruit other minority
27 persons and women and where reasonable, provide after school, summer and
28 vacation employment to minority and female youth both on the site and in other
29 areas of a Contractor's work force.
30
31 k. Validate all tests and other selection requirements where there is an obligation to
32 do so under 41 CFR Part 60-3.
33
34 1. Conduct,at least annually,an inventory and evaluation of all minority and female
35 personnel for promotional opportunities and encourage these employees to seek
'36 or to prepare for,through appropriate training,etc.,such opportunities.
37
38 m. Ensure that seniority practices,job classifications, work assignments and other
39 personnel practices,do not have a discriminatory effect by continually monitoring
40 all personnel and employment related activities to ensure that the EEO policy and
41 the Contractor's obligations under these specifications are being carried out.
42
43 n. Ensure that all facilities and company activities are nonsegregated except that
44 separate or single-user toilet and necessary changing facilities shall be provided to
45 assure privacy between the sexes.
46
47 o. Document and maintain a record of all solicitations of offers for subcontracts
48 from minority and female construction contractors and suppliers, including
49 circulation of solicitations to minority and female contractor associations and
60 other business associations.
51
52 p. Conduct a review, at least annually, of all supervisors' adherence to and
53 performance under the Contractor's EEO policies and affirmative action
54 obligations.
55
56 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling
57 one or more of their,affirmative action obligations (7a through 7p). The efforts of a
58 contractor association,joint contractor-union, contractor-community, or other similar group
59 of which the Contractor is a member and participant, may be asserted as fulfilling any one
60 or more of the.obligations under 7a through 7p of this Special Provision provided that the
Mt
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&`CHANNELIZATION REVISIONS
RENTON BIKE LANE 14
I Contractor actively participates in the group,makes eve ry effort to assure that th e
group has
2 a positive impact on the employment of minorities and women in the industry, ensure that
3 the concrete benefits of the program are reflected in the Contractor's minority and female
4 work-force participation, makes a good faith effort to meet its individual goals and
5 timetables,and can provide access to documentation which demonstrate the effectiveness of
6 actions taken on behalf of the Contractor. The obligation to comply, however, is the
7 Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the
8 Contractor's noncompliance.
9
10 9. A single goal for minorities and a separate single goal for women have been established.
11 The Contractor,:however, is required to provide equal employment opportunity and to take
12 affirmative action for all minority groups„both male and female, and all women, both
13 minority and non-minority. Consequently, the Contractor may be in violation of the
14 Executive Order if a particular group is employed in substantially disparate manner (for
15 example, even though the Contractor has achieved its goals for women generally, the
16 Contractor may be in violation of the Executive Order if a specific minority group of
17 women is underutilized).
18
19 10. The Contrctor shall not use the goals and timetables or affirmative action standards to
20 discriminate against any person because of race,color,religion,sex,or national origin.
21
22 11. The Contractor shall not enter into any subcontract with any person or firm debarred from
23 Government contracts°pursuant to Executive Order 11246.
24
25 12. The Contractor' shall carry out such sanctions and penalties for violation of these
26 specifications and of the Equal Opportunity Clause, including suspensions,terminations and
27 cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive
28 Order 11246, as amended, and its implementing regulations by the Office of Federal
29 Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and
30 penalties `shall be in violation of these specifications and Executive Order 11246, as
31 amended.
32_
AF
33 13. The Contractor, in fulfilling its obligations under these specifications, shall implement
34 specific affirmative action steps, at least as extensive as those standards prescribed in
35 paragraph T of.this Special Provision, so as to achieve maximum results from its efforts to
36 ensure equal employment opportunity. If the Contractor fails to comply with the
37 requirements of the Executive Order, the implementing regulations, or these specifications,
38 the Director shall proceed in accordance with 41 CFR 60-4.8.
39 -
40 14. The Contractor shall designate a responsible official to monitor all`employment related
41 activity to ensure that the company EEO policy is being carried out to submit reports
42 relating to the provisions hereof as may be required by the government and to keep records.
43 Records shall at least include, for each employee, their name,address, telephone numbers,
44 construction trade, union affiliation if any, employee identification number when assigned,
45 social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or
46 laborer), dates of changes in"status, hours worked per week in the indicated trade, rate of
47 pay, and locations at which the work was performed. Records shall be maintained in an
48 easily understandable and retrievable form; however, to the degree that existing records
9 satisfy this requirement,the Contractors will not be required to maintain separate records.
50
51 is. Nothing herein provided shall be construed as a,limitation upon the application of other
52 laws which establish different standards of compliance or upon the application of
53 requirements for the hiring of local or other area residents (e.g., those under the Public
54 Works Employment Act of 1977 and the Community Development Block Grant Program).
a5
56 gSeptember 17,2007)
isadvantaged Business Enterprise Participation
58 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this
59 contract.The requirements of this contract are to encourage DBE participation, supply a bidder's
60 list, and to report race neutral accomplishments quarterly as described in this special provision.
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNEL.IZATION REVISIONS
RENTON BIKE LANE 15
1 No reference will be included in the evaluation of bids/proposals, no minimum level of DBE
2 participation shall be required as a condition for receivin a award and bids/proposals will not
3 be rejected or considered non-responsive on that basis.
4
5 DBE Goals
6 No DBE goals have been assigned as a part of this contract:
7
8 Affirmative Efforts to Solicit DBE Participation
9 DBE firms shall have equal opportunity to compete for and perform subcontracts which the
10 Contractor enters into pursuant to this contract. Contractors are encouraged to:
11
12 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably
13 designed to provide DBEs capable of performing the work with timely notice of
14 such opportunities. All advertisements should include a provision encouraging
15 participation by DBE firms and may be done through general advertisements(e.g.
16 newspapers,journals,etc.)or by soliciting bids/proposals directly from DBEs.
17
18 2. Utilize the services of available minority community-based organizations,
19 minority contractor groups, local minority'assistance offices and organizations
20 that provide assistance in the recruitment and placement of DBEs and other small
21 businesses.
22
23 In addition, the Office of Minority and Women's Business Enterprises has two
24 DBE Supportive Services Offices available to assist you as follows:
25
26 Seattle: (206)553-7356
27 Tacoma: (253)680-7393
28
29 3. Establish delivery schedules, where requirements of the contract allow, that qg
30 encourage participation by DBEs and other small businesses.
31
32 4. Achieve attainment through joint ventures.
33
34 In the absence of a mandatory goal,all DBE participation that is attained on this project will
35 be considered as"race neutral participation and will be reported as such.
36
37 DBE Eligibility(for reporting purposes only)
38 Selection of DBEs:
39 DBEs utilized on the contract will be eligible to be counted as race neutral
40 participation only if the firm is identified as a DBE on the current list of firms
41 certified by the Office of Minority and Women's Business Enterprises (OMWBE), the
42 DBE firm is certified in the corresponding NAICS code(s) for the type of work to be
43 performed,and the DBE firm performs a commercially useful function.A list of firms
44 certified by OMWBE, including the NAICS codes for which they are certified, is
45 available from that office and on line through their website
46- (www.omwbe.wa.gov/directory/directory.htm)or by telephone at(3 60) 704-1181.
47
48 Counting DBE Participation For Reporting Race Neutral Accomplishments
49 When a DBE firm participates in a contract,only the value of the work actually performed
50 by the DBE will be counted as race-neutral participation.
51
52 1. Count the entire amount of the portion of the contract that is performed by the
53 DBE's own forces. Include the cost of supplies and materials obtained by the
54 DBE for the work of the contract, including supplies purchased or equipment
55 leased by the DBE (except supplies, materials, and equipment the DBE
56 Subcontractor purchases or leases from the prime Contractor or its affiliate,
57 unless the Prime Contractor is also a DBE). Work performed by a DBE,utilizing
58 resources of the Prime Contractor or its affiliates will not be counted as race-
59 neutral participation. In very rare situations, a DBE firm may utilize equipment
60 and/or personnel from a non-DBE firm other than the Prime Contractor or its
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&_CHANNELIZATION REVISIONS
RENTON BIKE LANE 16
1 affiliates. Should this situation arise the arrangement must be short-term and
2 have prior written approval from the Contracting Agency. The arrangement must
3 not erode a DBE fmn's ability to perform a Commercially Useful Function (See
4 discussion of CUF,below).
5
6 2. Count the entire amount of fees or commissions charged by a DBE firm for
7 providing a bona fide service, such as professional,technical, consultant, or
8 managerial services,or for providing bonds or insurance.
9
10 3. When a DBE subcontracts part of the work of its contract to another firm,the
11 value of the subcontracted work may be counted as race neutral participation
12 only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE
13 Subcontracts to a non-DBE firm does not count as race neutral participation.
14
15 4. When a non-DBE subcontractor further subcontracts to a lower-tier
16 subcontractor or supplier who is a certified DBE, then that portion of the
17 work further subcontracted may be counted toward the DBE goal, so long as
18 it is a distinct clearly defined portion of the work of the subcontract that the
19 DBE is performing with its own forces in a commercially useful function.
20
21 DBE Prime Contractor
22 A DBE prime Contractor may only count the work performed with its own forces and the
23 work performed by DBE Subcontractors and DBE suppliers.
24
25 Joint Venture
26 When a DBE performs as a participant in a joint venture,only that portion of the total dollar
27 value of the contract equal to the distinct,clearly defined portion of the work that the DBE
28 performs with its own forces will count as race neutral participation.
29
30 Commercially Useful Function
31 Payments to a DBE firm will count as race neutral participation only if the DBE is
32 performing a commercially useful function on the contract.
33
34 1. A DBE performs a commercially useful function when it is responsible for
35 execution of the work of the contract and is carrying out its responsibilities by
36 actually performing, managing, and supervising the work involved. To perform a
37 commercially useful function, the DBE must also be responsible, with respect to
3$ materials and supplies used on the contract, for negotiating price, determining
39 quality and quantity, ordering the material, installing(if applicable) and paying
40 for the material itself Two party checksare not allowed.
41
42 2. A DBE does not perform a commercially useful function if its role is limited to
43 that of an extra participant in a transaction, contract, or project through which
44 funds are passed in order to obtain the appearance of DBE participation.
45
46 Trucking
-47' Use the following factors in determining whether a DBE trucking company is performing a
48`
49 ; commercially useful function:
50 1. The DBE must be responsible for the management and supervision of the entire
51 trucking operation.for which it is listed on a particular contract.
52 '
5 2. The DBE must itself own and, with its own workforce,operate at least one fully
64, licensed, insured,and operational truck used on the contract.
3. The DBE receives credit only for the total value of the transportation services it
51 provides on the contract using trucks it owns or leases, licenses, insures, and
5 operates with drivers it employs.
59
CITY OF RENTON'
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 17
1 4. For oses of this paragraph a lease must indicate that the DBE has exclusive
2 use of fa pem
and over the ptruck. This does not preclude the leased truck from
3 working for others during the term of the lease with the consent of the DBE, so
4 long as the lease gives the DBE absolute priority for use of the leased truck.
5 Leased trucks must display the name and identification number of the DBE.
6
7 5. The DBE may lease trucks from another DBE firm, including an owner-operator
8 who is certified as a DBE. The DBE who leases trucks from another DBE may
9 report race-neutral participation for the total value of the transportation services
10 the lessee DBE provides on the contract.
11
12 6. The DBE may also lease trucks from a non-DBE firm and may enter an
13 agreement with an owner-operator who is a non-DBE. The DBE who leases
14 trucks from a non-DBE or employs a non-DBE owner-operator is entitled to
15 count race-neutral participation only for the fee or commission it receives as a
16 result of the lease arrangement. The DBE may not count the total value of the
17 transportation services provided by the lessee, since these services are not
18 provided by a DBE.
19
20 7. In any lease or owner-operator situation,as described in paragraphs 5 & 6 above,
21 - the following rules shall apply:
22
23 • A written lease/rental agreement on all trucks leased or rented, showing
24 the true ownership and the terms of the rental must be submitted and
25 approved by the Contracting Agency prior to the beginning of the work.
26 The agreement must show the lessor's name, trucks to be leased, and
27 agreed upon amount or method of payment(hour,ton, or per load). All
28 lease agreements'shall be for a long-term relationship, rather than for
29 the individual project. Does not apply to owner-operator arrangements.
30
31 • Only the vehicle,(not the operator) is leased or rented. Does not apply
32 to owner-operator arrangements.
33
34 8. In order for payments to be counted as race-neutral participation, DBE trucking
35 firms must be covered by a subcontract or a written agreement approved by
36 WSDOT prior to performing their portion of the work.
37
38 Expenditures paid to other DBEs
39 Expenditures paid to other DBEs for materials or supplies may be counted toward race
40 neutral participation as provided in the following:
41
42 Manufacturer
43 1. Counting
44 If the materials or supplies are obtained from a DBE manufacturer, count 100
45 percent of the cost of the materials or supplies toward race neutral participation.
46 ,
47 2. Definition
48 To be a manufacturer, the firm operates or maintains a factory or establishment
49 that produces, on the premises, the materials, supplies, articles, or equipment
50 required under the contract and of the general character described by the
51 specifications.
52
53 3. In order to receive credit as a DBE manufacturer, the firm must have received an
54 "on-site" review and been approved by WSDOT OEO to operate as a DBE
55 Manufacturing firm. To schedule a review,the manufacturing firm must submit a
56 written request to WSDOT/OEO and may not receive race neutral credit,until the
57 completion of the review. Once a firm's manufacturing process has been
58 approved in writing, it is not necessary to resubmit the firm for approval unless
59 the manufacturing process has substantially, changed. Information on approved
60 manufacturers may be obtained from WSDOT OEO.
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&C14ANNELIZATION REVISIONS
RENTON BIKE LANE 18
1
2 Regular Dealer
3 1. Counting
4 If the materials or supplies are purchased from a DBE regular dealer, 60 percent
5 of the cost of the materials or supplies will count toward race neutral
6 participation.
7
8 2. Definition
9 a) To be a regular dealer, the fmn must own, operate or maintain a store,
10 warehouse, or other establishment in which the materials, supplies, articles
11 or equipment of the general character described by the specifications and
12 required under the contract are bought, kept in stock, and regularly sold or
13 leased to the public in the usual course' of business. It must also be an
14 established,regular business that engages,as its principal business and under
15 its own name, in the purchase and sale or lease of the products in question.
16
17 b) A person may be a regular dealer in such bulk items as petroleum products,
18 steel, cement, gravel, stone, or asphalt without owning, operating, or
19 maintaining a place of business, as provided elsewhere in this sppecification,
20 if the person both owns and operates distribution equipment for the products.
21 Any supplementing of regular dealers' own distribution equipment shall be
22 by a long-term lease agreement and not on an ad hoc or contract-by-contract
23 basis.
24
25 c) . Packagers, brokers, manufacturers` representatives, or other persons who
26 arrange or expedite transactions are not regular dealers.
�i 27
2$ 3. Regular dealer status is granted on a contract-by-contract basis. To obtain regular
29 dealer status, a formal written request must be made by the interested supplier
30 ( tential regular dealer)to WSDOT/0E0. Included in the request shall be a full
31 description of the project,type of business operated by the DBE, and the manner
32 the DBE will operate as a regular dealer on the specific contract. Rules
33 applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once
34 the request is reviewed by WSDOT-0130, the DBE supplier requesting it will be
35 notified in writing whether regular dealer status was approved.
36
37 MateriAls`e r Supplies Purchased from a DBE
3$ With respect to materials or supplies purchased from a DBE who is neither a
39 manufacturer nor a regular dealer, the entire amount of fees or commissions charged ;
40 for assistance in the procurement of the materials and supplies or fees or transportation
41 charges for the delivery of materials or supplies required on a job site may be counted
42 as race neutral participation. No part of the cost of the materials and supplies
43 themselves may be applied as race neutral participation.
44
45 Procedures Between Award and Execution
46 After award of the contract, the successful bidder shall provide the additional information
7 described below. A failure to comply shall result in the forfeiture of the bidder's proposal
48 bond or deposit.
49
50 A last of all firms who submitted a bid or quote in an attempt to participate in this project
51 whether they were successful or not. Include the correct business name, federal employer
52 identification number(optional)and a mailing address.
53
54 The firms`identified by the Contractor may be contacted to solicit general information as
55 follows.
57 1. age of the firm
5$
59 2. average of its gross annual receipts over the past three-years
60
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNK'IZATION REVISIONS
RENTON BIKE LANE 19
I Procedures After Execution
2 Reporting
3 The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE
4 Participation"(actual payments)on a quarterly basis for any calendar quarter in which
5 DBE work is accomplished or upon completion of the project, as appropriate. The
6 quarterly reports are due on January 20` April 2&,July 20 ,and October 2&of each
7 year. The dollars reported will be in accordance with the "Counting DBE
8 Participation For Reporting Race Neutral Participation" section of this
9 specification.
10
11 In the event that the payments to a DBE have been made by an entity other than the
12 Prime Contractor (as in the case of a lower-tier subcontractor or supplier),then the
13 Prime Contractor shall obtain the quarterly report,including the signed affidavit,from
14 the paying entity and submit the report to the Contracting Agency.
15
16 Payment
17 Compensation for all-costs involved with complying with the conditions of this
18 specification and any associated DBE requirements is included in payment for the
19 associated contract items of work.
20
21 CH 139 1995)
22 �RAL AGENCY INSPECTION
23 Section 1-07.12 is supplemented with the following:
24
25 Required Federal.Aid Provisions
26 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
27 amendments thereto supersede any conflicting provisions of the Standard Specifications and are
28 made a part of this contract;provided, however,that if any of the provisions of FHWA 1273,as
29 amended, are less restrictive than Washington State Law, then the Washington State Law shall
30 prevail.
34
32 The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
33 insert the FHWA 1273 and amendments thereto in each subcontract,together with the wage rates
34 which are part of the FHWA 1273, as amended. Also, a clause shall be included in each
35 subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in
36 any lower tier subcontracts,together with the wage rates. The Contractor shall also ensure that
37 this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for
38 subcontractors and lower tier subcontractors. For this purpose, upon request to the Project
39 Engineer,the Contractor will be provided with extra copies of the F14WA 1273, the amendments
40 thereto,the applicable wage rates,and this Special Provision.
41
42 Private/Public Property
43 Section 1-07.16(1)is supplemented'by adding the following:
(** ***)
45 The Contracting Agency will obtain all easements and'franchises required for the project. The
46 contractor shall limit his operation to the areas obtained and shall not trespass on private
47 property.
4$
49 The Contracting Agency may provide certain lands, as indicated in connection with the work
50 under the contract together with the right of access to such lands'. The contractor shall not
51 unreasonably encumber the premises with his equipment or materials.
52
tractor shall provide,with no liability to the Contracting Agency, any additional land and
54 a cess thereto not shown or described that may be required for temporary construction facilities
55 or storage of materials. He shall construct all access roads, detour roads, or other temporary
56 work as required by his operations. The contractor shall confine his.equipment, storage of
57 material,and operation of his workers to those areas shown and described and such additional
58 areas as he may provide.
59 A. General. All construction work under this contract on easements,right-of-way, over private
60 property or franchise, shall' be confined to the limits of such easements, right-of-way or
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 20
1 franchise. All work shall be accom lisp
p ed,so as to cause the Ieast amount of disturbance and a
2 minimum amount of damage. The contractor shall schedule,his work so that trenches across
3 easements shall not be left open during weekends or holidays and trenches shall not be open for
}; 4 more than 44 hours.
5 B. Structures. The contractor shall remove such,existing structures as maybe necessary for the
6 performance of the work and, if required, shall rebuild the structures thus removed in as good a
7 condition as found. He shall also repair all existing structures which may be damaged as a result
8 of the work under this contract.
9 C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either
10 agricultural or lawns, and other surface improvements which are damaged by actions of the
11 contractor shall be,restored as nearly as possible to their original condition.
12 Prior to excavation on an easement or private right-of-way,the contractor shall strip top soil from
13 the trench or construction area and stockpile it in such a manner that it may be replaced by him,
14 upon completion of construction. Ornamental trees anal shrubbery shall be carefully removed
15 with the earth surrounding their roots wrapped in burlap and replanted in their original positions
16 within 48 hours.
17
18 All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of
19 equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to
20 trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the
21 trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means,of all
22 earth and debris.
23
24 The contractor,'shall-use rubber wheel equipment similar to the small tractor.-type backhoes used
25 by side sewer contractors for all work, including excavation and backfill,on easements or rights
26 of- way which have lawn areas. All fences, markers, mail boxes, or other temporary obstacles
27 shall be removed by the contractor and immediately replace,after the trench is backfilled,in their
28 original position. The contractor shall notify the Contracting Agency and property Owner at
29 least 24 hours in advance of any work done on easements or rights-of-way.
30
31 Damage to existing structures outside of easement areas that may result from dewatering and/or
32 other construction activity under this contract shall be restored to'their original condition or
33 better. The original condition shall be established by photographs taken and/or inspection made
34 prior to construction. All such work shall be done to the satisfaction of the property Owners and
35 the Contracting Agency at the expense of the contractor.
36 D. Streets. The contractor will assume all responsibility of restoration of the surface of all
37 streets(traveled ways)used by him if damaged.
38
39 In the event the contractor does not have labor or.material immediately available to make
40 necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting
41 Agency will make the necessary repairs and the cost of such repairs shall be paid by the
42 contractor.
43
44 The contractor is responsible for identifying and documenting any damage that is pre-existing or
45 caused by others. Restoration of excavation in City streets shall be done in accordance with the
46 City of Renton Trench Restoration Requirements, which is available at the Public Works
47 Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady
48 Way.
49
50 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
L 52 ,
51 Section 1-07.18 is deleted replaced by the following new section and subsections:
53
54 107.18(I) General
55 The contractor shall:obtain and maintain in full force and effect, from the Contract Execution
56 Date to the Completion Date, public liability and property damage insurance with an insurance
57 co y{ies) or through sources approved by the State Insurance Commissioner'pursuant to
56. R.Ca8:
59
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELI$ATION REVISIONS
RENTON BIKE LANE 21
1 The Contractor shall not begin work under the Contract until the required insurance has been
2 obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
3 Contractor,all subcontractors,Contracting Agency and the Contracting Agency's consultant. The
4 coverage shall protect against claims for bodily injuries; personal injuries, including accidental
5 death,as well as claims for property damages which may arise from any act or omission of the
6 Contractor or the subcontractor,or by anyone directly or indirectly employed by either of them.
7
$ If warranted work is required the Contractor shall provide the City pr oof that insurance coverage
9 and limits established under the term of the Contract for work are ui full force and effect during
10 the period of warranty work.
11
12 The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance
13 policy effecting coverages) required on the contract prior to the date work commences. Failure
14 of the Contractor to fully comply during the term of the Contract with the requirements described
15 herin will be considered a material breach of contract and;shall be caused for immediate
16 termination of the Contract at the option of the Contracting Agency.
17
18 1,07.18(2) Coverages
19 As part of the response to this proposal,the Contractor shall submit a completed City of Renton
20 Insurance Information form which details specific coverage and limits for this contract.
21
22 All coverage provided by the Contractor shall be in a form and underwritten by a company
23 acceptable to the Contracting'Agency. The City requires that all insurers:
24 1. Be licensed to do business within the State of Washington.
25 2. Coverage to be on an"occurrence"basis(Professional Liability and Pollution coverage
26 are acceptable when written on a claims-made basis). The City may also require proof
27 of professional liability coverage be provided for up to two (2) years after the
28 completion of the project.
29 3. The City may request a cry of the actual declaration page(s)for each insurance policy
30 affecting coverage(s)required by the Contract prior to the date work commences;
31 4. Possess a minimum A.M.Best rating of AVII(A rating of A XII or better is preferred.)
32 - If any insurance carrier possesses a rating of less than AVII, the City may make an
33 exception.
35 The City reserves the right to approve the security of the insurance coverage provided by the
36 insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the
37 Contractor to fully comply during the term of the contract with these requirements will be
38 considered a material.breach of contract and shall be cause for immediate termination of the
39 contract at the option of the City
40
41 The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
42 requiring such minimum insurance,the City of Renton shall not be deemed or construed to have
43 assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own
44 risks and if it deems appropriate and/or prudent,maintain'higher limits and/or broader coverage.
45
46 Coverage shalt include;
47 A. Commercial' General Liability ISO 1993 Form or equivalent. Coverage will be
48 written on an occurrence basis and include:
49 • Premises and Operations (including CG2503; General Aggregate'to apply per
50 project,if applicable).
51 • Explosion,Collapse and Underground Hazards
52 • Products/Completed Operations
53 a Contractual Liability(including Amendatory Endorsement CG 0043 or equivalent'
54 which includes defense coverage assumed under contract)
55 • Broad Form Property Damage
56 • Independent Contractors
57 • Personal/Advertising Injury
58 • Stop Gap Liability
59 B. Automobile Liability including all
60 • Owned Vehicles
criy OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNEIIZATION REVISIONS
RENTON BIKE LANE 22
1 + Non-Owned Vehicles
2 + Iced Vehicles
3 C.` Workers'Compensation
4 • Statutory Benefits(Coverage A) Show Washington Labor&Industries Number
5 D. Umbrella Liability(when necessary)
6 + Excess of Commercial General Liability and Automobile Liability. Coverage
7 should be as broad as primary.
8 E. Professional Liability - (whenever the work under this Contract includes Professional
9 Liability, (i.e. architectural, engineering, advertising, or computer programming) the
10 CONTRACTOR shall maintain professional liability covering wrongful acts, errors
11' and/or omissions of the CONTRACTOR for damage sustained by reason of or in the
12 course of operations under this Contract.
13 F. The Cor #`acting`Agency reserves the right to request and/or require additional
14 coverages as may be appropriate based on work performed(i.e.pollution liability).
15 -
16 CONTRACTOR. shall Name CITY OF RENTON, and its officers, officials, agents, employees
17 and volunteers as Additional Insured(ISO Form CG 2010 or equivalent). The CONTRACTOR
18 shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work.The
19 City reserves the. right to request copies of insurance,policies, if at their sole discretion it is
20 deemed appropriate,Further,all policies of insurance described above shall:
21 A. Be on a.primary basis not contributory with any other insurance coverage and/or self-
22 insurance parried by CITY OF RENTON.
23 B. Include a.Waiver of Subrogation Clause.
24 C. Sevembility of Interest Clause(Cross Liability)
25 D. Policy may'not be non-renewed, canceled or materially changed or altered unless
26 forty-five (45) days prior written notice is provided to CITY OF RENTON.
27 Notification shall be provided to CITY OF RENTbN'by certified mail.
28 1-07.18(3) Lames
29 LIMITS REQUIRED
30 Providing coverage in these stated amounts shall not be construed to relieve the contractor from
31 liability in excess of such limits. The CONTRACTOR shall carry the following limits of
32 liability as required below.
33 Commerelal General'Liability
General Aggregate* $2,000,000**
Products/Completed Operations $2,000,000 **
Aggregate
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000
Medical Payments (Any One $5,000
Person)
Stop Gap Liability $1,000,000
*General Aggregate to apply per project
(ISO Form CG2503 or equivalent
"Amount may vary.based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
'Cork 'Compensation
Statutory-Benefits-Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations $1,000,000
Aggregate
Professional Liability fIf
re uired
Each Occurrence/ $1,000,000
Incident/Claim
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE Z3
Aggregate $2,000,000
1
2 The City may require the CONTRACTOR to keep professional liability coverage in effect for up
3 to two(2)years after completion of the project.
4
5 The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general
6 aggregate or other aggregate limits are reduced: At their own expense;the CONTRACTOR will
7 reinstate the aggregate to comply with the minimum limits and requirements as stated in Section
8 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing
9 such coverage is in force.
10
11 1-0 7.18(4) Evidence of Imuran ey
12 Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance
13 by submitting to the CONTRACTING AGENCY the following;
14 1. City of Renton Insurance Information Form(attached-hetein)without modification.
15 2. Certificate of Insurance (Accord Form 25s or equivalent) codorming to items as
16 specified in Sections 1-07.18(1), 1-07.18(2), and 1 07.18(3)as revised above. Other
17 requirements are as follows:
18 A. Strike the following or similar wording: "This Certificate is issued as a matter of
19 information onl y and confers no rights upon the Certificate Holder";
20 B. Strike the wording regarding cancellation notification to the City: "Failure to
21 mail such notice shall impose no obligation or liability of any kind upon the
22 company,its agents or representatives".
23 C. Amend the cancellation clause to state: "Policy may not- be non renewed,
24 canceled or materially changed or altered unless 45 days prior written notice is
25 provided to the City". Notification shall be provided to the City by certified mail.
26 For Professional Liability coverage only, instead of the-cancellation language specified
27 above,the City will accept a written agreement that the consultants broker will provide the
28 required notification.
29
30
31 PUBLIC CONVENIENCE AND SAFETY
32
33 Construction Under 7kaffic
34 Section 1-07.23(1)is supplemented with the following:
35
36 (April 2,.2487)
37 Work Zone Clear Zone
38 The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The
39 WZCZ applies only to temporary roadside objects introduced by the Contractor's operations
40 and does not apply to preexisting conditions or permanent Work. Those work operations
41 that are actively in progress shall be in accordance with adopted and approved Traffic,
42 Control Plans,and other contract requirements.
43
44 During nonworking hours equipment or materials shall not be within the WZCZ unless they
45 are protected by permanent guardrail or temporary concrete barrier. The use of temporary
46 concrete barrier shall be permitted only if the Engineer approves the installation and
47 location.
48
49 During actual hours of work,unless protected as described above,only materials absolutely,
50 necessary to construction shall be within the WZCZ and only construction vehicles
51 absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop
52 or park on the shoulder of the roadway:
53
54 The Contractor's nonessential vehicles and employees <private vehicles shall not be
55 permitted to park within the WZCZ at any time unless protected as described above.
56
57 Deviation from the above requirements shall not occur unless the Contractor has requested
58 the deviation in writing and the Engineer has provided written approval.
59
CITY OF RENTON
LOGAN AVE N. ,
BIKE LANE&CHANNILIZATION REVISIONS
RENTON BIKE LANE 24
1 Minimum WZCZ distances are meas
used. frcnn.:the edge of traveled way and will be
2 determined as follows: ;
3
r1
35 mph „ ..
or less 10
40 mph 15
45 to 55 mph 20
60 mph or greater 30
5
4 *or 2-feet beyond the outside edge of sidewalk
6 Minimum Work Zone Clear Zone Distance
7
8 (August 7,2066)
9 Lane closures are subject to the following restrictions:
10
11 For work done within Logan Avenue(6'b Street to Garden Avenue)
12 Single lane closures will be allowed from 8:00 A.M.to 3:00 P.M.
r+` 13
14 For work along the west shoulder of Logan Avenue(6`'Street to 8'Street)
15 . The southbound curb lane will be allowed to be closed for the duration of the
16 project;
17 • Eastbound 8t' Street right turn lane onto Logan Avenue shall remain open and
18 have adequate spacing to allow traffic to merge onto a single southbound lane
19
20 For work along the west shoulder of Logan Avenue(8a'Street to le Street)
21 • Single lane closures will be allowed from 8:00 A.M.to 3:00 P.M
22 • The contractor may remove existing channelization markings and place
23 temporary or permanent marking to shift southbound traffic into the existing
24 center lane (TWLTL lane). This would allow the contractor to occupy the
25 southbound curb lane 24 hours a day for the duration of the project.
26 o The contractor shall maintain one through lane and one left'turn lane
27 - for southbound traffic at the 8`h Street intersection
i 28
29 For work along the west shoulder of Logan Avenue(10`h Street to Park Avenue)
30 • Single lane closures will be allowed from 8:00 A.M.to 3:00 RM
31 • The contractor may remove existing channelization markings and place
32 temporary or permanent marking to shift southbound traffic into the existing
33 center lane (TWLTL lane). This would allow the`contractor to occupy the
34 southbound curb lane 24 hours a day for the duration of the project.
35
36
37 If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer
38 may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any
39 change in the closure hours.
40
41 No lane closures will be allowed on a holiday or holiday weekend,or after 12:00 PM(noon)
2 on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday,
43 Sunday or Monday are considered a holiday weekend.
44
46 PROSECUTION AND;PROGRESS
47
48 Section 1-08.0 is a new section with subsection:
49 ( * **)
50
CITY OF RENTON
LOOAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 25
1 PRELIMINARY MATTERS
2 Preconstruction Conference
3 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
4 Additional documents may be furnished upon request at the cost of reproduction. Prior to
5 undertaking each part of the Work the Contractor shall carefully study and compare the Contract
6 Documents and check and verify pertinent figures shown therein and all applicable field
7 measurements.The Contractor shall promptly report in writing to the Engineer any conflict,error
8 or discrepancy which the Contractor may discover.
9
10 After the Contract has been executed, but prior to the Contractor beginning the Work, a
11 preconstruction conference will be held between the Contractor, the Engineer and such other
12 interested parties as may be invited.
13
14 The Contractor shall prepare and submit at the preconstruction meeting.
15 4 Contractor's plan of operation and progress schedule(3+copies)
16 4 Approval of qualified subcontractors (bring list of subcontractors if different from list
17 submitted with Bid)
18 4 List of materials fabricated or manufactured off the project
19 +' Material sources on the project
20 3 Names of principal suppliers
21 4 Detailed equipment list, including "Rental Rate Blue Book'" hourly costs (both
22 working and standby rates)
23 4 Weighted wage rates for all employee classifications anticipated to be used on Project
24 4 Cost percentage breakdown for lump sum bid item(s)
25 + Shop Drawings(bring preliminary list)
26 4 Traffic Control Plans(3+copies)
27 4 Temporary Water Pollution/Erosion Control Plan
28
29 In addition,the Contractor shall be prepared to address:
30 Bonds and insurance
31 Project meetings schedule and responsibilities
32 Provision for inspection for materials from outside sources
33 Responsibility for locating utilities
34 Responsibility for damage
35 Time schedule for relocations, if by other than Contractor
36 Compliance with Contract Documents
37 Acceptance and approval of work
38 Labor compliance,payrolls,certifications
39 Safety regulations for Contractors'and Owner's employees and representatives
40 Suspension of work,time extensions
41 Change order procedures
42 Progress estimates-procedures for payment
43 Special requirements of funding agencies
44 Construction engineering,advance notice of special work
45 Any interpretation of the Contract Documents requested by Contractor
46 Any conflicts or omissions in Contract Documents
47 Any other problems or questions concerning the work
48 Processing and administration of public complaints
49 Easements and rights of entry
50 Other contracts
51
52 The franchise utilities may be present at the preconstruction conference, and Contractor should
53 be prepared for their review and discussion of progress schedule and coordination.
54
56 SUBCONTRACTING
57 Section 1-08.1 is supplemented with the following:
58
59 (October 12, 1998)
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON SIKELANE 26
1 Prior to subcontractor any u ontractor or lower tier+.S - , 4,ra r beguunng work, the Contractor shall
2 submit to.th$ nineer a certification(WSIT P ;420-{304)that a written agreement between
3 the Contractor and the subcontractor or b0wem the subcontractor and any lower tier
4 subcontractor teas been executed. This certifeatton s11 also tee that these subcontract
5 include all the documents required'by the Special Provision Federal Agency.
6 Inspect%n. .
7
8' A•subcontractor or lower tier subcontractor will not be permitted to perform any work under the
9 contract until the following documents have been completed and submitted to the Engineer:
10
11 1. Request to Sublet Work(Form 421-012),and
12 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-
13 aid Projects(Forni 420-004).
14
15 The Contractor's records pertaining to the requirements of this Special Provision shall be open to
16 inspection or audit by representatives of the Contracting Agency during the life of the contract
17 and for a period of not less than three years after the date of acceptance of the contract. The
18 Contractor shall retain these records for that period. The Contractor shall also guarantee that
19 these records'of all'subcontractors and lower tier subcontractors shall be available and open to
20 similar inspection or audit for the same time period.
21
22 TIME FOR COMPLETION
23
24 (March 13, 1995)
25 Section 1-08.5 is supplemented with the following:
26
27 This project shall be physicallycompleted within***40`***working days.
28
29 SUSPENSION OF WORK
30 Section 1-08.6 is supplemented as follows:
31
Ar 32
33 Owner may at any time suspend the work, or any part thereof,by giving notice to Contractor in
L 34 writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in
35 the written notice from Owner to Contractor to do so.
36
37 Contractor shall not suspend work under the Contract without the written order of Owner.
38
39 If it has been determined that Contractor is entitled to an extension of time, the amount of such
40 extension shall be only to compensate for direct delays and shall be based upon Contractor's
41 diligently pursuing the work at a rate not less than that which would have been necessary to
42 complete the original Contract Work on time.
43
44 LIQUIDATED DAMAGES.
45 Section 1-08.9 is supplemented as follows:
47
48 In addition, Contractor shall compensate Owner for actual engineering inspection and
49 supervision costs and any other expenses and legal fees incurred by Owner as a result of such
50 delay. Such labor costs.will be billed to Contractor at actual costs,including administrative
51 overhead costs.
52 .
53 In the event that Owner is required to commence any lawsuit in order to enforce any provision of
54 this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its
55 costs,including reasonable attorneys fees,from Contractor.
CONTRACTOR'S PLANT AND EQUIPMENT
58 Section 1-08.11 is a new section:
59 { ** �
60 -
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION'REVISIONS
RENTON BIKE LANE 27
alone shall at all times be responsible for the adequacy,efficiency, and sufficiency
1 The contractor p q
2 of his and his subcontractor's plant and equipment. The Owner shall have the right to make use
3 of the contractor's plant and equipment in the performance of any work on the site of the work.
4
5 The use by the Owner of such plant and equipment shall be considered as extra work and paid
6 for accordingly.
7
8 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of
9 the site from the time contractor's operations have commenced until final acceptance of the work
10 by the engineer and the Owner. The contractor shall employ such measures as additional
11 fencing, barricades, and watchmen service, as he deems necessary for the public safety and for
12 the protection of the site and his plant and equipment. The Owner will be provided keys for all
13 fenced,secured areas.
14
15 ATTENTION TO WORK '
16 Section 1-08.12 is a new section:
17 (******)
18
19 The contractor shall give his personal attention to and shall supervise the work to the end that it
20 shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at
21 all times be represented by a competent superintendent who shall have full authority to execute
22 the same, and to supply materials, tools, and labor without delay, and who shall be the legal
23 representative of the contractor. The contractor shall be liable for the faithful observance of any
24 instructions delivered to him or to his authorized representative.
25 .
26 MEASUREMENT AND PAYMENT
28 MEASUREMENT OF QUANTITIES r
29 Section 1-09.1 is supplemented by adding the following:
31
32 Lump Sum. The percentage of lump sum work completed, and payment will be based on the
33 cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction
34 conference.
35 t"
36 The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown
37 shall list the items included in the lump sum together with a unit price of labor, materials, and
38 equipment for each item. The summation of the detailed unit prices for each item shall add up to
39 the lump sum bid. The unit pprice values may be used as a guideline for determining progress
40 payments or deductions or additions in payment for ordered work changes.
41
42 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in
43 the following manner. Where items are specified to be paid by the cubic yard,the following tally.
44 system shall be used.
45
46 All trucks to be employed on this work will be measured to determine the volume of each truck.
47 Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no
48 duplication of numbers.
49
50 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on
51 the project. All tickets received that do not contain the following information will not be
52 processed for payment:
53 1 Truck number
54 2 Quantity and type of material delivered in cubic yards
55 3 Drivers name,date and time of delivery
56 4 Location of delivery,by street and stationing on each street
57 5 Place for Engineer to acknowledge receipt .
58 6 Pay item number
CITY OF RENTO
N
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 28
1 7 Contract number,and/or name
2
3 It will ContraeW9 responsibility to see that at ticket is given to Engineer on the project for
4 each truckload'of material delivered. Pay quantities will be prepared on the basis of said tally
5. tickets.
6
7 Loads will be checked by Engineer to verify quantity shown on ticket.
�i $
9 Quantities by Ton. it will be Contractor's responsibility to see that a certified weight ticket is
10 given to the Inspector on the project at the time of delivery of materials`for each truckload
11 delivered. Pay quantities will be prepared on the basis of said tally tickets,delivered to Inspector
12 at time of delivery of materials. Tickets not receipted by Inspector will not be honored for
13 payment.
14
15 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no
16 duplication of numbers.
17
18 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
19 project. All tickets received that do not contain the following information will not be processed
20 for payment:
21' 1. Truck number
22 2. Truck We weight(stamped at source)
23 3. Gross truck load weight in tons(stamped at source)
24 4. Net load weight(stamped at source)
25 5. Driver's name,date;and time of delivery
26 6. Location for delivery by street and stationing on each street
27 7. Place for Engineer to acknowledge receipt
28 8. Pay item number,
29 9. Contract number and/or name
311 SCOPE OF PAYMENT
32 Section 1-09:3 is supplemented by adding the following:
33 (* ****)
34
35 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
36 "Payment" clause of each Section of the Standard Specifications, will be the only items for
37 which compensation will be made for the Work described in or specified in that particular
38 Section when the Contractor performs the specified Work Should a Bid Item be listed in a
39 "Payment" clause but not in the Proposal Form,' and Work for that item is performed by the
40 Contractor and the work is not stated as included in or incidental to a pay item in the contract and
41 is not work that would be required to complete the intent of the Contract per Section 1-04.1,then
42 payment for that Work will be made as for Extra Work pursuant to a Change Order.
43
44 The words`Bid Item," "Contract Item," and "Pay Item,"and similar terms used throughout the
45 Contract Documents are synonymous.
46
47 If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal
48 Form requires that said unit Bid Item price cover and be considered compensation for certain
49 work or material essential to the item,then the work or material will not be measured or paid for
50 under any other Unit Bid Item which may appear elsewhere in the Proposal Form or
51 Specifications.
52
53 Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
54
55, Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of
56 the Specifications shall- be considered as including all of the Work required, specified, or
57 - described in that particular Section. Payment items will generally be listed;generically in the
58 fl dons, and specifically in the bid farm. When items are to be "furnished" under one
59 payment I item and "installed" under another payment item, such items shall:be furnished FOB
60 project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to
1 CITY OF RENTON
LOGAN AVE N.
BIKE LANE S GHANNELIZATION REVISIONS
RENTON BIKE LANE 29
" "furnished d installed"under these conditions shall be the responsibility of
1 be `furnished, or furn sh an P tY
2 the Contractor with regard to storage until such items are incorporated into the Work or, if such
3 items are not to be incorporated into the work, delivered to the applicable Contracting Agency
4 storage site when provided for in the Specifications. Payment for material "furnished," but not
5 yet incorporated into the Work,may be made on monthly estimates to the extent allowed.
6
8 MOBILIZATION
9 Section 1-09.7 is supplemented as follows:
10 { ** *)
11
12 Mobilization shall also include, but not be limited to, the following items: the movement of
13 Contractor's personnel, equipment, supplies, and incidentals to the project site;,and other
14 facilities necessary for work on the project; providing sanitary facilities for Contractor's
15 personnel; and obtaining permits or licenses required to complete the project not furnished by
16 Owner.
17
18
19 The Contractor shall install and maintain up to two 4'x8'construction project sign(s)as shown in
20 the standard detail section of the contract documents. The Engineer shall verify the exact field
21 location(s) with the contractor prior to installation of the sign(s). All Tabor, material, and
22 - equipment used for installation and maintenance of the construction project`sign(s) is incidental
23 to the bid item"Mobilization."
24
25 Payment will be made for the following bid item(s):
26 "Mobilization,"Lump Sum.
27
28 Claims
29 Paragraph 5 is revised as follows:
30 (******)
31 Failure to submit with the Final,Application for Payment such information and details as
32 described in this section for any claim shall operate as a waiver of the claims by the Contractor
33 as provided in Section 1-09.9.
34
35 Procedures to Pursue Arbitration
36 Section 1-09.13(3)B is supplemented by adding:
37 (******)
38 The findings and decision of the board of arbitrators shall be final and binding on the parties,
39 unless the aggrieved party,within 10 days, challenges the findings and decision by serving and
40 filing a petition for review by the superior court of King County, Washington. The grounds for
41 the petition for review are limited to showing that the findings and decision:
42 1. Are not responsive to the questions submitted;
43 2. Is contrary to the terms of the contract or any component thereof,
44 3. Is arbitrary and/or is not based'upon the applicable facts and the law controlling the
45 issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth
46 in writing their findings and conclusions based on the evidence adduced at any such hearing.
47
48 The arbitration shall be conducted in accordance with the statutes of the State of Washington and
49 court decisions governing such procedure.
50
51 The costs of such arbitration-shall`be borne equally by the City and the contractor unless it is the
52 board's majority opinion that the contractor's filing of the protest or action is capricious or
53 without reasonable foundation. In the latter case,all costs shall be borne by the contractor.
54
55 TEMPORARY TRAFFIC CONTROL
57 TRAFFIC CONTROL MANAGEMENT
5$
59 General
60
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON-BIKE LANE 30
'4
1 (Augud 2,.24 4).
2 Secti11on 0:2(1)is supplemented with the following:
3
4 The Traffic Control Supervisor shall be certified by one©f the following:
5
6 The Noi hwest Laborers-Employers Training Trust
L
7 21055`Ohto Ave.
8 KmQston,WA 98346
9 (360)297=3035
10
11 Evergreen Safety Council
"y 12 401 Nontius Ave.N.
13 Seattle,WA 98109
14 1-800,521-0778 or
15
(206)382-4090
16
17 MEASUREMENT
18
19 (August 2,2004)
20 Section 1-10:4(1)is supplemented with the following;
21
22 The proposal contains the item "Project Temporary Traffic Control,"lump sum. The provisions
23 of Section 1-10:4(1)shall apply.
24
25 RENTON`SURVE1'G STANDARDS
26 The following is a new section with new subsections:
28
29 1-1L1(1} Re ponsibilityforsurveys
30 All surveys and survey reports shall be prepared under the direct supervision of a person
31 registered to practice land surveying under the provisions of Chapter 18.43 RCW.
32
33 All surveys and survey reports shall be prepared in accordance with the requirements established
34 by the Board of Registration for Professional Engineers and Land Surveyors under the provisions
35 of Chapter 18.43'RCW.
36
37 1-11.1(2) Survey Datum and Precision
3$ The horizontal component of all surveys shall have as its coordinate base The North American
39 Datum of 1983191.
40
41 All horizontal control for projects must be referenced to or in conjunction with a minimum of
42 two of the City of�l�.enton's Survey Control Network monuments. The source of the coordinate
43 values used will be shown on the survey drawing per RCW 58.09.070.
44
45 The horizontal component of all surveys shall meet or exceed the closure requirements of WAC
46 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a
4 Cless A survey revealed in Table 2 of the Minimum Standard Detail Requirements for
48' AI TVCSM Land Title Surveys jointly established and adopted by ALTA and AGSM in 1992
49 cir ironliprable classification in future editions of said document. The angular and linear closure
50
and precsion ratio of traverses used for survey control shall be revealed on the face of the survey
51. shall the method of adjustment.
52 ; .
3, The horizontal component of the control system for surveys using global positioning system
:rnthodology 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
56 Sut�:ommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
57 Standards&Specifications for Using GPS Relative Positioning'Techniques dated August 1, 1989
58 or comparable classification in future editions of said document.
w
CITY OF RENTON
t=OGAN AVE N
BIKE LANE&GHANNEUZATtON REVISIONS
RENTON BIKE LANE 31
1 The vertical component of all surveys shall be based on NAVD 1988, the North American
2 Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network
3 benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both
4 shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton
5 benchmark does not exist within 3000 feet of a project, one must be set on or near the project in
6 a permanent manner that will remain intact throughout the duration of the project. Source of
7 elevations (benchmark) will be shown on the drawing, as well as a:description of any bench
8 marks established.
9
10 1-11.1(3) Subdivision Information
11 Those surveys dependent on section subdivision shall reveal the controlling monuments used and
12 the subdivision of the applicable quarter section.
13
14 Those surveys dependent on retraeement of a plat or short plat shall reveal the controlling
15 monuments,measurements,and methodology used in that retracement:
18
17 1-11.1(4) Field Notes
18 Field notes shall be kept in conventional format in a standard bound field book with waterproof
19 pages. In cases where an electronic data collector is used field notes must also be kept with a
20 sketch and a record of control and base tine traverses describing station occupations and what
21 measurements were made at each point.
22
23 Every point located or set shall be identified by a number and a`description. Point numbers shall
24 be unique within a complete job. The ppreferred method of point numbering is field notebook,
25 page and point set on that page. Example: The first point set or found on page 16 of field book
26 348 would be identified as Point No.348.16.01,the second point would be 348.16.02,etc.
27
28 Upon completion of a City f Renton project,either the field notebook(s)provided by the City or
29 the original field notebook(s)used by the surveyor will be'given to'the City. For all other work, Mb
30 surveyors will provide a copy of the notes to the City upon request. In those cases where an
31 electronic data collector is used, a hard copy print out in ASCII text format will accompany the
32 field notes.
33
34 1-11.1(5) Corners and Monuments
35 Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument
36 is usually set at such points to physically reference a corner's location on the ground.
37
38 Monument Any physical object or structure of record which marks or accurately references:
39
40 • A corner or other survey point established by or under the supervision of an individual per
41 section 1-1 1.1(1) and any corner or monument established by the General Land Office
42 and its successor the Bureau of Land Management including section subdivision corners
43 down to and including one-sixteenth corners;and
44 • Any permanently monumerited boundary, right of way alignment, or horizontal and
45 vertical control points established by any governmentat agency or private surveyor
46 including street intersections but excluding dependent interior lot corners.
47
48. 1-11.1(6) Control or Base Line Survey
49 Control or Base Line Surveys shall be established for all construction projects that will create
50 permanent structures such as roads, sidewalks, bridges, utility lines or,appurtenances, signal or
51 light poles, or any non-single family building. Control or Base Line Surveys shall consist of
52 such number of permanent monuments as are required such that every stricture may be observed
53 for staking or "as-building'" while occupying one such monument and sighting another such
54 monument. A'minimum of two of these permanent monuments shall be existing monuments,
55 recognized and'on record with the City of Renton. The Control or Base Line Survey shall
56 occupy each monument in turn, and shall'satisfy all applicable requirements of Section 1-11.1
57 herein.
58
59 The drawing depicting the survey shall be neat,legible,and drawn to.an appropriate scale. North
60 orientation should be clearly presented and the scale shown graphically as well as noted. The
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&GHANNELIZATION REVISIONS
RENTON BIKE LANE 32
1 drawir� roust,be of such quality that _
2 le 'bleg q ri a reduction thereof to one-half original. scale remains
3 �
4 If recording of the survey with the King County Recorder is required, it,will be prepared on 18
5 inch by 24 inch rnylar and will comply with all visions of Chapter 58.09 RCW. A
6 photographic mylar of the.drawing will be
submitted the`City of Renton and, upon their
7 review and Ac6ep U Inca per the specific requirements of the project,the original will be recorded
8 with the King County Recorder.
9
10 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar,
-t 11 and the original or a hp otographic mylar thereof will be submitted to the City of Renton.
12
13 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
14 conform to the City of Renton's Drafting ,Standards. American Public`Works Association
15 symbols shall,be used whenever possible, and a legend shall identify all symbols used if each
16 point marked by a symbol is not described at each use.
17
18 An electronic, listing of all principal points shown on the drawing shall be submitted with each
19 drawing. The listing should include the point number designation(corresponding with that in the
20 field notes), a brief description of the point, and northing, easting, and elevation (if applicable)'
21 values,all in ASCII format,on IBM PC compatible media.
22
23 1-11.1(7) Precision Levels
24 Vertical Surveys for the establishment of benchmarks shall satisfy,all applicable requirements of
25 section 1-05 and 1-11.1.
26
27 Vertical surveys for,the establishment of bench marks shall meet or exceed the standards;
28 specifications and procedures of third order elevation accuracy established by the Federal
29 Geodetic Control Committee.
30
31 Bench marks must possess both permanence and vertical stability. Descriptions of bench marks
32 must be complete to insure,both recoverablilty and positive identification on recovery.
33
34 1-11.1(8) Radial and Station—Offset Topography
35 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein.
37 'All points occupied or back sighted in developing radial topography or establishing baselines for
38 station--offset topography shall meet the requirements of section 1-11.1 herein.
39
40 The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be
41 observed for all topographic surveys.
42
43 1-11.1(9) Radial Topography
44 Elevations for the points occupied or back sighted in a radial topographic survey shall be
45 determined wither by 1)spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic
46 Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling
47 with elevation differences determined in at least two directions for each point and with
48 nusclosure of the circuit not to exceed 0.1 feet.
49
50 1-11.1(10) Station--Offset Topography
51 Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
52 satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not
53 exceed 0.1 foot's error as to side shots.
54
55 1-11.1(11) As Bu&Survey
56 All improvements required to be "as-built"(post construction survey)per City of Renton Codes,
57 TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
58 horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey
59 must be based on the same base line or control survey used for the construction staking survey
60 for the improvements being "as-built". The "as-built" survey for all subsurface improvements
CITY OF RENTON
LOGAN AVE N
BIKE LANE S CHANNELIZATION-REVISIONS
RENTON BIKE LANE 33
1 should occur prior to backfilling. Close cooperation between the installing contractor and the
2 "as-builting" surveyor is therefore required.
3
4 All "as-built" surveys shall satisfy the requirements of section 1-11,1(1) herein and shall be
5 based upon control or base line surveys made in conformance with these Specifications.
6
7 The field notes for "as-built" shall meet the`requirements.of section 1-11.1(4) herein and
8 submitted with stamped and signed"as-built"drawings which includes a statement certifying the
9 accuracy of the"as built".
10
11 The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be
12 observed for all"as-built"surveys.
13
14 1-11.1(12) Monument Setting and Referencing
15 All property or lot corners,as defined in 1-11.1(5),established or reestablished on a plat or other
16 recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In
17 situations where such markers are impractical or in danger of being destroyed, e.g., the front
18 corners of lots, a witness marker shall be set. In most cases,this will be the extension of the lot
19 line to a tack in lead in the curb. The relationship between the witness monuments and their
20 respective corners shall be shown or described on the face of the plat or survey of record, e.g.,
21 "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of
22 said line with the curb." In all other cases the corner shall meet the requirements of section 1-
23 11.2(1)herein.
24
25 All non corner monuments,as defined in 1-11.1(5), shall meet the requirements of section 1-
26 11.2(2)herein. If the monument falls with in a paved portion of a right of way or other area,the
27 monument shall be set below the ground surface and contained within a lidded case kept separate
2$ from the monument and flush with the pavement surface,per section 1-11.2(3).
29
30 In the case of right of way centerline monuments all points of curvature(PC), points of tangency
31 (PT), street intersections,center points of cul de sacs shall be set. If the point of intersection, PI,
32 for the tangents of a curve fall within the paved portion`of the right of way, a monument can be
33 set at the PI instead of the PC and PT of the curve.
34
35 For all non comer monuments set while under contract to the City of Renton or as part of a City
36 of Renton approved subdivision of property, a City of Renton Monument Card(furnished by the
37 city) identifying the monument; point of intersection (PI), point of tangency (PT), point of
38 curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a
39 description of the monument, a minimum of two reference points and NAD 83/91 coordinates
40 and NAVD 88 elevation shall be filled out and filed with the city.
41
42 MATERIALS
43
44 1-11.2(1) PropertylLot Corners
45 Corners per i-11.1(5)shall be marked in a permanent manner such as 1/2-inch diameter rebar 24
46 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or
47 tagged with the surveyor`s identification number. The specific;nature of the marker used can be
48 determined by the surveyor at the time of installation.
49
50 1-11.2(2) Monuments
51 Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard
52 Plans page H031 and permanently marked or tagged with the surveyor's identification number.
53
54 1-11.2(3) Monument Case and Cover
55 Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page
56 H031.
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 34
2 DIVISION 2
3 EARTHWORK
5 REMOVAL Old'STRUCTURES AND OBSTRUCTIONS
8
7 CONSTRUCTION REQUIREMENTS
8 Section 2 702:3 is supplemented with the following:
'9
10 Removal of Pavement,Sidewalks, Curbs,and Gutters
11 Section 2-02.3(3)is supplemented with the following:
12
13 The approximate thickness of the asphalt pavement is 8 inches
14 The approximate thickness of the concrete pavement is 10 inches
15 The approximate thickness of the sidewalk is 6 inches
18
17 Sawcutting Existing Pavement
18 Section 2-02.3(4)is added as follows:
19
20 The Contractor shall make a vertical saw out to full depth of existing asphalt or concrete-
21 pavement where shown on the plans or as directed by the Engineer.
22
23 Saw cutting slurry shall be vacuumed up during the saw cutting operation. No saw cutting slurry
24 ' will be allowed°to enter into the storm water system.
25
26 MEASUREMENT .
27 Section 2-02.4 is supplemented with the following:
28
29 - "Sawcut"will be measured by the lineal foot with no distinction'for existing asphalt or concrete.
30 Curb Removal will be measured by the linear foot along the asphalt pavement
31 Sidewalk Removal will be measured by the square yard.
} 32 Asphalt Pavement Removal will be measured by the square yard.
33 Concrete Pavement Removal will be measured by the square yard,area includes the existing curb
34 placed over the concrete pavement
35 Remove Asphalt Meehan Island will be measured by the square yard, area includes the asphalt
36 island and the block curb
37 `
38 PAYMENT
39
40 "Sawcut",per linear foot.
41 "Removing Cement Conc. Curb&Gutter",per linear foot.
42 `Removing Asphalt Pavement",per square yard.
43 "Removing Cement Cone. Sidewalk",per square yard.
44 "Removing Asphalt Median Island",per square yard.
45 "Removing Cement Conc.Pavement",per square yard.
46
6 i►ADWA'Y'EXCAVATION AND EMBANKMENT
CONSTRUCTION REQUIREMENTS
81 Disposal Of Surplus Material
a2
53 Section 2-03.3(7)C is supplemented with the following:
55 A waste site has not been provided by the engineer for the disposal and/or storage of surplus
56 materials and debris.
57
58 MEASUREMENT
59 Section 2-03.4 is supplemented with the following:
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&GHANNELIZATION REVISIONS
RENTON-BIKE LANE 35
1
2 ** ***)
3 Copies of the ground cross-section notes will be available for the bidder's inspection, before the
4 opening of bids,at the Project Engineer's office.
5
6 Upon award of the contract, copies of the original ground cross-sections will be furnished to the
7 successful bidder on request to the Project Engineer.
8
9 Upon approval of the Project Engineer, roadway excavation may be used for embankment. No
10 measurement will be taken for embankment and compaction and will be incidental to the item
11 "Roadway Excavation Incl.Haul
12
13 PAYMENT
14 Section 2-03.5 is revised with the following:
15
16 ( * * )
17 Measurement and payment for the item"Roadway Excavation Incl.Haul"shall be by Lump Sum
18 (LS). The price bid for this item shall constitute full compensation for all labor,equipment, and
19 materials necessary to excavate, load, place or otherwise dispose of material. All material must
20 be loaded into haul vehicles and properly disposed off-site in accordance with all local, state and
21 federal regulations. This work shall include embankment and compaction. For informational
22 purposes only,the approximate quantity of roadway excavation is 450 CY.
me
CITY OF RENTON
LOGAN AVE N:
BIKE LANE&CHANNELIZATION'REVISIONS
RENTON BIKE LANE 36
1
2 DIVISION S
3 SURFACE TREATMENTS AND PAVEMENTS
4
5 HOT MIX ASPHALT
6
7 CONSTRUCTION REQUMMENTS
8
9 Mix Design
10
12 Section 5-04.3(7)A is deleted and replaced with;
1.3
14 1. General. Prior to the production of'HMA, the Contractor shall determine a design
15 aggregate structure and asphalt binder content in accordance with WSDOT Standard
16 Operating Procedure 732. Once the design aggregate structure and asphalt binder
17 content have been determined, the Contractor shall submit the HMA mix design on
18 DOT form 350-042 demonstrating the design meets the requirements of Sections 9-
19 03.8(2)and 9-03.8(6). Verification of the mix design by the Contracting Agency is not
20 needed. The Project Engineer will determine anti-strip requirements for the HMA.
21
22 The mix design will be the initial Job Mix Formula (JMF)for the class of mix. Any
23 additional adjustments to the JMF will require the approval of the Project Engineer and
24 may be made per Section 9-03.8(7).
25
26 2. Non Statistical Evaluation, Non statistical acceptance will apply to all HMA not
27 designated as Commercial HMA in the contract documents. Non statistical acceptance
28 testing will be conducted as outlined in 5-04.3(8)A.
29
30 3. Commercial Evaluation. Where Commercial HMA is allowed it can be accepted by
31 a Manufacturer's Certificate of Compliance stating the material meets the requirements
32 in the contract. Where HMA Commercial is used for the traveled way,a minimum of
33 one acceptance test to verify gradation, fracture, sand equivalent, and oil content is
34 required in addition to the Manufacturer's Certificate of Compliance.
35
36 Acceptance Sampling and Testing-HMA Mixture
37
38 { xx *)
39 Section 5-04.3(8)A is revised as follows:
40
41 Items 1 &2 are revised to read:
42
43 1. General. Acceptance of HMA shall be as provided under nonstatistical or
44 commercial evaluation.
45
46 Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT
47 . Standard Specifications for Road, Bridge, and Municipal Construction, 2006
edition,section 5-04:3(8)A,sections 3 through 6.
50 Commercial evaluation will be used for Commercial HMA and other classes of
51 HMA as allowed by the contract, Commercial HMA may be used for amounts of
52 HMA less than 2500 tons in any application. Testing beyond that specified in 5-
53 04.3(7)A, item 3 for Commercial HMA will be at the discretion of the engineer.
Anti-strip additive, where required, will be verified and documented by the
55 engineer.
56
57 2. Aggregates. The acceptance criteria for aggregate properties of sand equivalent,
58 voids in mineral aggregate (VMA), fracture and gradation will be their
59 conformance to the requirements of Section 9-03.8(2)the Standard Specification,
60 2006 edition.
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&GHANNELIZATION REVISIONS
RENTON BIKE LANE 37
1
2 Item 4, second paragraph is deleted.
3
4 Item 7 is deleted.
5
6 Price Adjustments for Quality of HMA Mixture
7
g
9 Section 5-04.5(1)A is revised as follows:
10
11 Statistical analysis of quality of gradation and asphalt content will be performed based on
12 Section 1-06.2 using the following price adjustment factors:
13
14 Table of Price Adjustment Factors
15 Constituent Factor"r
16 All aggregate passing: 1 %2", 1",3/<",
17 '/2",3/8"and No.4 sieves 2
18 All aggregate passing No. 8 15
19 All aggregate passing No.200 sieve 20
20 Asphalt binder 52
21
22
23 Items 1-3 are deleted and replaced with:
24
25 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA
26 and for the asphalt binder.
27 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical
28 Evaluation and having all constituents falling within the tolerance limits of the
29 job mix formula shall be accepted at the unit contract price with no further
30 evaluation. When one or more constituents fall outside the nonstatistical
31 acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in
32 accordance with Section 1-06.2 to determine the appropriate CPF. The
33 nonstatistical tolerance limits will be used in the calculation of the CPF and the
34 maximum CPF shall be 1.00. When less than three sublots exist, backup samples
35 of the existing sublots or samples from the street shall be tested to provide a
36 minimum of three sets of results for evaluation.
37
38 2. Commercial Evaluation. If sampled and tested, HMA produced under
39 Commercial Evaluation and having all constituents falling within the tolerance
40 limits of the job mix formula shall be accepted at the unit contract price with no
41 further evaluation. When one or more constituents fall outside the commercial
42 acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to
43 determine the appropriate CPF. The commercial tolerance limits will be used in
44 the calculation of the CPF and the maximum CPF shall be 1.00. When less than
45 three sublots exist, backup samples of the existing sublots or samples from the
46 street shall be tested to provide a minimum of three sets of results for evaluation.
47 go
48 For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
49 calculated CPF is less than 1.00, a Nonconforming Mix factor(NCMF)will be determined.
50 The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent.
51 The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,
52 the quantity of HMA in the lot in tons,and the unit contract price per ton of the mix.
53
54 If a constituent is not measured in accordance with these Specifications, its individual pay
55 factor will be considered 1.00 in calculating the composite pay factor.
56
57 PriceAdjustments for Quality of HMA Compaction
58
60 Section 5-04.5(1)B is revised as follows:
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 38
1
2 The maximum CPF of a compaction lot is 1.00
3
4 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming
5 Compaction Factor(NCCF)will be determined. THE NCCF equals the algebraic difference
6 of CPF :minus 1.00 multiplied by 40.percent. The Compaction Price Adjustment will be
7 calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit
8 contract price per ton of the mix,
GIN OF RENTON
LOGAN AVE N.
BIKE LANE&GHANNELIZATION REVISIONS
RENTON BIKE LANE 39
1
2 DIVISION 7
3 DRAINAGE STRUCTURES,STORM SEWERS, SANITARY SEWERS,WATER
4 MAINS,AND CONDUITS
5
6 VALVES FOR WATER MAINS
8 CONSTRUCTION REQUIREMENTS
9 Section 7-12.3 is supplemented as follows:
11 Water meters and water valves shall be adjusted to grade in a manner similar to manholes and
12 catch basins,as described in section 7-05.3(1).
13
14 MEASUREMENT
15 Section 7-12.4 is supplemented as follows:
17 Adjustment of utilities to grade will be measured per each water meter or water valve adjusted.
18
19 PAYMENT
20 Section 7-12.5 is supplemented as follows:
22 The unit contract price per each for "Adjust Utility to Grade" shall be full pay for all costs
23 necessary to make the adjustment including restoration of adjacent areas in a manner acceptable
24 to the Engineer.
25
26 "Adjust Utility to Grade",per each.
27
28 HYDRANTS
29
30 Setting Hydrants
31 Paragraph four and five of Section 7-14.3(1)is revised and the section is supplemented as follows:
32 (******)
33 After all installation and testing is complete,the exposed portion of the hydrant shall be painted
34 with two field coats.The type and color of paint will be designated by the Engineer.
35
36 Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved
37 by the Engineer.
38
39 Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and
40 3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be painted in
41 accordance with the water standard detail. Upon completion of the project, all fire hydrants
42 shall be painted to The City of Renton specifications and guard posts painted with two coats of
43 preservative paint NO. 43-655 safety yellow or approved equal. Fire hydrants shall be of such
44 length as to be suitable for installation with connections to 6", 8"AND 10" piping in trenches 3 -
45 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial
46 where 12"and larger pipe is shown unless otherwise noted on the plan.
47 Fire hydrant assembly shall include: cast-iron or ductile iron tee(MJ x FL),6" gate valve(FL x
48 MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant(MJ connection), 4" x 5" Stortz adapter,
49 cast iron valve box and cover, 3/4 shackle rods and accessories, concrete blocks and two
50 concrete guard posts(only if hydrants are outside right-of-way).
51
52 Joint restraint(Shackle Rods)shall be installed in accordance with Section 7-11.3(15).
53
54 Moving Existing Hydrants
55 Section 7-14.3(4)is supplemented by adding the following:
56 (******)
57 All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All
58 rubber gaskets shall be replaced with new gaskets of the type required for a new installation of
59 the same type.
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 40
1
2 PAYMENT
3 Section 7-14.5 is revised as follows:
5
6 "Moving Existing Hydrants",per each.
M` 7 The unit contract price per each for"Moving Existing Hydrant"shall be full pay for all work to move
8 the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling,
9 blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the
10 hydrant to the main shall be considered incidental and no additional payment shall be made. Guard
11 posts, shown on the plans shall be incidental to the contract.
a
�r
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 41
1
2 DIVISION 8
3 MISCELLANEOUS CONSTRUCTION
4
5 EROSION CONTROL AND WATER POLLUTION CONTROL
6
7 DESCRIPTION
8 Section 8-01.1 is supplemented with the following:
9
10 This work shall consist of furnishing, installing, and maintaining stormwater pollution prevention
11 facilities and erosion control facilities, and implementing procedures and measures which prevent
12 sediment-laden runoff and other pollutants from discharging from the construction site. This work
13 consists of temporary measures and activities shown in the plans, described in the project Surface
14 Water Pollution Prevention Plan, required by the Construction Stormwater General Permit and/or
15 described in the Standard Specifications, Section 1-07.15,except as amended in this section.
16
17 The City of Renton will transfer the Stormwater General Permit ownership to the contractor,once the
18 contract has been executed between the two parties.
19
20 Submittals
21 Section 8-01.1(1)A is supplemented with the following:
22
23 The temporary erosion control (TESL) plan, herein after referred to as the Surface Water Pollution
24 Prevention Plan (SWPPP), adopted or modified by the Contractor, shall meet all the requirements of
25 and be synonymous with the Surface Water Pollution Prevention Plan(SWPPP)prepared by the City.
26
27 The following items shall be submitted to and approved by the engineer at the time noted.
28 1. An accepted SWPPP plan shall be submitted and approved prior to beginning construction.
29 The SWPPP shall be as included in these specifications or as agreed upon by the contractor
30 and the engineer,and shall become the project SWPPP upon acceptance of both parties.
31 2. An ESC Lead to be responsible for the project erosion and sediment control management
32 shall be identified and 24 hour contact information provided to the engineer prior to beginning 3
33 construction.
34 3. An SPCC plan shall be completed and submitted prior to beginning construction.
35 4. Stormwater discharge sampling reports shall be submitted to the WDOE at the intervals
36 required by the Construction Stormwater General Permit.
37 5. After completion of construction activities a full copy of the SWPPP to include all inspection
38 reports,plan modifications and sampling reports shall be submitted. ML
40 CONSTRUCTION REQUIREMENTS
41
42 Protection of Surface Waters
Section 8-01.3(17)is an added new section:
43
44 Sediment-laden runoff and other pollutants are to be prevented from discharging from the construction
45 site and entering surface waters or properties located downstream, in accordance with City and State
46 requirements. The Contractor shall implement all measures necessary for stormwater pollution
47 prevention throughout the duration of construction and until the site is stabilized.
48
49 The Contractor shall implement the measures and procedures specified in the Surface Water Pollution
50 Prevention Plan (SWPPP), which are considered the minimum requirements under this contract.
51 Other measures, including best management practices (BMPs), additional water quality structures,
52 and erosion control measures, may need to be implemented in order to achieve the water quality
53 requirements of Construction Stormwater General Permit.
54
CITY OF RENTON'
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 42
1 The temporary erosion control structures and stormwater pollution prevention treasures shall remain<
2 in-place until the site is stabilized,at which time the Contractor shall remove the temporary structures
3 and measures. ,
4
5 Surface Water Pollution Prevention Plan(SWPPP)Maintenance
6 Section 8-01:3(18)is An added new section:
7
8 The contractor shall keep up to date records of all inspections made, maintenance performed,
s
9 sampling conducted, and revisions made to the project erosions control measures. Records shall be
10 incorporated into the SWPPP, by the Contractor, as they are made.A copy of the up to date SWPPP
11 shall be available on site"for review by City representatives and Washington Department of Ecology
12 personnel. As required by the Construction Stormwater General permit, the SWPPP shall be made
13 available to the general public upon request.
14
15 A copy of the Construction Stormwater General Permit and Letter,of Coverage shall be incorporated
" 16 into the SWPPP and be mailable on site at all times.These documents will be provided by the City.
17
18 Stormwater Sampltn
m 19 Section 8-01.3(19)is an added new section:
20
21 Stormwater sampling shall be performed by the contractor or authorized representative at the
22 frequencies required in the Construction Stormwater General Permit. Samples shall be analyzed for
23 turbidity and pH as required by the Construction Stormwater General Permit.Turbidity sampling shall
24 comply with Sampling shall be conducted per the requirements of Appendix 6B of the Washington
25 State Department of Transportation's (WSDOT's) Highway;Runoff Manual (March 2004) and the`
26 Construction Stormwater General Permit,provided in the appendix.The WSDOT manual is available
27 online at
28 hm://www wsdot wa goy/f-gc/Engineerin jzPub Iications/ManualslHighwayRunoi F2004.pdf
29 for manual. Samples shall be taken at the point of discharge from the site. Reports of the sampling
30 results shall be recorded in the Project SWPPP and shall be submitted monthly to the Washington
31 State Department of Ecology (WDOE). The WDOE is currently working on an electronic submittal
32 process which will be available at bZ://www.2a.wa.&QyIXro/wq/stormwater/construction/ but
33 was not available at the time of bid document release. If the electronic submittal process is not in
34 place at the time of construction then the sampling results shall be submitted via mail to
35 Department of Ecology
36 Water Quality Program-Construction Stormwater
37 PO Box 47696
38 Olympia,Washington 98504-7696
39 Maintenance Measures
40 Section 8-01.3(20)is an added new section:
41
42 The Contractor shall provide a Erosion and Sedimentation Control (ESC)dead person who shall be
43 identified by the Contractor at the preconstruction meeting, and,shall remain as the ESC Lead
44 throughout the duration of construction. The ESC Lead shall implement the requirements identified
45 in the TESC plans and the Stormwater Pollution Prevention Plan (SWPPP), the Construction
46 Stormwater General Permit, the City of Renton, and the Wash. Dept. of Ecology '(WDOE)
47 requirements.
48
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 43
1 Implementation of the TESC and the SWPPP shall include,but is not limited to:
2
3 1. Installing, maintaining, inspecting and repairing all temporary and permanent erosion and spill
4 control Best Management Practices(BMPs)included in the ESC and SWPPP plans.
5
6 2. Providing additional BMP measures,as necessary,to achieve the objectives of the SWPPP and the
7 requirements of the Construction Stormwater General Permit, throughout the duration of
8 construction and until the site is stabilized. Keeping a record of the additional BMP measures
9 used and implemented,by keeping the SWPPP up-to-date as construction progresses.
10
11 3. All BMPs shall be inspected,maintained,and repaired as needed to assure continued performance
12 of their intended function. All on-site erosion and sediment control measures shall be inspected at
13 least once every seven days and within 24 hours after any storm event greater generating runoff.
14 Damaged or inadequate BMPs and measures shall be corrected within 24 hours of the inspection.
15
16 4. Proper storage and handling of petroleum products and other environmentally hazardous
17 substances.
18
19 5. Spill prevention and cleanup procedures in the event of a spill. This includes having spill clean-
20 up materials readily available and on the project site. The Contractor is to have trained staff on-
21 site during construction,with a knowledge of how to use the spill clean-up materials.
22
23 6. The ESC Lead person shall conduct a walkthrough with the Engineer at least once per week.
24
25 7. The ESC Lead person shall maintain records of inspection and maintenance measures throughout
26 the duration of construction and these records are to be kept on file by the Contractor until the
27 project is completed. An inspection report shall be prepared for each inspection and shall be
28 included in the SWPPP file. These records shall be kept on-site during construction, and retained
29 as part of the SWPPP. The records are to be delivered by the Contractor to the City of Renton
30 after the site has undergone final stabilization under this phase of construction.
31
32 The inspection report shall include,but not be limited to:
33 • When,where and how BMPs were installed,removed or modified
34 • Repairs needed and made;
35 • Dates of the inspections; -
36 Observations of BMP effectiveness and proper placement;
37 Recommendations for improving performance of BMPs and follow-though actions taken.
38
39 8. Stormwater sampling results will be compared to the benchmark values given in the Construction
40 Stormwater General Permit, and actions shall be. taken as required in that permit. If turbidity
41 measurements exceed 25 NTU,the contractor shall modify the site erosion control measures until
42 turbidity levels are found to be below this level. Measured turbidity levels in excess of 250 NTU
43 require the immediate notification of the WDOE and the City of Renton, as well as immediate
44 actions to remediate the release of turbid water.
45
46 The Contractor is required to maintain erosion control preventative measures and stormwater
47 pollution prevention measures' throughout the duration of construction, in accordance with
48 Construction Stormwater General Permit requirements and the City of Renton requirements.
49 Sediment and debris shall be periodically removed and properly disposed of from sediment removal
50 BMP's.
51
52 All pollutants that occur on-site during construction shall be handled and disposed of in a manner that
- T
CITY O F REN O N
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE _ 44
1 does not cause contamination of stormwater or downstream channels.
2
3 MEASUREMENT
4 Section-8-01.4 is revised as follows:
5
6 No measurement wall be made for periodically removing sediment and debris from ESC BMP's. No
7 measurement will be made for stormwater pollution prevention and inspections, maintaining the
8 erosion control facilities,recordkeeping and keeping the SWPPP up-to-date. No measurement will be
9 made for stormwater sampling and reporting:
10
11 PAYMENT
12 Section 8-01.5 is revised as follows:
13
14 Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are
15 included in the proposal:
16
17 "SWPP Plan",per lump sum.
18 All costs for work associated with the SWPPP as specified including but not limited to plan
19 submissions and modifications, record keeping, sampling per the frequency stated in the permit, and
20 monthly reporting shall be included in the lump sum price for`°SWPP Plan".
21
22 "Erosion/Water Pollution Control' per lump sum
23
24 "Erosion/Water Pollution Control" by lump sum shall be full pay for inspecting, cleaning and
25 disposing of sediment and debris, maintaining of the erosion control facilities and the stormwater
26 pollution prevention measures for this project. When no bid item is included in the proposal and.is
27 not otherwise provided, the necessary erosion control measures, and stormwater pollution prevention
28 shall be included in the contract price for"Erosion/Water Pollution Control".
29
30 ROADSIDE RESTORATION
31
32 CONSTRUCTION REQUIREMENTS
33
34 Topsoil Type
35 Section 8-02.3(4)A is supplemented with the following:
37 Topsoil Type A shall be an imported topsoil mix consisting of weed-free compost(40%) and
38 Loamy Sand(60%)screened through a 3/8"screen.
39
40 Compost shall be well-composted, stable,and weed-free organic matter, pH range of 5.5 soluble
41 salt content of 5 to 10 dec siemens/m; not exceeding 0.5 percent inert contaminants and fee of
42 substances toxic to plantings;and as follows:
43
44 1. Organic Matter Content: 50%to 60%of dry weight.
45 Feedstock: Agricultural,food,or industrial residuals;biosolids;yard trimmings; or
46 source-separated or compostable mixed solid waste.
47
48 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL
49
50 DESCRIPTION
51
52 (* * )
53 Work and materials performed under the bid item of"Signal Relocation Complete" shall include
54 the relocation and modification of two traffic signal poles. The relocation of the traffic signals
55 shall include underground conduit and boxes, rewiring, and installation of new foundations for
CITY OF
RENTON
LOGAN AVE N.
. BIKE LANE&GHANNELIZATION REVISIONS
RENTON BIKE LANE 46
i ment in accordance with
1 signal poles. The contractor shall relocate and test traffic control equ p
2 the City of Renton procedures.
3
4 Work shall consist of the following:
5 1. New steel pole foundation on the southwest corner with one T' conduit and one 3" conduits
6 to the existing relocated type 2 junction box in the southwest corner.
7 2. Relocate type 2 junction box in the southwest corner to behind new curb and adjust to
8 pavement grade. Extend and sweep existing three 2" conduits and one 3" conduit from the
9 east into the new location. Extend and sweep the one 2"conduit and one 3"conduit from the
10 north into the new location
11 3. New steel pole foundation on the northwest corner with one 2"conduit and one 3"conduit to
12 the existing relocated type 1 junction box in the northwest corner.
13 4. Relocate type 1 junction box in the northwest corner to behind new curb and adjust to
14 pavement grade. Extend and sweep existing one 2" conduit and one 3" conduit from the
15 south into the new location.
16 5. Removal of all signal cables from the terminals on the two signal poles to the controller
17 located in the southeast corner
18 6. Removal of the illumination cables from the fuse kit in the bottom of both poles to the
19 contactor cabinet located in the southeast corner
20 7. Removal of the video detection camera wire from both signal poles to the controller
21 8. Relocation of the two signal poles to the new foundations
22 9. Connecting and pulling new one 3c and two 5c cables between the terminal on the southwest
23 signal pole and the controller
24 10. Connecting and pulling new luminaire wires to the southwest pole from the contactor cabinet
25 11. Connecting and pulling new camera video detection cable to the camera located on the
26 Iuminaire of the southwest pole from the controller cabinet.
27 12. Connecting and pulling new one 2c, one 3c and three 5c cables between the terminal on the
28 northwest signal pole and the controller
29 13. Connecting and pulling new luminaire wires to the northwest pole from the contactor cabinet
30 14. Connecting and pulling new camera video detection cable to the camera located on the
31 luminaire of the northwest pole from the controller cabinet
32 15. Removal of the two signal foundations to two feet below fmish grade
33
34 The contractor may salvage and reuse signal, luminaire and camera cables that are called out for
35 removal,the reused wires shall still provide sufficient slack within each junction box as specified
36 in section 8-20.3(8) and cannot have any splices in between the two end locations. The
37 contractor shall coordinate with Traffic Signal Shops on placement of each wire within each
38 conduit and the reconnecting of those wires.
39
40 Once the new foundation has properly cured and is ready for the signal pole to be placed upon,
41 the existing signal system can be shut off on the following Tuesday to allow for the signal poles
42 to be relocated and the contractor shall have the signal system back in operation within three
43 days. Contractor shall provide adequate traffic signage at the intersection during the time the
44 signal is off.
45
46 The City will furnish the Contractor with an as-built plan for the existing signal poles.
47
48 CONSTRUCTION REQUIREMENTS
49
50 Foundations
51 Section 8-20.3(4)has been revised and supplemented as follows;
52
53
54 The anchor bolts shall match that of the device to be installed thereon.
55
56 Where obstructions prevent construction of planned foundations, the Contractor shall construct
57 an effective foundation satisfactory to the Engineer.
58
59 Soil reports indicate caving into the foundation hole may add difficulty during some seasons or
60 soil conditions. The contractor may need to install inserts in the foundation holes to prevent
CITY OF RENTON
LOGAN AVE N.
BIKE LANES CHANNELIZATION REVISIONS
RENTON BIKE LANE 46
1 caving while preparing for the foundation pour. These expenses shall be included in the lump
2 sutra btd "Sigiial Relocation Complete".
3
4 The"contractor shall provide all material for and construct the foundations to the following
5 dimensions, l5'".deep x 3' Sq or Dia. The anchor bolts shall match that of the device to be
6 installed thereon.
7
8 All excess materials are to be removed from the foundation construction site and disposed of at
9 the contractor's expense.
10
11 Concrete shall be placed against undisturbed earth if possible. Disturbed earth or hackfill
12 material shall be compacted to 95 percent of the material's maximum density. Before placing the
13 concrete the contractor shall block-out around any other underground utilities that lie in the
14 excavated base-so that the concrete will not adhere to the utility line. Concrete foundations shall
15 be troweled, brushed; edged and finished in a workmanship-like manner. Concrete shall be
16 promptly cleaned from the exposed portion of the -anchor bolts and conduit after I placement.
17 Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor
18 may install the applicable device thereon.
19
20 All concrete foundations shall be constructed in the manner specified below:
21 1. Where no sidewalks are to be installed, the grade for the top of the foundation
` 22 shall be as specified by the engineer. (See detail sheet)
23 2. Where sidewalk or raised islands are to be constructed as a part this project,the
24 top of the foundation shall be made flush with the top of the sidewalk or island.(See detail sheet)
25
26 All concrete foundations shall be located as per stationing on the plans or as located by the
27 engineer in the field.
28
r 29 Conduit
30 Section 8-20,3(5)is revised and supplemented as follows:
31
32
a 33 The paragraph wiring galvanized steel conduit at certain locations is deleted. Galvanized steel
34 conduit shall only be placed if so indicated in the plans.
35
36 Trench construction shall be per Section 8-20.3(2).
37
38 When the Contractor encounters obstructions or is unable to install conduit because of soil
39 conditions,as determined by the Engineer,additional work by the Contractor to place the conduit
40 will be aid in accordance with Section 1-04.4.
41 p
42 The Contractor shall install pull Wires.
43
44 All conduits shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions.
45
46 All conduit openings:shall be fitted with approved bell-ends or Bushings. Wall thickness of
47 conduit shall be consistent within continuous conduit runs with no mixing of different schedule
8 tees between terminations.
401 1
50" The contractor shall provide and install all conduit and necessary fittings at the locations noted
51 . on the.plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on
$3 plans.
54 Conduit to be provided and installed shall be of the type indicated below:
55
56 Schedule 40 heavy wall p.v c. Conforming to ASTM standards shall be used whenever the
57 conduit is to be placed other than within the roadway area.
58
59 Schedule-80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the
60 conduit is to be placed within the roadway area
CI OF RE T
CITY NON
LOGAN AVE N.
BIKE LANE&CHANNEL.IZATION REVISIONS
RENTON BIKE LANE 47
1
2 All joints shall be made with strict compliance to the manufacturer's recommendations regarding
3 cement used and environmental conditions.
5
6 Wiring
7 Section 8-20.3(8)is revised and supplemented with the following: is
8 ** *)
9
10 All stranded wires terminated at a terminal block shall have an open end, crimp style solderless
11 terminal connector, and all solid wires terminated at a terminal block shall have an open end
12 soldered terminal connector. All terminals shall be installed with a tool designed for the
13 installation of the correct type of connector and crimping with pliers,wire cutters, etc., will not
14 be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to
15 make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be
16 permitted unless otherwise indicated on the plans. All conductor runs shall be attached to
17 appropriate signal terminal boards with pressure type binding posts.
18
19 The video detection cable shall be Kar-Gor RG-59/U+ 18/5 composite or City approved
20 equivalent
21
22
23 Bonding, Grounding
24 Section 8-20.3(9)is revised and supplemented as follows:
26
27 The fifth paragraph is deleted.
28
29 The sixth paragraph is deleted.
30
31 The following is added:
32
33 All street light standards, signal poles and other standards on which electrical equipment is
34 mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length
35 complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All
36 signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in as
37 diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with
38 a bare copper bonding strap sized in accordance with the plans, specifications and applicable
39 codes.
MM
40
41 Ground rods are considered miscellaneous items and all costs are to be included with the system
42 or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided
43 in the"Schedule of prices."
44
45 Testing
46 Section 8-20.3(11)is supplemented as follows:
47 ( ** **)
48 Requests for traffic signal turn on'will not be considered until a pre-turn on inspection of signal
49 system has taken place.
50
51 All discrepancies and deficiencies must be corrected by the contractor and re-inspected prior to
52 requesting signal turn on date.
53
54 A minimum of three(3)working days notice will be required for signal turn off/on.
55
56 Channelization at the intersection must be complete per plan before requesting signal turn on
57 date. Any deletions of channelization prior to turn on must be approved by the engineer.
58
59 City forces shall provide,post and maintain proper signing warning of new signal ahead.
60
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 48
1
2 signal systems
3
4 Signal Standards
5 Item 3 in Section 8-20.3(14)E is revised as follows:
6 ( * *}
8 Disconnect connectors complete with pole and bracket cable shall be installed in any signal
9 standard supporting a luminaire. Illumination wiring shall conform to City of Renton Standard
10 Plans.
'° 11
12 The following supplement is added:
13
14 Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box
15 wrenches. Use of pipe wrenches or other tools which can damage the finish of the nuts and bolts
16 will not be permitted'.Tools shall be of a sufficient size and strength to achieve adequate torquing
17 of the nut(s).
18
x 19 Signal standards shalt have luminaire tops similar to the Light Standards. The poles shall not
20 have reducing cones and the arms shall be perpendicular attached with an upper rib for support.
21 The poles shall have a watertight removable cap. The finish on the poles shall be powder black
22 similar to the luminaire poles.
23
24 MEASUREMENT
„X 25 Section 8-20.4 is supplemented as follows:
26
27
28 Measurement for unit price items shall be as described in Section 8-20.1 or as described in the
29 ' contract schedule of prices and/or special provisions.
30
31 When shown as lump sum in the Plans or in the proposal no specific unit of measurement will
32 apply, but measurement will be for the sum total of all items for a complete system to be
33 furnished and installed as described in Section 8-20.1 Description.
34
35 PAYMENT
36 Section 8-20.5 is supplemented as follows:
37
38 ( **** }
39 The unit prices for"Signal Relocation Complete"shall be full compensation for relocating each
40 pole and for all labor, materials,tools, equipment and testing necessary and/or incidental for the
41 full and complete installation as per the contract plans,detail sheets and these specifications.
42
43 The contract price shall be full compensation for excavating, loading, hauling and otherwise
44 disposing of the waste materials, for backfilling and compacting backfill material to specified
45 density and for the restoration of the trench to its pre-existing condition or as shown on the plans.
46 or as directed by the Engineer all in accordance with the plans,specifications and detail sheets.
47
48 The contract price shall include all junction boxes, conduit, couplings, adapters, elbows, bends,
49 reducers,;bell ends, bushings, and any other material, labor or equipment necessary to complete
50 the relocation of the poles. ,No payment shall be made for additional conduit used by the
51 contractor due to horizontal or vertical weaving of the conduit within the trench line.
52
53 PAVEMENT MARKING
55 MEASUREMENT
56 Section 8-22.4 is supplemented with the following:
5
58 ( }
59 Removal Braised pavement markers will be measured per hundred markers removed.
60
CITY
TY O RENTON
LOGAN AVE N.
131KE LANE&CNANNELIZATION REVISIONS
RENTON`BIKE LANE 49
1 PAYMENT
2 Section 8-22.5 is supplemented with the following:
3
4 * �
5 "Removing Raised Pavement Marker",per hundred.
CITY OF RENTON ,
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE so
2 DIVISION 9
MATERIALS
5 STANDARD PLANS
6 JANUARY 7,2008
7 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
8 transmitted under Publications Transmittal No.PT 08-001,effective January 7,2008 is made a part of
9 this contract.
10
11 The Standard Plans are revised as follows:
12
13 All Standard Pan
14 All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read
15 "Hot Mix Asphalt".
16 All references in the Standard Plans to the abbreviation"ACP" shall be revised to read"HMA"
17
18 C-1 Sheet 1
19 In the TYPE 1 AL'T'ERNATIVE, the title of the first section view is revised to INITIAL
20 INSTALLATION
21
22 C-la
23 In the TYPE 11,WOOD POST ASSEMBLY,the 18"long Button Head Bolts are revised to 25"
24 long.
25 '
26 C-1b
27 In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood
28 Breakaway Post to the Foundation Tube is revised to 10 long. .
29
30 c. -5
31 In the A CONNECTION,"Type 3 transition pay limit"is revised to"transition pay limit
32
33 C-I lb.Sheets 1 and 2
34 In the PRECAST FOOTINGS ELEVATION view (Sheet 1) and in the CAST-IN-PLACE
35 FOOTINGS ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to
36 CONCRETE CLASS 4000.
z 37 In the BREAKAWAY ANCHOR ANGLE,ELEVATION view(Sheet 2),the welding symbols are
38 revised to indicate that the 1/4' Inside Gussets have 1/4" fillet weld joints, and the 1/2" End
39 Gussets have 1/2"fillet weld joints.
40
41 C, 2
42 Note 1 is revised to read.
43
Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products List
44 and shall be installed in accordance with the manufacturer's recommendations. Products not
45 listed on the Qualified Products List are considered when submitted with a Request of Approval
46 of Materials(RAM)forma
47
48 D-�Ia Slh t 2&-D-I b Sheet 2
49 Reinforcing Steel Bar marked "Rl" (see lower left corner): the dimension F - 2 1/2" is revised
50 to 1'-0 1/2".
CITY TY OF RENTON
LOGAN AVE N.
BIKE LANE&GHANNELIZATION REVISIONS
RENTON BIKE LANE 51
1
2 F-40.10 through F-40.18
3 The following note is added to these six plans:
4 Note 7. To the maximum extent feasible,the ramp cross slope shall not exceed 2%.
5
6 K-80.30-00
7 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan K-
8 80.35
9
10 The following are the Standard Plan numbers applicable at the time this project was advertised. The
11 date shown with each plan number is the publication approval date shown in the lower right-hand
12 corner of that plan. Standard Plans showing different dates shall not be used in this contract.
13
14 A-10.10-00.............8/07/07 A-30.15-00..........11/08/07 A-40.50-00......... 11/08/07
15 ...........................................
16 A-10.20-00........... 10/05/07 A-30.30-00..........11/08/07 A-60.10-00......... 10/05/07
17 A-10.30-00........... 10/05/07 A-30.35-00..........10/12/07 A-60,20-00......... 10/05/07
18 A-20.10-00.............8/31/07 A-40.10-00..........10/05/07 A-60.30-00.........11/08/07
19 A-30.10-00........... 11/08/07 A-40.20-00............9/20/07 A-60.40-00........... 8/31/07
20
21 B-5.20-00...............6/01/06 B-30.50-00............6/01/06 B-75.20-00............6/01/06
22 B-5.40-00...............6/01/06 B-30.70-01 ............8/31/07 B-75.50-00 .........6/08/06
23 B-5.60-00...............6/01/06 B-30.80-00............6/08/06 B-75.60-00............6/08/06
24 B-10.20-00.............6/01/06 B-30.90-01 ............9/20/07 B-80:20-00............6/08/06
25 B-10.40-00.............6/01/06 B-35.20-00............6/08/06 B-80.40-00............ 6/01/06
26 ..........................................
27 B-10.60-00.............6/08/06 B-35.40-00............6/08/06 B-82.20-00............ 6/01/06
28 B-15,20-00.............6/01/06 B-40.20-00............6/01/06 B-85.10-00............6/01/06
29 B-15.40-00.............6/01/06 B-40.40-00............6/01/06 B-85.20-00............6/01/06
30 B-15.60-00.............6/01/06 B-45.20-00............6/01/06 B-85.30-00............6/01/06
31 B-20.20-01........... 11/21/06 B-45.40-00............6/01/06 B-85.40-00............6/08/06
32 B-20.40-01........... 11/21/06 B-50.20-00 ..........6/01/06 B-85.50-00............6/08/06
33 B-20.60-01........... 11/21/06 B-55.20-00............6/01106 B-90.10-00............6/08/06
34 B-25.20-00.............6/08/06 B-60.20-00............6/08/06 B-90.20-00............ 6/08/06
35 B-25.60-00.............6/01/06 B-60.40-00............6/01/06 B-90.30-00............6/08/06
36 B-30.10-00.............6/08/06 B-65.20-00............6/01/06 B-90.40-00............6/08/06
37 B-30.20-01........... 11/21/06 B-65.40-00............6/01/06 B-90.50-00............6/08/06
38 B-30.30-00.............6/01/06 B-70.20-00. .......6/01/06 B-95.20-00............6/08/06
39 B-30.40-00.............6/01/06 B-70.60-00............6/01/06 _ B-95.40-00............6/08/06
40
41 C-1 ......................2/06/07 C-3b 10/04/05 C-13..... ..........4/16/99
42 C la.......................7/31/98 C-3c.......................6/21/06 C-13a....................4/16/99
43 C-lb..................... 10/31/03 C-3d......................3/03/05 C-13b....................4/16/99
44 C-lc 5/30/97 C-4 .....2/21/07 C-14a... 7/26/02
...................... ........... .........
45 C-ld..................... 10/31/03 C-4a.......................2/21/07 C-14b....................7/26/02
46 C-2 1/06/00 C-4b 6/08/06 C-14c 7/26/02
. ......................... ...................... ........ . . ..
47 C-2a.......................6/21/06 C-4e.......................2/20/03 C-14d....................7/26/02
48 C-2b.......................6/21/06 C-4f.......................6/30/04 C-14e....................7/26/02
49 C-2c .......................6/21/06 C-5 ......................10/31/03 C-14f.....................9/02/05
50 C-2d.......................6/21/06 C-6 ........................5/30/97 C-14g.................. 11/21/06
51 C-2e .......................6/21/06 C-6a ......................3/14/97 C-14h.................... 1/11/06
52 C-2f........................3/14/97 C-6c.......................1/06/00 C-14i................... 12/02/03
CITY OF RENTO
N
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 62
1 C-2g.......................7127101 C-6d......................5/30/97 C-14j................... 12/02/03
2 C-2h.... ..............
3!28/97 C-6f 7/25/97 C-14k.................... 1/11/06
3 C-2i..... .................3/28/97 C-7
..................... 10/31/03 C-16a.................. 11/08!05
4 C-2j.....
6/12/98 C-7a.....................10/31l03 C-lbb.. ............. 11/08105
5 C-2k.......................7/27/01 C-8 ........................ C-20.14-00 ..........2/06!07
6 C 2n.......................7/27/01 C-8a ..7/25/97 C-20.40-00 2/06/07
n 7 C-20.......................7/13/01 C-8b......... ...........1111/06 C-22.40-01 ........ 10/05/07
8 C-2p..... ..............10/31/03 C-8e.......................2/21/07 C-23.60-00............2/06/07
9 C-2q..... ................3/03/05 C-8f.......................6/30/04 C-25.18-01............9/20/07
10 C-2r:..... ............... 3/03/05 C-10 .......... ....:.....7131198 C-25.20-01............9/20/07
11 C-2s........................3t03J05 C-11.......................5/20!04 C-25.22-01..........10105/47
12 C-21...... ........,.......3/03/05 C-lla.....................5/20/04` C-25.80-00...........9/20/07
13 C-3 ....................... C-llb.....................5/20/04 C-28.40-00............2106/07
14 C-3a..... .............. 10/04105 C-12 .......... .......,..7/27/01
15
16 D la .... 1/23/02 D-2.20-00.. 11110105 D-2.68-00........... 11110105
17 D lb..... .............. 10/06/99 D-2.30-00............11/10105 D-2.78-00........... 11110105
18 D-1c..... ............. 10/06/99 D-232-00............11/14/05 D-2.80.00
.... 11110105
19 D ld ... ... 10/06/99 D-2.34-00.. 11/10105 D-2.82-00 .....I.... 11/10/05
L
20 D le...... ............... 1123/02 D-2.36-01............11/08/07 D-2.84-00........... 11/10/05'
21 D-lf........ ............. 10/06/99 D-2.38-00............11/10/05 D-2.86-00........... 11110105
22 D-2.02-00............. 11110105 D-2.40-00............11!10105 D-2.88-00........... 11/10/05
23 D-2.04-00............. 11/10105 D-2.42-00............11!10/05 D-2.92-00........... 11110/05
24 D-2.06-00............. 11110/05 D-2.44-00............11/10/05 D-3........................7/13/05
25 D-2.08-00............. 11110/05 D-2.46-00............11/10105 D-3a......................6/30/04
26 D-2.10-00............. 11110/05 D-2.48-00............11!10105 D-3b...... 6130/04
27 D-2.12-00............. 11110/05 D-2.60-00............11/10/05 D-3c...... ..............6/30/04
- 28 D-2.14-00............. 11110105 D-2.62-00............11110105 D-4...................... 12/11/98
K 29 D-2.16-00............. 11110/05 D-2.64-00............11110105 D-6........................6/19/98
30 D-2.18-00............. 11110/05 D-2.66-00............11/10105
31
32 E-1 ....2/21/07 E-4.............. 8/27/03
33 E-2 ........ ..............5/29/98 E-4a.......................8/27/03
34
,r.
35 F-10.12-00 ....12/20/06 F-30,10-00.. 1/23/07 F-40.18-00 .....2/07/07
36 F-10.16-00...........12120/06 F-40.10-01...........10/05/07 F-40.16-00............2/07/07
37 F-10.40-00............. 1/23/07 F-40.12-00.............2/07/07 F-40.20-00.......... 10/05/07
F�
38 F-10.42-00............. 1/23/07 F-40.14-00.............2/07107 F-42.10-00.......... 10/05/07
39 F-10.62-01 .............9/05/07 F-40.15-00.............2/07/07 F-80.10-00............ 1/23/07
40 F-1 0.64-01 ........... 10/05/07 F-40.16-00.............2/07/07
41.
42 G-9a....................... G-24.50-00.. .......11/08/07 G-70.10-AO........... lOfS/07
43 G-10.10-00.............9/20/07 G-24.60-00..........11/08/07 G-70.20-00........... 10/5!07
44 G-20.10-00.............9/20/07 G-25.10-00..........11/08/07 G-70.30-00........... 10/5/07
45 G-22.10-00........... 11/08/07 G-30.10.00..
.11108/07 G-95.10-00 .... 11./08/07
46 G-24.10-00........... 11/08/07 G-50.10-00..........11/08/07 G-95.20-00......... 11/08/07
47: G-24.20-00...........11/08/07 G-60.10.00............8/31/07 G-95.30-00......... 11/08/07
48 G-24:30-00 11/08/07 G-60.20-00............8/31/07
49 G-24.40-00........... 11/08/07 G-60.30-00............8/31/07
50
'1 H=30.111-00 .. 10/12/07 H-60.20-00.. 9/05/07 H-70.30-00...........9/05/07
52 H-32.10-00.............9/20/07 H-70.10-00............9/05!07
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&GHANNELIZATION REVISIONS
RENTON BIKE LANE 53
1 H-60.10-00.............9/05/07 H-70.20-00............9/05/07
2
3 I-10.10-00..............8/31/07 1-30.50-00 ...........11/14/07 I-60.10-00.............8/31/07
4 I-30.10-00..............9/20/07 I-40.10-00 .............9/20/07 I-60.20-00............. 8/31/07
5 1-30.20-00..............9/20/07 I-40.20-00 .............9/20/07 I-80.10-00.............8/31/07
6 I-30.30-00..............9/20/07 I-50.10-00 . ........9/20/07
7 1-30.40-00............ 10/12/07 I-50.20-00 .............8/31/07
8
9 J-if.........................6/23/00 J-8b.........................5/20/04 J-18 .....................9/02/05
10 J-3 .......8/01/97 J-8c........................5/20/04 J-19 9/02/05
11 J-3b........................3/04/05 J-8d........................5/20/04 J-20.......................9/02/05
12 J-3c.........................6/24/02 J-9a........................4/24/98 J-28.10.00.............8/07/07
13 J-3d...................... 11/05/03 J-10........................7/18/97 J-28.22-00............. 8/07/07
14 J-5 ..........................8/01/97 J-11a....................10/12/07 J-28.24-00............. 8/07/07
15 J-6c.........................4/24/98 J-11b......................9/02/05 J-28.26-00............. 8/07/07
16 J-6f.........................4/24/98 J-11c......................6/21/06 J-28.30-00............. 8/07/07
17 J-6g...................... 12/12/02 J-12......................11/08/05 J-28.40-00.............8/07/07
18 J-6h........................4/24/98 J-15a....................10/04/05 J-28.42-00............. 8/07/07
19 J-7a.........................9/12/01 J-15b....................10/04/05 J-28.45-00............. 8/07/07
20 J-7c.........................6/19/98 J-16a......................3/04/05 J-28.50-00.............8/07/07
21 J-7d........................4/24/98 J-16b......................9/20/07 J-28.60-00............. 8/07/07
22 J-8a.........................5/20/04 J-16c......................9/20/07 J-28.70-00........... 11/08/07 ts
23
24 K-10.20-01........... 10/12/07 K-26.40-01..........10/12/07 K-40.60-00...........2/15/07
25 K-10.40-00.............2/15/07 K-30.20-00............2/15/07 K-40.80-00...........2/15/07
26 K-20.20-01........... 10/12/07 K-30.40-01..........10/12/07 K-55.20-00...........2/15/07
27 K-20.40-00.............2/15/07 K-32.20-00............2/15/07 K-60.20-01 ......... 11/12/07
28 K-20.60-00.............2/15/07 K-32.40-00............2/15/07 K-60.40-00...........2/15/07
29 K-22.20-01........... 10/12/07 K-32.60-00............2/15/07 K-70.20-00...........2/15/07
30 K-24.20-00.............2/15/07 K-32.80-00............2/15/07 K-80.10-00...........2/21/07
31 K-24.40-01........... 10/12/07 K-34.20-00............2/15/07 K-80.20-00......... 12/20/06
32 K-24.60-00.............2/15/07 K-36.20-00............2/15/07 K-80.30-00...........2/21/07
33 K-24.80-01........... 10/12/07 K-40.20-00............2/15/07 ' K-80.35-00...........2/21/07
34 K-26.20-00.............2/15/07 K-40.40-00............2/15/07 K-80.37-00...........2/21/07
35
36 L-10.10-00.............2/21/07 L-40.10-00 ............2/21/07 L-70.10-00............ 1/30/07
37 L-20.10-00.............2/07/07 L-40.15-00 ............2/21/07 L-70.20-00............ 1/30/07
38 L-30.10-00.............2/07/07 L-40.20-00............2/21/07 mm
39
40 M-1.20-01.............. 1/30/07 M-5.10-01 .............1/30/07 M-24.40-01...........5/31/06
41 M-1.40-01 .............. 1/30/07 M-7.50-01 .............1/30/07 M-24.60-02...........2/06/07
42 M-1.60-01.............. 1/30/07 M-9.50-01 .............1/30/07 M-40.10-00...........9/20/07.
43 M-1.80-02..............8/31/07 M-11.10-01 ...........1/30/07 M-40.20-00......... 10/12/07
44 M-2.20-01 .............. 1/30/07 M-15.10-01 ...........2/06/07 M-40.30-00...........9/20/07
45 M-2.40-01.............. 1/30/07 M-17.10-01 ...........1/30/07 M-40.40-00...........9/20/07
46 M-2:60-01.............. 1/30/07 M-20.10-01 ...........1/30/07 M-40.50-00...........9/20/07
47 M-3.10-01 .............. 1/30/07 M-20.20-01 ...........1/30/07 M-40.60-00...........9/20/07
48 M-3.20-01 .............. 1/30/07 M-20.30-01 ...........1/30/07 M-60.10-00...........9/05/07
49 M-3.30-01.............. 1/30/07 M-20.40-01 ...........1/30/07 M-60.20-00...........9/05/07
50 M-3.40-01.............. 1/30/07 M-20.50-01 ...........1/30/07 M-65.10-00...........9/05/07
51 M-3.50-01 .............. 1/30/07 M-24.20-01 ...........5/31/06
52
CITY OF RENTON
LOGAN AVE N.
BIKE LANE&CHANNELIZATION REVISIONS
RENTON BIKE LANE 64
APPENDIX A-WAGE RATES CITY OF RENTON
�r
APPENDIX A
HOURLY MINIMUM WAGE RATES
L
Ar T
m
LOGAN AVENUE N.BIKE LANE AND CHANNELMATION REVISION
CITY OF RENTON
FEBRUARY 2008
L
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description
of overtime calculation requirements is provided on the Benefit Code Key.
A KING COUNTY
Effective 03-02-08
wr" (See Benefit Code Key)
Over
Classification PREVAILING Time Holiday Note
WAGE Code Code Code
d` ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $36.24 1H 5D
BOILERMAKERS
aw, JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $43.75 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $43.91 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $43.75 1M 5D
CARPENTER $43.75 1M 5D
CREOSOTED MATERIAL $43.85 1M 5D
DRYWALL APPLICATOR $43.79 1M 5D
r�lr FLOOR FINISHER $43.75 1M 5D
FLOOR LAYER $43.75 1M 5D
FLOOR SANDER $43.75 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D
err PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING
SAWFILER $43.95 1M 5D
SHINGLER $43.75 1M 5D
$43.75 1M 5D
STATIONARY POWER SAW OPERATOR $43.75 1M 5D
STATIONARY WOODWORKING TOOLS $43.75 1M 5D
CEMENT MASONS
JOURNEY LEVEL $44.58 1M 5D
DIVERS&TENDERS
DIVER $85.75 1M 5D 8A
DIVER TENDER $44.22 1M 5D
w+
DREDGE WORKERS
ASSISTANT ENGINEER $44.59 IT 5D 8L
ASSISTANT MATE(DECKHAND) $44.08 IT 5D 8L
BOATMEN $44.59 IT 5D 8L
ENGINEER WELDER $44.64 IT 5D 8L
LEVERMAN, HYDRAULIC $46.21 IT 5D 8L
MAINTENANCE $44.08 IT 5D 8L
ar MATES $44.59 IT 5D 8L
OILER $44.21 IT 5D 8L
DRYWALL TAPERS
JOURNEYLEVEL $43.59 1E 5P
r ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
Page 1
awr
+111
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code 40
ELECTRICIANS-INSIDE
CABLE SPLICER $55.05 1E 5A
CABLE SPLICER(TUNNEL) $58.86 1E 5A 40
CERTIFIED WELDER $53.16 1E 5A
CERTIFIED WELDER(TUNNEL) $57.15 1E 5A
CONSTRUCTION STOCK PERSON $28.83 1E 5A
JOURNEY LEVEL $51.25 1E 5A 911If►
JOURNEY LEVEL(TUNNEL) $55.05 1E 5A
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C III►
JOURNEY LEVEL $14.69
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $54.37 4A 5A
CERTIFIED LINE WELDER $49.64 4A 5A I
GROUNDPERSON $35.93 4A 5A
HEAD GROUNDPERSON $37.89 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A
JACKHAMMER OPERATOR $37.89 4A 5A go
JOURNEY LEVEL LINEPERSON $49.64 4A 5A
LINE EQUIPMENT OPERATOR $42.27 4A 5A
POLE SPRAYER $49.64 4A 5A x111
POWDERPERSON $37.89 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS aw
MECHANIC $60.85 4A 6Q
MECHANIC IN CHARGE $67.01 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS at
ALL CLASSIFICATIONS $13.50 2K 5B
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1 ow
FLAGGERS
JOURNEY LEVEL $31.01 1H 5D
GLAZIERS
JOURNEY LEVEL $43.76 1 H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $46.59 1S 5J
HEATING EQUIPMENT MECHANICS lrlll
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEYLEVEL $36.75 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1 rlt
INLAND BOATMEN
CAPTAIN $38.87 1K 5B
COOK $32.73 1K 5B
DECKHAND $32.42 1K 5B aw
ENGINEER/DECKHAND $35.20 1K 5B
MATE,LAUNCH OPERATOR $36.85 1K 5B
Page 2 111
I t
+ra
KING COUNTY
Effective 03-02-08
rw (See Benefit Code Key)
Over
PREVAILING Time Holiday Note
MV
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR,FOAMER OPERATOR
$31.49 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $24.91 1
TECHNICIAN $19.33 1
err TV TRUCK OPERATOR $20.45 1
INSULATION APPLICATORS
JOURNEYLEVEL $43.75 1M 5D
IRONWORKERS
ax JOURNEY LEVEL $47.92 10 5A
LABORERS
ASPHALT RAKER $36.75 1H 5D
BALLAST REGULATOR MACHINE $36.24 1H 5D
BATCH WEIGHMAN $31.01 1H 5D
BRUSH CUTTER $36.24 1H 5D
BRUSH HOG FEEDER $36.24 1H 5D
101 BURNERS
$36.24 1H 5D
CARPENTER TENDER $36.24 1H 5D
CASSION WORKER $37.20 1H 5D
CEMENT DUMPER/PAVING $36.75 1H 5D
40 CEMENT FINISHER TENDER $36.24 1H 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D
CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D
to CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D
CHOKER SETTER
$36.24 1H 5D
CHUCK TENDER $36.24 1 H 5D
CLEAN-UP LABORER $36.24 1 H 5D
ar CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D
CONCRETE FORM STRIPPER $36.24 1H 5D
CONCRETE SAW OPERATOR $36.75 1 H 5D
CRUSHER FEEDER $31.01 1 H 5D
VW CURING LABORER
$36.24 1H 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 5D
DITCH DIGGER $36.24 1H 5D
rr DIVER $37.20 1H 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D
DRILL OPERATOR,AIRTRAC $37.20 1 H 5D
DUMPMAN $36.24 1H 5D
EPDXY TECHNICIAN
$36.24 1H 5D
EROSION CONTROL WORKER $36.24 1H 5D
FALLER/BUCKER,CHAIN SAW $36.75 1H 5D
da FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $28.45 1H 5D
construction debris cleanup)
FINE GRADERS $36.24 1H 5D
FIRE WATCH $31.01 1H 5D
dr FORM SETTER $36.24 1H 5D
GABION BASKET BUILDER $36.24 1H 5D
GENERAL LABORER $36.24 1H 5D
GRADE CHECKER&TRANSIT PERSON $36.75 1H 5D
GRINDERS
$36.24 1H 5D
GROUT MACHINE TENDER $36.24 1H 5D
fa Page 3
+r
40
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code ,w
GUARDRAIL ERECTOR $36.24 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D
HIGH SCALER $37.20 1H 5D
HOD CARRIER/MORTARMAN $36.75 1H 5D
JACKHAMMER $36.75 1H 5D till►
LASER BEAM OPERATOR $36.75 1H 5D
MANHOLE BUILDER-MUDMAN $36.75 1H 5D
MATERIAL YARDMAN $36.24 1 H 5D
MINER $37.20 1H 5D �lll
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE,
SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $36.75 1 H 5D
PILOT CAR $31.01 1 H 5D
PIPE POT TENDER $36.75 1H 5D
PIPE RELINER(NOT INSERT TYPE) $36.75 1H 5D iW
PIPELAYER&CAULKER $36.75 1H 5D
PIPELAYER&CAULKER(LEAD) $37.20 1 H 5D
PIPEWRAPPER $36.75 1H 5D
POT TENDER $36.24 1H 5D
POWDERMAN $37.20 1H 5D
POWDERMAN HELPER $36.24 1H 5D
POWERJACKS $36.75 1H 5D
RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D
RE-TIMBERMAN $37.20 1H 5D
RIPRAP MAN $36.24 1H 5D
RODDER $36.75 1H 5D to
SCAFFOLD ERECTOR $36.24 1H 5D
SCALE PERSON $36.24 1H 5D
SIGNALMAN $36.24 1H 5D
SLOPER(OVER 20") $36.75 1H 5D
SLOPER SPRAYMAN $36.24 1H 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $36.75 1H 5D
SPREADER(CONCRETE) $36.75 1H 5D
STAKE HOPPER $36.24 1H 5D
STOCKPILER $36.24 1H 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D
TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D
TOOLROOM MAN(AT JOB SITE) $36.24 1H 5D
TOPPER-TAILER $36.24 1H 5D
TRACK LABORER $36.24 1H 5D
a►
TRACK LINER(POWER) $36.75 1H 5D
TRUCK SPOTTER $36.24 1H 5D
TUGGER OPERATOR $36.75 1H 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D ilil
VIBRATOR $36.75 1H 5D
VINYL SEAMER $36.24 1H 5D
WELDER $36.24 1H 5D
WELL-POINT LABORER $36.75 1H 5D
Page 4
KING COUNTY
Effective 03-02-08
vrr
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
�r Classification WAGE Code Code Code
LABORERS-UNDERGROUND SEWER&WATER
GENERALLABORER $36.24 1H 5D
so PIPE LAYER $36.75 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1
LANDSCAPING OR PLANTING LABORERS $14.22 1
LATHERS
JOURNEY LEVEL $43.79 1M 5D
METAL FABRICATION(IN SHOP)
`o FITTER
LABORER $15.86 1
$9.78 1
MACHINE OPERATOR $13.04 1
qw PAINTER
$11.10
WELDER 1
$15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
faw ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.40 1
TOOL MAINTENANCE
$11.56 1
UTILITY PERSON $11.56 1
WELDER
or PAINTERS $11.56 1
JOURNEYLEVEL $33.94 2B 5A
PLASTERERS
JOURNEY LEVEL $43.10 1R 5B
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
�nr JOURNEY LEVEL $61.84 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $42.14 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $45.96 IT 5D 8L
BACKHOES, (75 HP&UNDER) $44.50 IT 5D 8L
BACKHOES, (OVER 75 HP) $44.92 IT 5D 8L
BARRIER MACHINE(ZIPPER) $44.92 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $44,92 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $44.50 IT 5D 8L
rr BOBCAT(SKID STEER) $42.14 IT 5D 8L
BROOMS $42.14 IT 5D 8L
BUMP CUTTER $44.92 IT 5D 8L
rra CABLEWAYS $45.41 IT 5D 8L
CHIPPER $44.92 IT 5D 8L
COMPRESSORS $42.14 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $42.14 IT 5D 8L
vp CONCRETE PUMPS $44.50 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 IT 5D 8L
CONVEYORS $44.50 IT 5D 8L
ra, Page 5
Aw
KING COUNTY
Effective 03-02-08
so
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code ON
CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 IT 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 IT 5D 8L 40
WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 IT 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 IT 5D 8L
>
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $42.14 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $44.50 IT 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 IT 5D 8L
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 IT 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 IT 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46.53 IT 5D 8L
CRUSHERS $44.92 IT 5D 8L
DECK ENGINEER/DECK WINCHES(POWER) $44.92 IT 5D 8L
DERRICK,BUILDING $45.41 IT 5D 8L
DOZERS,D-9&UNDER $44.50 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 IT 5D 8L
DRILLING MACHINE $44.92 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 IT 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $44.50 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 IT 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $44.50 IT 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $42.14 IT 5D 8L
GRADE ENGINEER $44.50 IT 5D 8L
GRADECHECKER AND STAKEMAN $42.14 IT 5D 8L
GUARDRAIL PUNCH $44.92 IT 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 IT 5D 8L wo
LOADERS,OVERHEAD(8 YD&OVER) $45.96 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 IT 5D 8L
LOCOMOTIVES,ALL $44.92 IT 5D 8L
MECHANICS,ALL $45.41 IT 5D 8L
MIXERS,ASPHALT PLANT $44.92 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $44.92 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $44.50 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $42.14 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $44.92 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $44.50 IT 5D 8L
POSTHOLE DIGGER,MECHANICAL $42.14 IT 5D 8L
POWER PLANT $42.14 IT 5D 8L
PUMPS,WATER $42.14 IT 5D 8L
Page 6
KING COUNTY
Effective 03-02-08
+wr
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
srr Classification WAGE Code Code Code
QUAD 9,D-10,AND HD-41 $45.41 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 IT 5D 8L
EQUIP
gr RIGGER AND BELLMAN $42.14 IT 5D 8L
ROLLAGON $45.41 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $42.14 IT 5D 8L
law ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 IT 5D 8L
ROTO-MILL,ROTO-GRINDER $44.92 IT 5D 8L
SAWS,CONCRETE $44.50 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 IT 5D 8L
o OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $44.50 IT 5D 8L
00 SCREED MAN $44.92 IT 5D 8L
SHOTCRETE GUNITE $42.14 IT 5D 8L
SLIPFORM PAVERS $45.41 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44.92 IT 5D 8L
'w SUBGRADE TRIMMER $44.92 IT 5D 8L
TOWER BUCKET ELEVATORS $44.50 IT 5D 8L
TRACTORS,(75 HP&UNDER) $44.50 IT 5D 8L
as TRACTORS,(OVER 75 HP) $44.92 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 IT 5D 8L
TRENCHING MACHINES $44.50 IT 5D 8L
to TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L
Am WHEEL TRACTORS,FARMALL TYPE $42.14 IT 5D 8L
YO YO PAY DOZER
$44.92 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER
(SEE POWER EQUIPMENT OPERATORS)
,err POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $35.62 4A 5A
SPRAY PERSON $33.82 4A 5A
TREE EQUIPMENT OPERATOR $34.27 4A 5A
moo TREE TRIMMER $31.88 4A 5A
TREE TRIMMER GROUNDPERSON $24.03 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
s MECHANIC
$55.41 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $27.05 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
JOURNEYLEVEL $43.59 1E 5P
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $31.99 1H 5G
Page 7
vrr
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code rjp
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
RESIDENTIAL LABORERS DIY
JOURNEY LEVEL $18.12 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $18.36 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $22.95 1
RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS
JOURNEY LEVEL $55.41 1G 5A jw
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 113 5A V1
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $31.01 113 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $41.96 1 M 5A
ROOFERS
JOURNEY LEVEL $36.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $51.97 1 E 6L 1
SHIPBUILDING&SHIP REPAIR
BOILERMAKER $31.46 1H 6W
CARPENTER $30.74 1B 6X
ELECTRICIAN $30.37 1B 6X
HEAT&FROST INSULATOR $46.59 1S 5J
LABORER $29.26 1 B 6X
MACHINIST $30.29 113 6X w
OPERATOR $30.22 1B 6X
PAINTER $32.34 1B 6X
PIPEFITTER $30.22 113 6X
RIGGER $30.33 113 6X I*
SANDBLASTER $30.22 1B 6X
SHEET METAL $30.48 16 6X
SHIPFITTER $30.32 1B 6X
TRUCKER $30.17 1B 6X
WAREHOUSE $30.20 1 B 6X
WELDER/BURNER $30.32 113 6X
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $22.92 1
SIGN MAKER $21.36 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $27.28 1
SIGN MAKER $33.25 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 1 B 5A vril
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
Page 8
KING COUNTY
Effective 03-02-08
rrrr
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
wr Classification WAGE Code Code Code
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $55.64 1X 5C
go STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
+rr INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $30.66 2B 5A
HOLE DIGGER/GROUND PERSON $17,19 2B 5A
INSTALLER(REPAIRER) $29.41 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A
SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A
SPECIAL APPARATUS INSTALLER II $30.05 2B 5A
+wlr TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A
TELEVISION GROUND PERSON $16.31 2B 5A
TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A
TELEVISION SYSTEM TECHNICIAN
$35.78 26 5A
TELEVISION TECHNICIAN $23.19 2B 5A
TREE TRIMMER $28.53 2B 5A
,w TERRAZZO WORKERS&TILE SETTERS
JOURNEYLEVEL $41.96 1M 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $35.79 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36.40 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $41.19 IT 5D 8L
ASPHALT MIX(OVER 16 YARDS) $41.90 IT 5D 8L
DUMP TRUCK $41.19 IT 5D 8L
DUMP TRUCK&TRAILER $41.90 IT 5D 8L
s' OTHER TRUCKS $41.90 IT 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
s IRRIGATION PUMP INSTALLER $17.71 1
OILER
$12.97 1
WELL DRILLER $18.00 1
low
rrr
�r
Page 9
14w
BENEFIT CODE KEY-EFFECTIVE 03-02-08
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE- EIGHT (8)HOUR WORKWEEK DAY OR A FOUR-TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY S14ALL 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. %*
F. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH 10
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF us
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.
J. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN °
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED IN EXCESS OF TEN (10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE. at
O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-02-08
-2-
1• Q. THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
low HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
+m (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
go T. 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)
Aw 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. 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
or 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..
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLYRATE OF WAGE.
V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
on CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
wr TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
vu HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
Ow A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
rn, 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.
ow D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
rr PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
w
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.
4w
or
BENEFIT CODE KEY-EFFECTIVE 03-02-08 mo
-3-
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 10
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.
2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE to
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
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). IiIIt
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).
E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). Ali
F. 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,AND CHRISTMAS DAY(11).
jo
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7).
BENEFIT CODE KEY-EFFECTIVE 03-02-08
-4-
K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
wr THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY
(9).
r�r 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).
M. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS
11w DAY(9).
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
+rr 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).
mw Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
#w DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
Awr
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(10).
U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8).
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
rrr
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
err HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
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
Wrrr DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2).
F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY(11).
ow
or
BENEFIT CODE KEY-EFFECTIVE 03-02-08
-5-
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).
J. 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).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8)
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY:
PRESIDENTS'DAY.
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, 1rM
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE(9).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, to
INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS
DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING ow
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
to
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. lw
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B:$0.50,AND LEVEL C:$0.25.
to
40
Im BENEFIT CODE KEY-EFFECTIVE 03-02-08
-6-
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00,
am 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:$0.25.
no
9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO I AM IS WAGE PLUS 17.3%
GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 31.4%
B. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10%FOR 7%HOURS WORKED
GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 15%7 HOURS WORKED
•rr
■w
w
ifterr
:.r
AK
rr
r
+r
w�
wr
General Decision Number: WA080001 05/9/2008 WA1
Superseded General Decision Number: WA070001 W
State: Washington
Construction Types: Heavy (Heavy and Dredging) and Highway
Counties: Washington Statewide.
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes
D.O.E. Hanford Site in Benton and Franklin Counties)
Modification Publication Date Modification Publication I
Number Number Date
0 02/08/2008
1 02/15/2008 WA
2 02/22/2008
3 04/04/2008
4 04/25/2008
5 05/09/2008 ,
CARP0001-008 06/01/2007
Carpenters:
1
COLUMBIA RIVER AREA -
ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN) , FERRY, FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH MERIDIAN) AND WALLA WALLA
COUNTIES
Rates Fringes
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 25.68 9.30
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 27.18 9.30
GROUP 3: . . . . . . . . . . . . . . . . .$ 25.95 9.30
GROUP 4: . . . . . . . . . . . . . . . . . . .$ 25.68 9.30
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 59.40 9.30
GROUP 6: . . . . . . . . . . . . . . . . . . .$ 28.70 9.30
GROUP 7: . . . . . . . . . . . . . . . . . . .$ 29.70 9.30
GROUP 8: . . . . . . . . . . . . . . . . . . .$ 26.95 9.30
GROUP 9: . . . . . . . . . . . . . . . . . . .$ 32.70 9.30
WA080001 Modification 5 1
Federal Wage Determination
lot
.,
Ir►
SPOKANE AREA:
ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS
AND WHITMAN COUNTIES
AW GROUP 1: . . . . . . . . . . . . . . . . . . .$ 25.01 9.30
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 26.51 9.30
GROUP 3: . . . . . . . . . . . . . . . . . . .$ 25.27 9.30
r GROUP 4: . . . . . . . . . . . . . . . . . . .$ 25.01 9.30
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 58.04 9.30
GROUP 6: . . . . . . . . . . . . . . . . . . .$ 28.02 9.30
GROUP 7: . . . . . . . . . . . . . . . . . . .$ 29.02 9.30
GROUP 8: . . . . . . . . . . . . . . . . . . .$ 26.27 9.30
GROUP 9: . . . . . . . . . . . . . . . . . . .$ 32.02 9.30
CARPENTER & DIVER CLASSIFICATIONS:
.rr
GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler;
Insulators (all types) , Acoustical, Drywall and Metal
Studs, Metal Panels and Partitions; Floor Layer, Sander,
► Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors,
windows, and jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
a* Dismantling; Stationary Saw-Off Bearer; Wire, Wood and
Metal Lather Applicator
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
rr material, on all piling
GROUP 4: Bridge, dock and wharf carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
+rrr. GROUP 7: Diver Standby, Bell/Vehicle or Submersible Operator, Not Under
Pressure.
GROUP 8: Assistant Tender, ROV Tender/Technician.
GROUP 9: Manifold Operator - Mixed Gas
ZONE PAY:
AK ZONE 1 0-40 MILES FREE
ZONE 2 41-65 MILES $2.25/PER HOUR
ZONE 3 66-100 MILES $3.25/PER HOUR
a� ZONE 4 OVER 100 MILES $4.75/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main
rr Post Office of established residence of employee, whichever is
closest to the worksite.
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main
aw Post Office of established residence of employee, whichever is
WA080001 Modification 5 2
ou Federal Wage Determination
,..
1►
closest to the worksite.
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of at
established residence of employee, whichever is
closest to the worksite.
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee, whichever is
closest to the worksite.
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee, whichever is
closest to the worksite.
lot
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 FEET Free
26-300 feet $1.00 per Foot
SATURATION DIVING
The standby rate applies until saturation starts. The saturation
diving rate applies when divers are under pressure continuously
until work task and decompression are complete. The diver rate
shall be paid for all saturation hours. i1M
WORK IN COMBINATION OF CLASSIFICATIONS
Employees working in any combination of classifications within the
diving crew (except dive supervisor) in a shift are paid in the
classification with the highest rate for that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task) , where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
WA080001 Modification 5 3
Federal Wage Determination
rr
CARP0003-006 06/01/2007
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
r� LEWIS(Piledriver only) , PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM
err COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
,p ZONE 1:
Rates Fringes
Carpenters:
CARPENTERS; ACOUSTICAL. . . . . .$ 27.56 13.30
DIVERS TENDERS. . . . . . . . . . . . . .$ 30.28 13.30
DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 68.84 13.30
DRYWALL. . . . . . . . . . . . . . . . . . . . .$ 27.56 13.30
FLOOR LAYERS & FLOOR
FINISHERS (the laying of
ow all hardwood floors nailed
and mastic set, parquet
and wood-type tiles, and
block floors, the sanding
and finishing of floors,
the preparation of old and
new floors when the
yrr materials mentioned above
are to be installed) ;
INSULATORS (fiberglass and
similar irritating
materials. . . . . . . . . . . . . . . . . . .$ 27.71 13.30
MILLWRIGHTS. . . . . . . . . . . . . . . . .$ 28.04 13.30
PILEDRIVERS. . . . . . . . . . . . . . . . .$ 28.04 13.30
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1.25
W` Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
aw
WA080001 Modification 5 4
1W Federal Wage Determination
ow
6
to
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from as
Longview Local #1707 and mileage shall be computed from
that point. )
ZONE 1: Projects located within 30 miles of the respective ow
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50 40
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70 at
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
----------------------------------------------------------------
CARP0770-003 06/01/2007
Rates Fringes
Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF ft
THE 120TH MERIDIAN) ,
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES go,
ACCOUSTICAL WORKERS. . . . . . . .$ 23.25 10.85
BRIDGE, DOCK AND WHARF
CAPPENTERS AND HEAVY &
HIGHWAY. . . . . . . . . . . . . . . . . . . $ 32.49 10.85 got
CARPENTERS AND DRYWALL
APPLICATORS. . . . . . . . . . . . . . . .$ 23.25 10.85
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . .$ 23.25 10.85
DIVERS TENDER. . . . . . . . . . . . . .$ 33.29 10.93
DIVERS. . . . . . . . . . . . . . . . . . . . .$ 74.82 10.93
INSULATION APPLICATORS. . . . .$ 23.25 10.85
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . .$ 33.49 10.85
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING lit
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING. . . . . . .$ 32.69 10.85
SAWFILERS, STATIONARY 91
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
is-
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . .. . . .$ 23.25 10.85 go
WA080001 Modification 5 5
Federal Wage Determination
rr
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
arll
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay:
0 -25 radius miles Free
rrr 26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
rrr
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
rr ----------------------------------------------------------------
rrr
ri.
WA080001 Modification 5 6
,r Federal Wage Determination
10
CARP0770-006 06/01/2007
Carpenters: WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS
(excludes piledrivers only) , MASON, PACIFIC (North of a straight line
made by extending the north boundary line of Wahkiakum County west to
the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
ACOUSTICAL WORKERS. . . . . . . . .$ 32.62 11.26
BRIDGE, DOCK & WHARF
CARPENTERS. . . . . . . . . . . . . . . . .$ 32.49 11.26
CARPENTERS AND DRYWALL
APPLICATORS. . . . . . . . . . . . . . . .$ 32.49 11.26
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . .$ 32.59 11.26
DIVERS TENDER. . . . . . . . . . . . . .$ 33.29 10.93
DIVERS. . . . . . . . . . . . . . . . . . . . .$ 74.82 10.93
INSULATION APPLICATORS. . . . .$ 32.49 11.26
MILLWRIGHT AND MACHINE IV
ERECTORS. . . . . . . . . . . . . . . . . . .$ 33.49 11.26
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING. . . . . . .$ 32.69 11.26
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . .$ 32.62 11.26
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL at,
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham Ali
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles go,
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
WA080001 Modification 5 7
Federal Wage Determination rat
wr,
w
Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
"� 36-45 radius miles
$1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
No
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
re, 0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------
arr ELECO046-001 07/02/2007
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
ow
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . . . .$ 40.62 3%+13.21
Am Electrician. . . .$ 36.93 3%+13.21
-----------------------------------------
ELEC0048-003 01/01/2008
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . . . .$ 34.40 3%+$14.85
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 34.15 3%+$14.85
HOURLY ZONE PAY
wr
Hourly Zone Pay shall be paid on jobs located outside of the free zone
computed from the city center of the following listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria.
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles$9.00/hour
ur
* These are not miles driven. Zones are based on Delorrne Street Atlas
USA 2006 plus.
----------------------------------------------
.a
WA080001 Modification 5 8
Federal Wage Determination
A.
ELEC0073-001 07/01/2007
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes so
Cable splicer. . . . . . . . . . . . . . . . . . . .$ 25.87 3%+12.03
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 25.47 3%+12.03
----------------------------------------------------------------
ELEC0076-002 03/01/2007
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . . . .$ 36.31 3%+13.19 No
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 32.71 3%+13.19
----------------------------------------------------
ELEC0077-002 02/01/2007 10
Rates Fringes
Line Construction:
CABLE SPLICERS. . . . . . . . . . . . . .$ 42.09 3.875+10.60
GROUNDMEN. . . . . . . . . . . . . . . . . . .$ 26.31 3.875%+8.60
LINE EQUIPMENT MEN. . . . . . . . . .$ 32.32 3.875%+8.70
LINEMEN, POLE SPRAYERS, '
HEAVY LINE EQUIPMENT MAN. . . .$ 37.58 3.875%+10.60
POWDERMEN, JACKHAMMERMEN. . . .$ 28.19 3.875%+8.60
TREE TRIMMER. . . . . . . . . . . . . . . .$ 22_65------3_875%+835-------
----------------------------------
-
ELEC0112-005 06/04/2007
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . . . .$ 33.50 3%+13.33
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 31.90 3%+13.33
------------------------
ELEC0191-003 08/31/2007
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES lit
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . . . .$ 35.71 3%+11.97
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 32.46 3%+11.97
----------------------------------------------------
WA080001 Modification 5 9
Federal Wage Determination '
+err
ELECO191-004 08/31/2007
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . . . .$ 31.31 3%+11.92
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 28.46 3%+11.92
------------------------------------------------
ELEC0970-001 06/01/2007
COWLITZ AND WAHKIAKUM COUNTIES
Rates Fringes
srr
Cable splicer. . . . . . . . . . . . . . . . . . . .$ 32.67 3%+11.00
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 29.70 3%+11.11
----------------------------------------------------
aw ENGI0302-003 06/01/2007
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING,
aw KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
Zone 1 (0-25 radius miles) :
wr
Rates Fringes
Power equipment operators:
�r Group 1A. . . . . . . . . . . . . . . . . . .$ 33.21 12.75
Group 1AA. . . . . . . . . . . . . . . . . .$ 33.78 12.75
Group 1AAA. . . . . . . . . . . . . . . . .$ 34.34 12.75
Group 1. . . . . . . . . . . . . . . . . . . . .$ 32.66 12.75
irr Group 2. . . . . . . . . . . . . . . . . . . . .$ 32.17 12.75
Group 3. . . . . . . . . . . . . . . . . . . . .$ 31.75 12.75
Group 4. . . . . . . . . . . . . . . . . . . . .$ 29.39 12.75
rr- Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments) ; Tower crane over 175 ft
s in height, base to boom
WA080001 Modification 5 10
,r Federal Wage Determination
JW
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6i
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers-self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant
feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; Piledriver (other than
crane mount) ; Roto-mill, roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper-self propelled, hard
tail end dump, articulating off-road equipment-under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine-shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists-(elevators and manlifts) , air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrapers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish machine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
WA080001 Modification 5 11
Federal Wage Determination
rrr
wit
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
ow operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller-other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
so
Category B Projects: 950 of the basic hourly rate for each
group plus full fringe benefits applicable to category A
on projects shall apply to the following projects. A Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
ow and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
we 2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
aw 3. Marine projects (docks, wharfs, etc. ) less than $150,000.
oft HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
06 eligible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
--------------------------------------
srr
,r.
err
WA080001 Modification 5 12
wr Federal Wage Determination
ENGI0302-009 06/01/2007
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles) :
Rates Fringes
Power equipment operators:
GROUP 1 1
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 31.33 12.75
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 26.96 8.40
GROUP 2
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .
$ 31.46 12.75
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 27.06 8.40
GROUP 3
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .
$ 31.84 12.75
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 27.38 8.40
GROUP 4
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 31.89 12.75
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 27.43 8.40
GROUP 5
TOATL PROJECT COST
$300,000 AND OVER. . . . . . . . . .
$ 33.46 12.75
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 28.75 8.40
GROUP 6
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .
$ 31.33 12.75
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 26. 96 8.40
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
WA080001 Modification 5 13
Federal Wage Determination '
Aw
�r
POWER EQUIPMENT OPERATORS CLASSIFICATIONS:
GROUP 1: Assistant Mate (Deckhand
'f` GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump) ; Mates and Boatmen
OL GROUP 4: Craneman, Engineer Welder
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
Category B Projects: 950 of the basic hourly rate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc. ) less than $150,000.
Heavy Wage rates (Category A) Applies to clam shell dredge,
hoe and dipper, shovels and shovel attachments, cranes and
bulldozers.
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
.r inside a federally designated hazardous perimeter shall be
eligible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
�r.
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
AIL H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
,,r; ----------------------------------------------------------------
AN.
as
WA080001 Modification 5 14
Joe Federal Wage Determination
,No
ENGI0370-002 06/01/2007
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES so
ZONE l:
Rates Fringes
Power equipment operators:
GROUP 1A. . . . . . . . . . . . . . . . . . .$ 22.69 9.02
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 23.24 9.02
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 23.56 9.02
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24.17 9.02
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 24.33 9.02
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 24.49 9.02
GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 24.77 9.02
GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 25.04 9.02
GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 26.14 9.02
ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power) ; Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation) ;
Fireman & Heater Tender; Hydro-seeder,
Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking
Machine; Pumpman; Rollers, all types on subgrade, including
seal and chip coatings (farm type, Case, John Deere &
similar, or Compacting Vibrator) , except when pulled by
Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD
required) & Cable Tender, Mucking Machine.
WA080001 Modification 5 15
Federal Wage Determination '
rir
GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration
Plant (under 1000 ton) ; Assistant Plant Operator, Fireman
%W or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement) ; Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power) ; Concrete Saw (multiple cut) ; Distributor
rrr Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated) ; Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline) ;
�w Hoist, single drum; Loaders (bucket elevators and
conveyors) ; Longitudinal Float; Mixer (portable-concrete) ;
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled) ;
Railroad Power Tamper Operator (self-propelled) ; Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete) ; Spreader Box (self-propelled) ; Straddle Buggy
(Ross & similar on construction job only) ; Tractor (Farm
type R/T with attachment, except Backhoe) ; Tugger Operator
GROUP 3: A-frame Truck (2 or more drums) ; Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton) ;
Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix
Operator, single unit (concrete) ; Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar) ;
Bending Machine; Bob Cat (Skid Steer) ; Boring Machine (earth) ; Boring
Machine
(rock under 8 inch bit) (Quarry Master, Joy or
similar) ; Bump Cutter (Wayne, Saginau or similar) ; Canal
Lining Machine (concrete) ; Chipper (without crane) ;
to Cleaning & Doping Machine (pipeline) ; Deck Engineer;
Elevating Belt-type Loader (Euclid, Barber Green &
similar) ; Elevating Grader-type Loader (Dumor, Adams or
similar) ; Generator Plant Engineers (diesel or electric) ;
Au Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or
similar) ; Spreader Machine; Dozer/Tractor (up to D-6 or equivalent)
UL and Traxcavator; Traverse Finish Machine; Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar) ; Curb Extruder (asphalt or
As concrete) ; Drills (churn, core, calyx or diamond) ; Equipment
Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ;
Loaders (overhead & front-end, under 4 yds. R/T) ;
Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired
AN Skidders (R/T with or without attachments) ; Surface Heater
& Plant Machine; Trenching Machines (under 7 ft. depth
capacity) ; Turnhead (with re-screening) ; Vacuum Drill
WWI (reverse circulation drill under 8 inch bit)
Jr;
WA080001 Modification 5 16
,�„ Federal Wage Determination
GROUP 5: Backhoe (under 45,000 gw) ; Backhoe & Hoe Ram (under
3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes
(25 tons & under) , all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons) ; Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar) ; Hoe Ram; Piledriving Engineers; Paving (dual drum) ;
Railroad Track Liner Operaotr (self-propelled) ; Refrigeration Plant
Engineer (1000 tons & over) ; Signalman (Whirleys, Highline
Hammerheads or similar) ; Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire) ; Backhoe (45,000 gw and over to 110,000 gw) ; Backhoes
& Hoe Ram (3/4 yd. to 3 yd. ) ; Batch Plant (over 4 units) ;
Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ;
Blade Operator (motor patrol & attachments) ; Cable Controller
(dispatcher) ; Compactor (self-propelled with
blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons) , all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar;
Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. Ni
8 yds. ) ; Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete) ; Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement) ; Roto
Mill (pavement grinder) ; Scrapers, all, rubber-tired; go
Screed Operator; Shovel(under 3 yds. ) ; Trenching Machines (7 ft.
depth & over) ; Tug Boat Operator Vactor guzzler, super sucker; Lime
Batch Tank Operator (Recycle Train) ;Lime Brain Operator (Recycle
Train) ; Mobile Crusher Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds
& over) ; Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons) , all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over) ; Elevating Belt
(Holland type) ; Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar) ;
Loaders (overhead & front-end, over 8 yds. to 10 yds. ) ;
Rubber-tired Scrapers (multiple engine with three or more
scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers
(Goldhofer, Shaurerly and Similar) ; Ultra High Pressure Waterjet
Cutting Tool System Operator (30,000 psi) ; Vacuum Blasting Machine
Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead, rail and tower) , all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over) ; Helicopter Pilot
WA080001 Modification 5 17
Federal Wage Determination
t
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
rrr
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
---------
-------------------------------
ENGI0370-006 06/01/2007
w
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
rrl MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
WORK PERFORMED ON HYDRAULIC DREDGES
Rates Fringes
Hydraulic Dredge
GROUP 1: . . . . . . . . . . . . . . . . . . . .$ 31.33 12.75
GROUP 2: . . . . . . . . . . . . . . . . . . . .$ 31.84 12.75
GROUP 3: . . . . . . . . . . . . . . . . . . . .$ 31.89 12.75
GROUP 4: . . . . . . . . . . . . . . . . . . . .$ 33.46 12.75
GROUP S: . . . . . . . . . . . . . . . . . . . .$ 31.33 12.75
GROUP 6: . . . . . . . . . . . . . . . . . . . .$ 31.46 12.75
GROUP 7: . . . . . . . . . . . . . . . . . . . .$ 31.84 12.75
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or
Booster Pump)
GROUP 3: Engineer Welder
GROUP 4: Leverman, Hydraulic
GROUP 5: Maintenance
GROUP 6: Oiler
GROUP 7: Mates & Boatman
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
-------------------------------------------------------------
wo
rir
WA080001 Modification 5 18
Federal Wage Determination
�r
l
ENGIO612-001 06/01/2007
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF mi
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
W
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
Rates Fringes
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES: Total
Project cost $300,000 and -
over
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 31.33 12.75
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 31.46 12.75
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 31.84 12.75 so
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 31.89 12.75
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 33.46 12.75
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 31.33 12.75
WORK PERFORMED ON
HYDRAULIC DREDGES: Total
Project Cost under $300, 000
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 26.96 8.40
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 27.06 8.40
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 27.38 8.40
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.43 8.40
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 28.75 8.40
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 26.96 8.40 to
ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
BASEPOINTS: Tacoma, Olympia, and Centralia
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to Category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
r
WA080001 Modification 5 19
Federal Wage Determination
w.
r
3. Marine projects (docks, wharfs, etc. ) less than $150,000
WORK PERFORMED ON HYDRAULIC DREDGES:
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump) ; Mates and Boatmen
GROUP 4: Craneman, Engineer Welder
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
y BULLDOZERS
HANDLING OF HAZARDOUS WASTE MATERIALS
H-1 - When not outfitted with protective clothing of level D
equipment - Base wage rate
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "A" Suit - Base wage rate +$.75 per hour
----------------------------------------------------------------
ENGI0612-002 06/01/2007
01" LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
do ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
�rrr
Zone 1 (0-25 radius miles) :
Rates Fringes
Power equipment operators:
GROUP 1A. . . . . . . . . . . . . . . . . . .$ 33.21 12.75
GROUP 1AA. . . . . . . . . . . . . . . . . .$ 33.78 12.75
GROUP 1AAA. . . . . . . . . . . . . . . . .$ 34.34 12.75
GROUP 1. . . . . . . . . . . . . . . . . . . . .$32.66 12.75
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 32.17 12.75
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 31.75 12.75
ru GROUP 4. . . . . . .
. . . . . . . . . . . . . . . . . . . . .$ 29.39 12.75
Zone Differential (Add to Zone 1 rates) :
rrr
Zone 2 (26-45 radius miles) = $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
err
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
WA080001 Modification 5 20
Federal Wage Determination
GROUP 1AA - Cranes- 200 tons to 300 tons, or 250 ft of boom '
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6 so
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator Wi
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount) ; Roto-mill, roto- rrr
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
r�Y
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck 06
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts) , air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
WA080001 Modification 5 21
Federal Wage Determination
eer
rr
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type) ; Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
err
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
to excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
No involved. Surfacing and paving included, but utilities
excluded.
rr 3. Marine projects (docks, wharfs, etc. ) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous
g perimeter shall be eligible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
rr outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
rrr H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
----------------------------------------------------------------
ENGI0701-002 01/01/2008
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
err
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
Power equipment operators:
*a (See Footnote A)
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.06 10.25
GROUP 1A. . . . . . . . . . . . . . . . . . . .$ 36.75 10.25
GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 38.44 10.25
to GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 33.55 10.25
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 32.62 10.25
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 31.75 10.25
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 30.72 10.25
er GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 27.94 10.25
WA080001 Modification 5 22
Federal Wage Determination
VW
�r
Zone Differential (add to Zone 1 rates) :
Zone 2 - $2.00 so
Zone 3 - $4.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; 40
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and No
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located no
in Yamhill County, Washington County and Columbia County
and all jobs or projects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all so
classifications.
All jobs or projects located in the area outside the so
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the Nrr
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications. wo
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three
units or more; CRANE: Helicopter Operator, when used in
erecting work; Whirley Operator, 90 ton and over; LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and/or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
WA080001 Modification 5 23
Federal Wage Determination
ow
r
yr
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment) ; LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
we feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
No GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
�r GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required) ; Blade Operator, Robotic; BULLDOZERS: Bulldozer
+rr operator over 120,000 lbs and above; Bulldozer operator,
twin engine; Bulldozer Operator, tandem, quadnine, D10, Dll,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
rr drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
(without luffing or tower attachment) ; TOWER/WHIRLEY
OPERATOR: Tower Crane Operator; Whirley Operator, under 90
tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to
200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc. operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120, 000
lbs. and above; REMOTE CONTROL: Remote controlled
go lbs.
equipment; RUBBER-TIRED SCRAPERS: Rubber-
tired scraper operator, with tandem scrapers, multi-engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
err Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required) ; Canal Trimmer (Grade Oiler
required) ; Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator) ;
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over
130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator,
+r 50 tons through 89 tons (with luffing or tower attachment) ;
GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up
to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic
am crane operator, 50 tons through 89 tons (without luffing
or tower attachment) ; LATTICE BOOM CRANES: Lattice Boom
Crane-50 through 89 tons (and less than 150 feet boom) ;
err
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR:
excavator over 80,000 lbs. through 130,000 lbs. ; LOADERS:
Loader operator 60,000 and less than 120,000; RUBBER-TIRED
SCRAPERS: Scraper Operator, with tandem scrapers;
Self-loading, paddle wheel, auger type, finish and/or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 cu yds.
Orr
WA080001 Modification 5 24
err Federal Wage Determination
MW
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screedman required) ; BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi-engine; BULLDOZERS: Bulldozer Operator over 20,000
lbs and more than 100 horse up to 70,000 lbs; Drill Cat
Operator; Side-boom Operator; Cable-Plow Operator (any aw
type) ; CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type) ; Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing & grinding machine) ; No
Hydro Axe (loader mounted or similar type) ; COMPACTORS
SELF-PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi-engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete to
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types) ; Laser Screed; CRANE: Chicago boom and
similar types; Lift Slab Machine Operator; Boom type r►
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry Picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel-Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller-Percussion, Diamond, Core, o;
Cable, Rotary and similar type; Cat Drill (John Henry) ;
Directional Drill Operator over 20,000 lbs pullback;
FLOATING EQUIPMENT: Diesel-electric Engineer; Jack
Operator, elevating barges, Barge Operator, self- op
unloading; Piledriver Operator (not crane type) (Deckhand
required) ; Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel-Electric Engineer required) ;
Floating Crane (derrick barge) Operator, less than 30 tons; aw
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types) ;
Guardrail Auger Operator (all types) ; Combination Guardrail
machines, i.e., punch auger, etc.; HEATING PLANT: Surface no
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000 lbs. with any or all attachments; no
Excavator Operator over 20,000 lbs through 80,000 lbs. ;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25, 000 lbs and less than
60,000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
WA080001 Modification 5 25
Federal Wage Determination 1W
to
■r
Operator; Piledriver Operator (not crane type) ; PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
go Machine Operator; Pipe Bending Machine Operator; Pipe
Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
�r Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting
Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel
Electric Engineer (Plant or Floating; Bolt Threading
Machine operator; Drill Doctor (Bit Grinder) ; H.D.
Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS:
Rubber-tired Scraper Operator, single engine, single
scraper; Self-loading, paddle wheel, auger type under 15
cu. yds. ; Rubber-tired Scraper Operator, twin engine;
r Rubber-tired Scraper Operator, with push- pull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
aw Engineer; Stationary Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds.; Grade-all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
ON Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator, rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber-tired dozers and
pushers (Michigan, Cat, Hough type) ; Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
r capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
wr GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix) ; Asphalt Burner and
Reconditioner Operator (any type) ; Roto-Mill, pavement
profiler, ground man; BULLDOZERS: Bulldozer operator,
we 20,000 lbs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power) , over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
40 blade) ; CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumperete Operator (any
type) ; Pavement Grinder and/or Grooving Machine Operator
r (riding type) ; Cement Pump Operator, Fuller-Kenyon and
similar; Concrete Pump Operator; Grouting Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place pipe laying machine; maginnis
�w Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
no concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A-frame Truck Operator, Double
it drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
WA080001 Modification 5 26
MW Federal Wage Determination
ow
Hydraulic Boom Truck, Pittman; DRILLING: Churn Drill and
Earth Boring Machine Operator; Vacuum Truck; Directional
Drill Operator over 20,000 lbs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type) ;
Hydraulic Backhoe Operator track type up to and including
20,000 lbs.; LOADERS: Loaders, rubber- tired type, less
than 25,000 lbs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser) ; 1W
PIPELINE-SEWER WATER: Hydra hammer or similar types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size) ; Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator so
Operator; Ballast Tamper Multi-Purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler; ow
SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled;
Pulva-mixer or similar types; Chip Spreading machine
operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self-propelled
construction job site; TRACTOR-RUBBER TIRED: Tractor
operator, rubber-tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill
Operator (any type) ; Truck mounted asphalt spreader, with ow
screed; COMPRESSORS: Compressor Operator (any power) , under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B. , dry batch, etc.) ; Cement Hog Operator; irfi
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type) ; Wire Mat or Brooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A-frame Truck Operator, single drum; Tugger or
Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER: Crusher oiler; Crusher feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (excluding working
platform) ; Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd. ) ; Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: Oiler; Guardrail
Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated) ; PUMPS: Pump Operator (any power) ;
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motorman; Ballast Jack Tamper Operator;
WA080001 Modification 5 27
Federal Wage Determination ow
rr
wr
wr
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade) ; Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
as construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt) ; Tamping
Machine operator, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
up Oiler; TUNNEL: Conveyor operator; Air filtration equipment
operator
-------------------------------------------------------
• ENGI0701-003 01/01/2008 (revised from ENGI0701-004)
Clark, Cowlitz, Klickitat, Pacific (South) , Skamania, and Wahkiakum
Counties
+rr
Rates Fringes
Dredging:
�rrr ZONE A
ASSISTANT ENGINEER. . . . . . . . .$ 35.66 10.05
ASSISTANT MATE. . . . . . . . . . . . .$ 31.53 10.05
LEVERMAN, DIPPER,
iwlr FLOATING CLAMSHELL. . . . . . . . .$ 38.12 10.05
LEVERMAN, HYDRAULIC. . . . . . . .$ 38.12 10.05
TENDERMAN. . . . . . . . . . . . . . . . . .$ 34.54 10.05
ZONE B
"w ASSISTANT ENGINEER. . . . . . . . .$ 37.66 10.05
ASSISTANT MATE. . . . . . . . . . . . .$ 33.53 10.05
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 40.12 10.05
Orr LEVERMAN, HYDRAULIC. . . . . . . .$ 40.12 10.05
TENDERMAN. . . . . . . . . . . . . . . . . .$ 36.54 10.05
ZONE C
aw ASSISTANT ENGINEER. . . . . . . . .$ 38.66 10.05
ASSISTANT MATE. . . . . . . . . . . . .$ 34.53 10.05
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 41.12 10.05
LEVERMAN, HYDRAULIC. . . . . . . .$ 41.12 10.05
TENDERMAN. . . . . . . . . . . . . . . . . .$ 37.54 10.05
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30-50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*All jobs or projects shall be computed from the city hall by
+err
the shortest route to the geographical center of the
project.
----------------------------------------------------------------
go
No
WA080001 Modification 5 28
10 Federal Wage Determination
ow
IRON0014-005 07/01/2007
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 28.22 15.52
---------------------------------------------------------------- so
IRON0029-002 07/01/2007
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
to
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 30.25 15.52
----------------------------------------------------------------
IRON0086-002 07/01/2007
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes vi
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 29.00 15.52
----------------------------------------------------------------
IRON0086-004 07/01/2007
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
to
Rates Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 32.40 15.52 at
----------------------------------------------------------------
+�Y
WA080001 Modification 5 29
Federal Wage Determination
low
aw
* LAB00001-002 06/01/2007
ZONE 1:
No
Rates Fringes
Laborers:
No CALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON,
No PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC
41W OCEAN) , PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
1W GROUP 1. . . . . . . . . . . . . . . . . . . .$ 20.25 8.26
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 22.81 8.26
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 28.04 8.26
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 28.55 8.26
wr GROUP 5. . . . . . . . . . . . . . . . . . . .$ 29.00 8.26
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
KITTITAS AND YAKIMA
COUNTIES
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 16.58 8.26
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 19.00 8.26
GROUP 3. . . . . . . . . . . . . . . . . . .$ 20.80 8.26
GROUP 4. . . . . . . . . . .
. . . . . . . . .$ 21.30 8.26
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 21.67 8.26
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $ .70
ZONE 3 - $1.00
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
a* ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
rrr
TOWNSEND, PT. ANGELES, AND BREMERTON
so
rr
WA080001 Modification 5 30
wo Federal Wage Determination
ow
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
No
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to to
cleaning floors, ceilings, walls, windows, etc. , prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; go
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator No
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer; to
Demolition (wrecking and moving including charred
material) ; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout so
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C) ; Maintenance Person; Material Yard
Person; Pot Tender; Rip Rap Person; Riggers; Scale Person;
Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper;
Toolroom Man (at job site) ; Topper-Tailer; Track Laborer;
Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ;
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension so
beams; Hazardous Waste Worker (Level B) ; High Scaler;
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Nozzleman (concrete pump, green
cutter when using combination of high pressure air and
water on concrete and rock, sandblast, gunite, shotcrete,
water blaster, vacuum blaster) ; Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not ow
insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike
Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper
(over 20 ft) ; Spreader (concrete) ; Tamper and Similar
electric, air and glas operated tool; Timber Person-sewer to
(lagger shorer and cribber) ; Track Liner Power; Tugger
Operator; Vibrator; Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; to
Re-Timberman; Hazardous Waste Worker (Level A) .
----------------------------------------------------------------
No
WA080001 Modification 5 31
Federal Wage Determination go
so
.r
rrr
LAB00238-004 06/01/2007
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
° MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
do Laborers: Rates Fringes
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 19.71 7.45
to GROUP 2. . . . . . . . . . . . . . . . . . . .$ 21.81 7.45
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 22.08 7.45
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 22.35 7.45
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 22.63 7.45
+rr GROUP 6. . . . . . . . . . . . . . . . . . . .$ 24.00 7.45
Zone Differential (Add to Zone 1 rate) : $2.00
rlrr BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
�w Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson) ;
Window Washer/Cleaner (detail cleanup, such as, but not
is limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
40 Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
wr handling the nozzle of squeezcrete or similar machine,6
inches and smaller) ; Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material) ;
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers) ;
Hazardous Waste Worker, Level D
(no respirator is used and
skin protection is minimal) ; Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
irr crewman, including distributing pipe, assembly & dismantle,
and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel) ; Stake Jumper; Structural
Mover (to include separating foundation, preparation,
W cribbing, shoring, jacking and unloading of structures) ;
Tailhoseman (water nozzle) ; Timber Bucker and Faller (by
hand) ; Track Laborer (RR) ; Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
No Be Classified As General Laborer
WA080001 Modification 5 32
aw Federal Wage Determination
No
irrr
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
Dope Pot Firemen, non-mechanical; Driller Tender (when
required to move and position machine) ; Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
respirator) ; Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter) ;
Nozzleman (to include squeeze and flo-crete nozzle) ;
Nozzleman, water, air or steam; Pavement Breaker (under 90
lbs.) ; Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex and
similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled) ; Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high) ;
Gunite (to include operation of machine and nozzle) ;
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit") ; High Scaler; aw
Laser Beam Operator (to include grade checker and elevation
control) ; Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels) ;
Monitor Operator (air track or similar mounting) ; Mortar ow
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs. , jet blast machine power propelled, sandblast
nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to
include working topman, caulker, collarman, jointer, to
mortarman, rigger, jacker, shorer, valve or meter
installer) ; Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line) ;
Miner Class "D", (to include raise and shaft miner, laser
beam operator on raises and shafts)
GROUP 6 - Powderman
----------------------------------------------------------------
NIMI
WA080001 Modification 5 33
Federal Wage Determination ►
+rr
wr
* LAB00238-006 06/01/2007
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
Rates Fringes
Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 23.40 7.45
-------------------------------
---------------------------------
LAB00335-001 06/01/2007
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES
aw Rates Fringes
Laborers:
ZONE 1:
to GROUP 1. . . . . . . . . . . . . . . . . . . .$ 25.94 8.25
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 26.54 8.25
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 26.98 8.25
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.36 8.25
fm GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23.44 8.25
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 21.02 8.25
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 17.82 8.25
wr Zone Differential (Add to Zone 1 rates) :
Zone 2 $ 0.65
Zone 3 - 1.15
40 Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
err ZONE 5: More than 80 miles from the respective city hall.
rrr
aw
rr
WA080001 Modification 5 34
,o, Federal Wage Determination
rr
rrr
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew) ;
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages) ; General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types) ; Loading Spotters; Material
Yard Man (including electrical) ; Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon iwl
Setters (including steel forms) ; Rip Rap Man (hand placed) ;
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor) ; Toolroom Man (at job ►
site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher
(aggregate when used)
GROUP 2 : Applicator (including pot power tender for same) , go
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw) ; Burners; Choker Splicer; Clary Power Spreader and do
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime) ; Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet) ;
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground) $0
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at up
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling, so
blasting, barring-down, or sloping and stripping) ; Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen;
Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor Aw
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
1
WA080001 Modification 5 35
Federal Wage Determination rr
to
ON
fm
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ;
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
4 up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
riw
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
----------------------------------------------------------------
LAB00335-010 06/01/2007
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES
4W
Rates Fringes
Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 27. 96 8.25
to ----------------------------------------------------------------
PAIN0005-002 06/01/2007
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) ,
No STATEWIDE
AND WAHKIAKUM COUNTIES
t, Rates Fringes
Painters:
STRIPERS. . . . . . . . . . . . . . . . . . . .$ 25.38 11.02
i1w ----------------------------------------------------------------
PAIN0005-004 07/01/2007
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
rrt MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
rrr Rates Fringes
PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 19.91 6.85
�rrr ----------------------------------------------------------------
aw
rr
tilt
WA080001 Modification 5 36
w Federal Wage Determination
wr
PAIN0005-006 07/01/2007
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ;
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
Painters: as
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water no
and Sandblasting, Bridges,
Towers, Tanks, Stacks,
Steeples. . . . . . . . . . . . . . . . . . . .$ 20.84 7.38
Over 30'/Swing Stage Work. .$ 21.54 7.38 ►
Brush, Roller, Striping,
Steam-cleaning and Spray. . . .$ 15.09 6.18
Lead Abatement, Asbestos
Abatement. . . . . . . . . . . . . . . . . . .$ 20.84 7.38
TV Radio, Electrical
Transmission Towers. . . . . . . . .$ 21.59 7.38
Over 30'/Swing Stage Work. .$ 22.29 7.38
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet. ,
----------------------------------------------------------------
PAIN0055-002 04/01/2008
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
Painters:
Brush & Roller. . . . . . . . . . . . . .$ 19.88 7.05 No
High work - All work 60
ft. or higher. . . . . . . . . . . . . . .$ 20.63 7.05
Spray and Sandblasting. . . . . .$ 20.48 7.05
----------------------------------------------------------------
aw
PAIN0055-007 06/01/2007
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER. . . . . . . . . . . . . . . . . . . . .$ 28.27 8.27
WA080001 Modification 5 37
Federal Wage Determination �rw
vrrr
+rr
PLAS0072-004 06/01/2007
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Orr
Rates Fringes
Oar Cement Mason/Concrete Finisher
ZONE 1: . . . . . . . . . . . . . . . . . . . . .$ 24.68 7.98
Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00
Orr
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
or ----------------------------------------------------------------
PLAS0528-001 06/01/2007
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
Orr KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
Cement Masons:
CEMENT MASON. . . . . . . . . . . . . . . .$ 32.69 11.89
rrr COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 33.19 11.89
r ----------------------------------------------------------------
PLAS0555-002 06/01/2007
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates Fringes
+rrr
Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD. .$ 26.61 14.83
CEMENT MASONS ON
rrr SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD. . . . . . . . . . . .$ 26.10 14.83
CEMENT MASONS. . . . . . . . . . . . . . .$ 25.59 14.83
COMPOSITION WORKERS AND
irr POWER MACHINERY OPERATORS. . .$ 26.10 14.83
WA080001 Modification 5 38
w Federal Wage Determination
Aw
Zone Differential (Add To Zone 1 Rates) :
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the Sri
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
----------------------------------------------------------------
PLUM0032-002 01/01/2008
CLALLAM, KING AND JEFFERSON COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . . . .$ 39.88 17.51
----------------------------------------------------------------
PLUM0032-003 06/01/2007
CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN
(NORTH) COUNTIES
Rates Fringes
4W
Plumbers and Pipefitters. . . . . . . . .$ 26.78 14.29
----------------------------------------------------------------
PLUM0044-003 06/01/2007
to
ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN
PART) , LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES to
Rates Fringes
to
Plumbers and Pipefitters
ADAMS (NORTHERN PART) ,
ASOTIN (CLARKSTON ONLY) ,
FERRY (EASTERN PART) , ow
LINCOLN, PEND ORIELLE AND
STEVENS AND SPOKANE
COUNTIES. . . . . . . . . . . . . . . . . . . .$ 30.14 12.81
WHITMAN COUNTY. . . . . . . . . . . . . .$ 36.24 12.811
----------------------------------------------------------------
WA080001 Modification 5 39
Federal Wage Determination
.rr
PLUM0082-001 06/01/2007
CLARK (NORTHERN TIP INCLUDING WOODLAND) , COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION) , PACIFIC, PIERCE SKAMANIA,
THURSTON AND WAHKIAKUM COUNTIES
■r
Rates Fringes
Plumbers and Pipefitters. . . . . . . . .$ 35.55 15.32
to ----------------------------------------------------------------
PLUM0265-003 06/01/2007
ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES
4w
Rates Fringes
Plumbers and Pipefitters. . . . . . . . .$ 35.55 15.32
----------------------------------------------------------------
PLUM0290-003 04/01/2008
vo CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND)
Rates Fringes
w Plumbers and Pipefitters. . . . . . . . .$ 35.69 16.39
----------------------------------------------------------------
PLUM0598-005 06/01/2007
ADAMS (SOUTHERN PART) , ASOTIN (EXCLUDING THE CITY OF
No ADAMS
BENTON, COLUMBIA, DOUGLAS (EASTERN HALF) , FERRY
(WESTERN PART) , FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT
NORTHERN TIP) , KLICKITAT, LINCOLN (WESTERN PART) , OKANOGAN
yr, (EASTERN) , WALLA WALLA AND YAKIMA COUNTIES
Rates Fringes
No
PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 35.69 18.55
----------------------------------------------------------------
w
■re
+rr
WA080001 Modification 5 40
Federal Wage Determination
wr
rr
PLUM0631-001 06/01/2007
MASON (NE SECTION) , AND KITSAP COUNTIES
Rates Fringes
Plumbers and Pipefitters 46
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail 4*
lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes
where the plumbing and
mechanical cost of the
project is less than
$100, 000. . . . . . . . . .. . . . . . . . . .$ 27.39 11.18
All other work where the
plumbing and mechanical
cost of the project is
$100, 000 and over. . . . . . . . . . .$ 34.90 15.32
----------------------------------------------------------------
TEAM0037-002 06/01/2007
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Truck drivers:
ZONE 1
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 25.65 11.63
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 25.77 11.63
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 25.90 11.63
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 26.16 11.63
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 26.38 11.63
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 26.54 11.63
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 26.74 11.63
Zone Differential (Add to Zone 1 Rates) :
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
WA080001 Modification 5 41
Federal Wage Determination wr
..r
r
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
go respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
qtr
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
wr ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
ow GROUP 1: A Frame or Hydra lift truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated) ; Concrete
" Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
we on job site) ; Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated) ; Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
wir
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu. ; Flaherty Spreader
► Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site) ; Oil
a* unloading
Driver or Leverman; Transit mix and wet or dry
mix trucks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
aw 3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
IN Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds. ; Truck
Mechanic-Welder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
rr
WA080001 Modification 5 42
w Federal Wage Determination
+rwr
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
dumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds. ; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds. , and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump No
Trucks; Industrial Lift Truck (mechanical tailgate)
----------------------------------------------------------------
TEAM0174-001 06/01/2007
ow
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND Q
WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 29.42 12.48 40
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 28.71 12.48
GROUP 3: . . . . . . . . . . . . . . . . . . .$ 26.18 12.48
GROUP 4: . . . . . . . . . . . . . . . . . . .$ 21.69 12.48
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 29.07 12.48
ZONE B (25-45 miles from center of listed cities*) : Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from center of listed cities*) : Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the y
following listed cities:
WA080001 Modification 5 43
Federal Wage Determination w+
.r
BELLINGHAM CENTRALIA RAYMOND OLYMPIA
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
era Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
wllr exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
a* unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
40 Le
power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
err or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired) (when used within Teamster jurisdiction) ;
err Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
am GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
to
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
wrr
r
WA080001 Modification 5 44
Federal Wage Determination
"W
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
TEAM0760-002 06/01/2007
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates Fringes
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
iff
FOOTNOTE A BELOW)
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 19.27 10.55
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 21.54 10.55
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 22.04 10.55
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 22.37 10.55
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 22.48 10.55
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 22.65 10.55 r
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 23.18 10.55
GROUP 8. . . . . . . . . . . . . . . . . . . .$ 23.51 10.55
Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00)
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office aw
TRUCK DRIVERS CLASSIFICATIONS we
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
WA080001 Modification 5 45
Federal Wage Determination wrt
so
.rr
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under) ; Leverperson (loading trucks at bunkers) ; Trailer
Mounted Hydro Seeder and Mulcher; Seeder& Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
r
GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under) ; Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs. ) ; Fuel Truck Driver, Steamcleaner &
to Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar) ; Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds. ) ;
oar Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds. ) ; Warehouseperson (to include
shipping & receiving) ; Wrecker & Tow Truck
rrr GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds. ) ; Truck Mounted Hydro
No Seeder; Warehouseperson; Water Tank truck (0-8, 000 gallons)
GROUP 5: Dumptor (over 6 yds. ) ; Lowboy (50 tons & under) ;
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
ar (over 6 yds. to and including 10 yds. ) ; Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds. ) ;
Truck-Mounted Crane (with load bearing surface either
No mounted or pulled, up to 14 ton) ; Vacuum Truck (super
sucker, guzzler, etc. )
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs. ) ; Dumps (Semi-end) ; Mechanic (Field) ;
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds. ) ; Trucks, side, end, bottom and articulated end dump
err (over 20 yds. to & including 40 yds. ) ; Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons) ;
40 Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
ap operated trailer) ; Transit Mixers & Trucks Hauling Concrete
(over 20 yds. ) ; Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds. ) ; Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons) ;
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds. ) ; Helicopter
ws Pilot Hauling Employees or Materials
err
WA080001 Modification 5 46
Federal Wage Determination
rrr►
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in addition to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical splash suit or fully encapsulated suit with Illfl
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within #W
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii) ) .
----------------------------------------------------------------
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively lrll
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1. ) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination 46
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2. )
and 3. ) should be followed.
WA080001 Modification 5 47
Federal Wage Determination at
go
•r
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
No Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
so
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
ow
2. ) If the answer to the question in 1. ) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
40 (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to:
Wage and Hour Administrator
U.S. Department of Labor
or 200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc. ) that the requestor considers relevant to the issue.
rrr 3. ) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board) . Write to:
rrr
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4. ) All decisions by the Administrative Review Board are final.
wr ------------------------
END OF GENERAL DECISION
as
rwr
wr
WA080001 Modification 5 48
No Federal Wage Determination
MW
rwr
rr
aw
at
wo
rr
w
�rrr
rr
APPENDIX B STANDARD PLANS CITY OF RENTON
APPENDIX B
STANDARD PLANS
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
CITY OF RENTON
i FEBRUARY 2008
9
3
3
3
J
9
9
3
3
3
3
H
1
7
7
•r
err
rw
w.►
+�r
wr
ar
r�
,r
wr
rrr
�r
ari
.re
14W
.emanxun vaara�arwaa�icax•�i�`.°.+ 0 h ':
m � U w�nw�.w�uurvu..aavaeau 0 � �
xg •mN �05xA4,mcao3LL]IVT!'p�INW➢3V xvLM O OIb
ZKm '•pN K �aew'voa w.mwm nano
m �
KLSD��mC `1 9
1w
>>s�� Oa• a ° C� O
F
o z V 0 W H Z Om -z S Z Z Oaf- SAO S p °. O� m cl p QoSEw F d a V C z 5 p
u��ON
w IL
V N70Vwf 2r dD•C DSO z Z
> W
I z N w Q of a O X<
v l F V u V Q V d Z p ;
W
LU
H 1�
�•-N "• fl N.� C� � m
° �w
Ts W z
O w ,
OS?W KV r Oiw ��• KU z O�iW
060,
m €o�N
�e�i Z Oio2 t ¢�i O °a'
wz
Oxis
sas W O saSww a .a, F QQ°SSWw 2
NSON V NSON O.= NSONQ
� S � .I• S °�•N � z o4z
e• - z0 Or 0 O 1-p
'I F V - a F aV ccj a�
w J W U,� a w 0 F-
D a Q.z a z L)
H Z(qa 2 e e i Q
wzU '
• e z Fa N z N 0 5�F w• 00 w e
y QZZ
a
°
K 1�
w ° m
°
Oa K F� N
3
¢�¢ w §P- k 0 z
KZ��+ � ZN Otll
za�i - OU w w o
0z5 w vz5 9Nz ^N a > a ¢
wOz ° <OZ �g aim w z $�z -
F �� �o
�my1 2 °J U mm W¢ �W¢Z j V W W w
>KW N ��w ¢',a wwm
fzt; a ZZW m��? � Fw- Ow ow
§ow U 0OW wz°yy' O0)�O pw O °�
1-O.N. d JUN. FOF °OFZ
� wow
w Og°
m °.0
LL NWS
f l O
O
T--- .. .......... N
W
W W
CL
as
Ow
ww n _
W� Z
- - - - - w
w . V
t�g - - - - - -
ow
20
am
II
N3lntl A113N :A®NMVt10 h�HlOYN 3Ndl H10►M 3NYI HlOM 3NYI ---{
+w
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
t DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO
BE USED IF REQUIRED.
18" TO 2D" BEHIND BACK OF
CURB OR 12" BEHIND BACK OF
SIDEWALK THAT IS ADJACENT TO
CURB
TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER.
�I1 EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION
4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT
�° EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE 8090).
e
Y MAX 4"
MIN 2 PAVEMENT MARKER TYPE 88
A8 STIMSONITE TWO-WAY BLUE.
42" MIN CONCRETE BLOCKING
BURY
`1
rr
MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
\ 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
1r1r1 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
16" x 8" x 4" INUM 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS.
CONCRETE BLOCK
UNDER HYDRANT
-1/2 YARD WASHED DRAIN ROCK (3-TO 3/8") MIN.
rtl[ 1' ABOVE BOOT FLANGE. PLACE 8 MIL
POLYETHYLENE FILM AROUND TOP AND SIDES OF
GRAVEL.
FIRE HYDRANT ASSEMBLY
LEVEL ALL GROUND
1� MIN 3' RADIUS
LEVEL ALL GROUND
MIN 3' RADIUS
1 4.875" x 5"
v 6- 1 STORZ
ONE MAN ROCK
1
7 0
ills 6
v t FILL
T-�
CUT
HYDRANT LOCATION IN CUT OR FILL FIRE HYDRANT ASSEMBLY DETAIL
Gti�Y p ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE:04/04
DATE REVISION BY APPR D DWG. NAME: 8102 SP PAGE: 8102
rr
MARKER MARKER MARKER tw
I t
4
as
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
4 f
ve
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)
Irif►
HYDRANT MARKERS
ow
st
RAISED PAVMENT MARKER TYPE 88 AB
STIMSONITE TWO-WAY (BLUE)
HYDRANT MARKERS
GtiTY p� ADOPTED
CITY OF RENTON
t � 4
STANDARD PLANS
IST DATE:04/04
DATE I REVISION BY PPR'D DWG. NAME: 8103 SP PAGE: B103
+rr �
3
p
rrr �44�SO Yya�,o 8 z N .og M
a CL
am
MIS t Q Q Q
Pro
d Y1I } ,= Q U to yz
OR
ry
U N ,
b b wo a2� <
z b 7o &Mul,
It
4W.: 9 low
k
4 � a
w �
1'.
B�
I* b
do
RN"',
Lu
P a
a
Yr�
—__
SO� r' W
err
SN3il38 TUO :AB NM1MO +YmYCrtlAIMU.wIYYM�OgYYIiYn
ew
aA1�1tlY v��MYi1�FifiYYaM�1MIYYIY
a.O1m1��NpM�IMYW�I�'Y�YIOYYN111Mt iW�
o° w
5 BROOMED FINISH
O" 4" WIDE, SMOOTH
TROWELED PERIMETER
0" 5 E wf
0
5 G
to
0
CEMENT CONCRETE CURB
(CURB AND GUTTER SHOWN)
NOT INCLUDED IN BID ITEM
5 E
G
CONTRACTION JOINT
IN SIDEWALK ONLY
EXPANSION JOINT IN BOTH
CURB AND SIDEWALK
JOINT AND FINISH
DETAIL
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK
VARIES ^- 6' - 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
INCLUDED
2% 2% IN BID ITEM
`r 1/4" PREMOLDED
JOINT FILLER
CEMENT CONCRETE SIDEWALK
ADJACENT TO CURB
go
CEMENT CONCRETE SIDEWALK
SHEET 1 OF 3
tiRY p ADOPTED
�O� CITY OF RENTON
STANDARD PLANS
N IT O� LST DATE:04/04
DATE REVISION BY APPWD DWG. NAME: F005 SP PAGE: F005
1'- 0"
MIN. 6" SIDEWALK
VARIES ^- 6' - 0" MIN.
(SEE CONTRACT)
M QE�1� 1/2" R. (TYP.) CURB NOT
C
Nj. 2q INCLUDED
�7 - IN BID ITEM
6.,
SEE RAISED 1/4" PREMOLDED
EDGE DETAIL JOINT FILLER
CEMENT CONCRETE SIDEWALK
+w WITH RAISED EDGE
+rr
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK 6 1/2"
VARIES - 6' - 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP,)
or 2% 2%
�r► SEE CURB FACE DETAIL
MONOLITHIC CEMENT CONCRETE
CURB AND SIDEWALK
N
rr�
SLOPE ROUNDING ti VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
r IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK BUFFER STRIP
VARIES - 5' - 0" MIN. V RIES - 3' - 0° MI J.
(SEE CONTRACT) (SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
2y, 2%. INCLUDED
IN BID ITEM
rr
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP
ON
CEMENT CONCRETE SIDEWALK
ob SHEET 2 of 3
GtiR Y p ADOPTED
CITY OF RENTON
STANDARD PLANS
BLS'N T�� LST DATE:04/04
DATE REVISION I BY APPR'Dj DWG. NAME: F005-1 SP PAGE: F005.1
ur
6"
1/2"
1/2" R. LEVEL 1" R.
4
D 2%
00 D
D
NOTE: EXTEND SIDEWALK TRANSVERSE SEE © 6 1/2"
JOINTS TO INCLUDE RAISED EDGE CONTRACTION FACE OF CURB
JOINT 5 1/2" 1"
RAISED EDGE DETAIL 2% 1" R.
° p
D TOP OF
D ° tO ROADWAY
° D
° D 12"
WALL OR BARRIER o
8" 6 1/2" � ill ,1
SIDEWALK
1/2" R NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION
JOINTS TO INCLUDE CURB (FULL DEPTH)
D CURB FACE DETAIL
4t
1/4" PREMOLDED
JOINT FILLER
SIDEWALK ADJACENT
TO WALL DETAIL
1
3/8" z 1/8" TO 1/4"
lb
PREMOLDED
JOINT FILLER
EO EXPANSION JOINT
CO CONTRACTION JOINT
CEMENT CONCRETE SIDEWALK
SHEET 3 of 3
~~�Y p ADOPTED
V 6VIM CITY OF RENTON
f STANDARD PLANS
MN O LST DATE:04/04
DATE REVISION I BY APPR'D DWG. NAME: F005-2 SP PAGE: F005.2
91 W W2 F y� vnW NlauYr6u��uu6noidMSwxY fug o
0 K �W zaBw w�mvw+w.m sw �rrv° xo x.w m O O E
CL vzz> 0 O`i0v sww�..amn.a°.awunw ua �. N dIS
c 00Ua Sp 04x02 ' V: N
3 =s$Y~ .Wo i z w m 11 �a�N
° Q JOSE W m WOQ oW tW-m SW
c�maa 2."fu j um 3 WLL
] n 0
U <10- z es ZZ �
g s "•tp Q� 5 ��•+ Q c O
o FF ��'j
W W W W <� PR�� Z a m a '`k S
ao Mo1' v
rr1 6 V a ra V a aBn i Z Y �s
a W r 1►
' 1
V H
U
2 d •LL d
Im
M mS°
W IO
F a >1 4
O 'E w LLO3
t1Y _j � crw o0 o d °z
uj
as
e Oo m
N K y w
W m W o=LL g ~� " F-
C9 vi 5 �zW o 9 W C)
p o rc mN O t Hp W�
LL.z
>20 O C)LL.
ow?m W
O O Z
° J
zo Q Nacwi m QW
d V LL d mat ~W
LL O cs C O
W- aW w wW v
L) Q 1 W
o
LL d YW
M m > W �
Z �,I W
O V 2 woad 01 cc
C WO IL
Q S
e m UJ� > us
arr Q � LL 3 a 5
--- z V V o Oag
Y:2 �A LL
¢ d x3W d
LLz ao' W D a
az LL two / .B/ F LL 09
OQ O ` H = O a6
> w < W a ��
j LL
Im 09 t m o8 0 ��� 6 p Q LL d m
z, v iai � •a H� .9 Z U
LL =0 D
g ° zo , WV C ° ° VC)
0 U Z m m (� m ° m U.
1W < LL d ,1. Om W LL m ZLL
-C u z r �J�,, V an ULL �J LU
I Z�
cd
LU
U F C L
O w $
aw 5 m C> o g
�— ° O O
tL F d > >
Y 2 Q Z U U0p C 0 W3
�/ LL O
z .E��t Z 2 W QOM 0 a¢
°d d M W w am cwi oz
�v O U LL W LL
0 0 W� d „g \
x111 a \ 9 Z •�� W V
� F \ U Q N
Lt i� o U LL m N CW Q N W C W p2 wO O c m m aU Z wb° 7 > W w Q W ou — ° LL W
n UU.
°¢ d
J V Q LL .9 a G Z
.Ll LL, d C LLq d '' O
'® j
x>w O
=V O
m O �g o<O w Fo
d O K
Ol
d mC a Sam C LL
Z___--__� 0 i LL
UN Z
it]
06
O $�
vxrnS)iHvvy :AB NMVWQ
CENTER LINES
• ® • • • • • • • • • ® • • • • • • • 4"
• • • • • • • • • • • • • • • • i—T
3 4" YELLOW TYPE
30' LINE MARKERS
DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'
LINE MARKERS (REFL.)
�-- 9' — 15' �3'f
4 YELLOW TYPE I
LINE MARKERS
SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid' fir
LINE MARKERS (REFL.)
Mil
TWO-WAY LEFT TURN LANE
• • • • • •
12' 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.)
4" YELLOW TYPE 'I' LINE MARKERS
j
NUMBER OF 2-WAY LEFT TURN ARROWS A
SPEED LIMIT 25 MPH ----- 200' O.C.
mosof SPEED LIMIT 30-35 MPH -- 250' O.C.
SPEED LIMIT 40-45 MPH -- 300' O.C.
Ott
CHANNELIZATION MARKERS DETAIL Atli
GtiTY p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE:04/04
DATE I REVISION BY APPR'D DWG. NAME: H001 SP PAGE: H001
+rr
APPROACH LINE
! ! ! ! ! ! ! ! ! ! ! ! ! ® ! 8"
3'
24' 4" WHITE TYPE 'I'
w LINE MARKERS
4 WHITE TYPE Ile
LINE MARKERS (REFL.)
qw
„ NUMBER AND LOCATIONS OF ARROWS
lk
APPROACH LINE LENGTH ARROW LOCATIONS NrOR
20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR)
50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE)
125-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS
.r OVER 300' AT 100' INTERVALS
SKIP APPROACH LINE
4
9' 15' 3' 4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
LANE LINE
15' 3'
4" WHITE TYPE '1'
LINE MARKERS
++■ 4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
rr
CHANNELIZATION MAKERS DETAIL
ADOPTED
CITY OF RENTON
+ W i
STANDARD PLANS
LST DATE:04/04
DATE I REVISION I BY PPR`D DWG. NAME: H002 SP PAGE: H002
to
� x
-.. A z o a
a
Y Y OO � A
0 O O AH o
co
• WW ` . , LLJ LLI ,, �y z
b
4w
�� It �
:1 o �
-.y N fA
N" m ck: >- :9 :R W
N
LD• N O [ o c ,0 q>
m w m 3 O -
o ° O w r o> m 3 x
F >- o
UA
sm . to
<,O V v m .. 21.
m J too M C,4 N N N N
cc
W o ++ Z
as
W O to
E �
a �
00 A
q co
a. w
ar
err
v
cv W
0 co o-
W p
0 0
• O W
v o C7
V) '00
Z
low, � � W Y
0 _ t- o=
W. cO¢ �
W in 0
IN o Z Z
fo
�
'Y
s , �J
N V+ Q
nil Q <Z P-i
im It .0 z Xx -c-- Qom..
I N Y O Zc
d o, LL'
to
o � t
I � '
M
.,0-e8
5t,
ar
1
r '
1
•
UP' 'dam IFFA
4.
O! U®■1
wi' M
vr: .:a o
�:.w:ge
.dra.. ...
.art. ..
■Mi:w..w1
■/tRNlw - •
■
■/tM■
•I:r#N7�
r
....#am
.r♦!
M.N.
."l#fir■
■Vs V a�
tai. I.rM
rf�:k - .NN■N. 1
N#/aR ■
N.:w■■ •
■r■ rav NssRffu NNa
Nras�• Ba. oar_
/rt R.RrR■tr Nrf■f■rf/f■Nff tw\•
r irr Nrr !.f•■R
tNf f!t!.lNt
wwwwa'$it h` '�;®::lwt::::if - ■i::wi::w a:::u U.N.,
■u\.
serixr\la: r... ..a.v �ax.N:¢ar: NN■a B r.a.q...
■BRitft¢u:■.tfRr::/etrf '+ rf.N. . Nwr . r■al
■iaeNN...\.rrmrrNawal ■rMtr t �, faf
. ■ ■■■
■t■!■NNiaraNi.ra!■r. aN.r■ ■� . I{ror Ntw•-
Y•ttx.\fr.t.r{l.Na..mM M r\ ■.;1. "" ✓Bgfarra
■r■ma4r#ri•.¢arRs'•4wRr# r � ■t. Nw.. .NIWYYR
■rrl.r.N\aa.pNa. -r #sr ru. R.t.. IQ!!!r■qq■
■rt.olu.li.r•qpu.u.0.p.aNerr.sUurUraa u. srlru.
0 0 1uo.•raf..uIr u!►
.r s\4 - NrB.r■ra•pm!.oN!.•••IIa g NS■.rV N NNu p sau NUr ■•
4f¢I:::::
., wuruuN..auu■r..ma• ,
■asi6aN•Nr•w.....was,, Bo:::.. a■ YA ♦.
mass sv' +ar
os-' . .rr■ ..
er
ir\■■a\.. �QUUef..artsae■■ B
NNruN.r. •wu{r+lglrBr.ar
_ ' NNUUUSUU■.N .+RaIR.IN
s .Rile:®Was■■afseN! Rf/N■R■N■■f•RRNf■arffRNffRfRR■e■fRfr
.Rr�Bl/
mal��.lNNtN �NN.f Na.tl Na.lifl!etf/NNrR!lrN arga
:i®aR■r.,- tNR ....: N.aNrra.
4 s{N.NNrr!•tarN\i....\+.N
r it a.lffwR... ^'•. \s•.rr.••r.i•N1rNY{ir./.N■{tN•\..•.•• r. '
■ew•s!■
■■N.■gerrre•s■uaNuun.aounsu._t u. .wesuuouOs .■-bnt:a uuN rrNw.raUuu\r..r.uounu.fNtufr:uU■NUuu.au.N.tUvofN■uau■NutrNusNuu0RuNN0N 04Na/SuNr.oaxrr.1orN.H ruuU•{a•.•■
I
NK
35" 31'
31, 35..
ow
rr 31"
aw
9'-0"
rr:
6'-4" 6'-5,.
rrr
45.1
rr *
5'-6"
*
11'
* BASED ON TYPICAL 11-FOOT LANE WIDTH
No
rr
THRU & LEFT TURN ONLY
wo ARROW DETAIL
Gti�Y o� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE:04/04
DATE REVISION I BY PPR'Dj DWG. NAME: H010 SP PAGE: H010
to
err
35" 31"
4'-5' I 13"
31'
pl -6 9' 0"
6'-5' 6'-4..
tt
5-6" 5'-6"
11'
* BASED ON TYPICAL 11-FOOT LANE WIDTH
THRU AND RIGHT TURN ONLY
ARROW DETAIL
SY o ADOPTED
U A CITY OF RENTON
STANDARD PLANS
LST DATE:04/04
DATE REVISION BY�pp DWG. NAME: H011 SP PAGE:H011
�r
s
CURB LANE LANE LANE CURB LANE
CENTER CENTER
ar I IN IN
I LANE I LANE
I
arR I I
I I I
I I I I
I
10'
I
I I ( I
I I I
I
yr I I
I
I " I I I I
6 MIN.(TYP.) 2 III 8"(TYP.)—STRIPE
I ( 8"(TYP.)—OPEN
LANE I (TYP.) LANE 8'(TYP.)—STRIPE
CONCRETE LINE LINE
GUTTER
I i
LTIRE I TIRE LTIRE I TIRE
ON TRACKS TRACKS TRACKS TRACKS
TYPICAL 4-LANE ROADWAY CONFIGURATION
NOTE:
FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION
APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON The Crosswalk
THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE
LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT.
GAT Y o� ADOPTED
ORCITY OF RENTON
STANDARD PLANS
0 LST DATE:04/04
DATE I REVISION BY APPR DWG. NAME: H012 SP PAGE: HO12
LANE LINE *i
MARKING 7._8"
STANDARD VEHICLE WHEEL PATH
rrlr
3' 4.5' 3'
MIN. MIN. MIN.
lit
1' 1' ACP CLASS*
MIN. MIN. At
6" CRUSHED
2" CLASS 'B' SURFACING TOP
COURSE
2" SAWCUT AND REMOVE EDGE OF PAVEMENT,
OR GRIND, SEAL WITH EDGE OF CURB & GUTTER,
AR4000W OR CENTER OF LANE LINE
2.5'
MIN.
CRUSHED ROCK, FLOWABLE FILL
OR AS REQUIRED BY ENGINEER
�Irli
*MINIMUM ACP CLASS 'E' or 'B' SHALL BE:
PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS & INDUSTRIAL
ACCESS STREETS — 6" ACP CLASS 'E' or V.
RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or 'B'.
NOTE:
UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT
SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR TYPICAL LONGITUDINAL PATCH AND OVERLAY
DETERMINING PAVEMENT THICKNESS. FOR FLEXIBLE PAVEMENT
Gti�Y o� ADOPTED
CITY OF RENTON
t � t
STANDARD PLANS
BEN T O� LST DATE:02/05
02 2005 MODIFIED NOTES DCV DC
o7 zooa 1 MODIFIED NOTES DATE REVISION PPR Dcv cz DWG. NAME: HO32 5P PAGE: H032
BY D
.r�
1' 1 2.5' 1' 1'
MIN MIN MIN MIN MIN
wr
rr,
+r. 2" CLASS `B' FACE OF CURB OR
EDGE OF PAVEMENT
+wr
CENTER LINE OR
*2" TO 6" CLASS 'E' LANE LINE
aw OR CLASS B'
6.5' MIN.
2" DEPTH OF
GRIND OR SAWCUT AND REMOVE
w.
6.5' MIN.
2.5
MIN IMIN MIN IMINIMIN
to
2" CLASS 'B'
+� TACP CLASS*
RUSHED SURFACING TOP COURSE
CRUSHED ROCK, FLOWABLE F
OR AS REQUIRED BY ENGINEER
TYPICAL TRANSVERSE PATCH
* FOR MINIMUM STANDARDS, SEE DWG# HR-05, FOR FLEXIBLE PAVEMENT
SP PAGE H032
ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE:02/05
02/2005 MODIFIED NOTES DCV DC
07/2004 MODIFIED NOTES DCVI CZ
DATE I REVISION I BYJAPPR'DI DWG. NAME: H032-1 SP PAGE: H032.1
iwr
>
�w
ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL
2" MIN. AND IN STRAIGHT LINES AS
CEMENT DIRECTED BY THE ENGINEER
REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE
ASPHALT VERTICALLY PAVEMENT
EPDXY COATED DOWEL BARS
3/4"DIA. X 12" LONG DOWEL
BAR ® 18" ON CENTER 6" MIN. ON ALL FOUR SIDES
6"
EXISTING RIGID BASE' MIN.
12" MIN. 12" h�---
COMPACTED TRENCH BACKFILL COMPACTED CRUSHED SURFACING
AS DIRECTED BY THE ENGINEER TOP COURSE. VIA
It
CUT AND PANEL REPLACEMENT DETERMINATION:
FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE
MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE
FOLLOWING CONDITIONS EXIST:
Less than ten (10) yrs old Ten (10) yrs or older Additional
Requirements
Local Access
without Bus Route No No
Local Access with Bus Yes Yes
Route
Intersection (All Yes Yes Plus one panel beyond
the curb return
Streets)
40% Removal Yes Yes
Excellent Condition
(based on visual and/or Yes Yes
non—destructive testing)
Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24)
Collector Arterial and square feet or more of square feet or more of
all streets in CBD any panel needs to be any panel needs to be
and all bus route patched patched
*CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF
THE ENGINEER.
TYPICAL PATCH FOR RIGID PAVEMENT
PAVEMENT PATCHING
AND RESTORATION DETAIL
�Y p ADOPTED
G A CITY OF RENTON
♦ +
STANDARD PLANS
LST DATE:04/04
DATE REVISION BY�, w DWG. NAME: H033 SP PAGE: H033
>
r
FUSE KITS QUICK DISCONNECT TO LUMINAIRE
10 AMP IN LINE FUSE KITS
t S.E.C. OR EQUAL
TYPICAL DESIGN 'B'
JUNCTION BOX
GROUND LUG 1/4" MINIMUM
DRAIN HOLE
SPLICE KITS CLEAR EPDXY
SPLICE KITS ON ALL THRU 2" MIN. GROUT TOP OF CONCRETE
WIRE RUNS UNDER POLE BASE FOUNDATION TO BE LEVEL
WITH TOP OF SIDEWALK
4" CONCRETE PAD OR CURB.
gilt. 5"
#8 BARE COPPER
i
GROUND WIRE
r�
GROUND
CLAMP
4'
PVC
1 #8 GROUND WIRE CONDUIT
SYSTEM
fly
2 - LIGHTING SYSTEM
WIRES TO CONTACTOR CONCRETE
(SIZED AS REO'D.) � FOUNDATION
5/8"x8' COPPER CLAD
GROUND ROD
3' S0. OR DIA.
m
rlr TYPICAL LIGHTING UNDERGROUND SYSTEM
Gt�Y o� ADOPTED
CITY OF RENTON
STANDARD PLANS
1ST DATE:04/04
06/25/03 ADDED #8 GROUND WIRE JA CH
DATE I REVISION I BY PPR D DWG. NAME: J007 SP PAGE:J007
oU J F �y; xau�xru.m vs,owe. y `, Q C �
° 8 ZOOM ..�rx � W a -la
o
S. Ix
~o m E r a D M x M M M N Z N f" .. N < J W 4 '�
'c4°3 rn c n c WZ .-; a ,., a 6 0 o E c
° a ° ° $ 8 $ $ w w C7 O o �I' No` oz ° V 6 c
rng H > o. c o Q W �� d,� a�" 5 W uQ', �/ w w b1 pq
w N F."1 b V N N O Q N J N Can DVS �5 ..1 ii N '� a
° av v p E ° J w ❑h Q� 0 �pF �L.
�yd c� o m magqi x x x x o mY a 00
x 3 > x 0 O j z J LL F z 3
a w U> ; H '1►'
OI N p °19 N I!9 X N ° N
�— OO
�E� w o= z LL
c m rn m o c W Z a 0
m z w
mZ5 o n V- o� V N O "y U
E a) �a° rn o ¢ y �c~i z �0 0
$>d v°,c� '�S E ma a a'S� QzQ acF.i z
�y 1 W J i K W W
y>iLD m 0 N O 2 K N z y W yN
m L E 'F7 .ffi m d m jo� z 0 0 u1 S> mg c yF y m�N m �� ap
>� oN U :3 cam a a °a te a °m< ZY
�•-•�� K Kz N z C7 fq y3
N L 0 d C L �O C
Z c�i ri v ui �d .�
o
IL �
■ N w
w o J mZF i_ o d
V N N O ,4 m N
c < Z
IL W = 25 N�W w JJ 0 N, O
N mo ao p r uQl
0.o : x 3 e
W Q = w 3 �¢ U 002
� �n Q ~ O SOW a mp
m 0 J �U7
J g U —Q
2
Z Q O W N O
Q W m „��. Z f 0
LL > aN Q 0
m nQ. H + .
7 F m O Nz d w 0 w
IoW ��W 6W � � g
= L) <a 0 V J
L
z a > Q y g KB ■ N K
N w Y W w
O J v O U
a d ZO W U
+ O 2
H O Z >
N w
z p z v
c7 z o
0 w g vs
c=i a
zgw q ® W
w
moo ® w J
q 0 ozz y
W W d N a
d Dow 000
ED o oo< 1 °x
a �
0
3 °`Q ��Q�hb 0 mo
w° ® + a
o ■ N e
Q
®® O \ W a.
1 5 0
O yy
q m N d
d + a o >
C,
cs
z¢a cs
°3 O
s d = b[ o
0 w t r cc W
x + cc
NOISNn,da VN313 US NMV'dQ
j W onl.ono � oiv„arow;nwd O r.
ID
a n a° W O I wn lE
d o Hrn °
F 7 uj og
c° s Z N
Wz J
6
o co :2: o
IL
,c g �
o%F€
am L O F' a Q W
aDiLD >v c c Zf m ° .i g
a° ao U �f/y Qg0 a n
Emo � �= v Op ; 0
Ho U oc m�°
a
2 � � o Z
° v90,5 mmoo Y
H . °p
>o o m E c
°
yEc ?5 ti^ III I I
om o
C U(D 3Q
W Ug O Oif1J 0 N
U. E g LL�
z N
4111 e o II
�0 i�iC II
a z
IL
U) z a
Y I
W w�
N
J w
W
U I
0U>>z
J n
n g
S wa v'ou`�
h w
N o
i w W p o $ m
W
IL
f N
N
U
7 z 5 w
U O U
Z_ ❑ O O/ v T` ❑ w �u
5
= a o °
LU
z
v
0
o
0
NGISNnija VNTIB :AB WVNU /•
I�
C V) ssanGauiwa5 a3xnta03v�M.4Wr WUrtYJa 0
m � � v a° J W wo,.�av�va�,w waM"m.r°f�"�a�`.o�w �
2 E m° �E N m E o j Z iw +"w w�iww r»u i.a W N a
F-mam SZ`� �_ m E �. cc W� Z N z d
° d a �`o� m E U� N `ER �aa o N z
E_ " c4 E °o 5w
m > m m p m t Q cyQ q° o y o+ T Z x m
`7 Z U) Z �'� '� r- =Z Z d
m;a%3 mac moo+ `m g c ZN F i ny -' U) w ¢ t`� 8
�m o �LL W Z .-: a (�.�, �, y Q W H 0 0
N 1 y m m 01 0 o U O d
Zfm6 c m cc Q0 d F' Z% w °w Y
9�rte. o m m w w $ �3� W d �fp 5 �0. 0 w > m
HE 30: o �v TQj m ° mF Q= ®P��s oS w 0 H a m
ENJ= �°ym Y~V3� `o c� m �� O� ��d PR Z 0 y° 8
°� 0° —J°q E j a �v JO 0 F�a
0 '1►'
i70 p mam Em o4 �. > wp^ U.Z H
Ol L m
jm V�D =moo � E� m -O mj
¢ rnm v m�'Q E e�
[b N v r pi
fA t1 0'»O m 6 OI o m m o r o
F ¢�aatY u'�MSE vim ti5 u'� a U u_O2
O °
Z r (V M V' ui td n aC
SWOd'
w
z
z
�1 i N it i1 it s � N �pYl:
S $ KKY p
W >C G
o m ° oo = 2S 1 00
s a Q
e W a
x x x ~ ° m C5 x o
� f I O z
0
■ vmi S{ a W L)
m � o
a? z
pZ z '.
U Z wp W q x
m f N U 3 W U
a ;v �o o ® z
d7 E a, ? 4 V K 1 '^ O W Q U a Z
�y Km a W W W ® U' Ja W >�
41QN O of YZ Z 9 tnh N
H aZZ Y H2O W ® O �� Wy
zp S ° a� p p a°
> m.�m m V� aZp n zvi N ow
NO 9 '
= o oioQFJQ w a mt Y 00 :5 9z
Z it cc W h NZU o—i d U5 - U:V W p
K K K'.K NI m x ® HIIW
Nap
m
S S S Sw 7 Q a ~� y
m
Z
Z
■ a$ xl�l� Z ~z ! SSlio w m st
0 Q
F w.p W'OV U zw
W O N Q
Z
W W IN W _ _ _
a. O r r',N U 'NIW�L� o ® o x z
a > r z
a °� ��� W auk+ pp pro ® ° ® F z U Z
V N S ® (W1 a
Z z
ED 7 N W US a o Q
LU w m"�
W w G
m pp Z
0
z ¢ FW- A �i J a ® N
V 0 0 w ® a
lit
® I a
p
w
® U
a
■ „' v w H m p p z
W ° N O 8m8 QjQaF Z x 1
Q Yf Y W O Nxw W J
m
IL
��uu ■ u
K v Q p U S¢K V K x
LL m o F C j o W Z a
W N 13 ; J 2 AUK �. ~� Q I tc
m n g IY p z a v o w p � cat re:
J W = .�Za Zj CZ :. x
Q U. � Ry NW
Z N > >
Q xa H m Fr U Y Wec NU' O w N J I11� Q C D W
7 f W w CL ~L W w w O I � ¢ 3 a
H
-j
Z J m N W O Y
-2S SWOd 0 K w 0 URI.:
K .
E > m
W O ICI i
NI31SNf1NS VN313 :AS WV80 -�'
-6 t
2 E v m y lcnowwn mwnw a...,uwr wuriw,
rill m Z mfr m = c csuv ow �>w E e 2 �E UM OO' ' w WZ N'H E zE U c wM cc o � $ as� m a° �W ��gR g�N M�mc o y 3 r o Y a €ti V F- ^. � �y V.Q N N ? � Q Z
m ar L`� q O1 o a) $ �+ w Z ^+ '� l�,�� ^ a Z��/ a w
m N,� N to C m n (� O N; Z < m 0 0 € a
E���p ppN m mo `-° P o�° °F- Qw W Zo .° �V CL
-d O J N d� 1pWS S z 0 w >
Nm5 m H c cm c� Q� O x x o
°a cn ami `° $ O�y P aF JW N i
III HFv�o$ 1 w c rnU ° �v O J V' = Q m m z
coo--o n E $p �> o m J� _Z� Z Y 3
a- � d 2 � mN do pp
m m
M m e mm F- LL.Z H
>Qro S Lm ,@m mm c— oTv 7
.IYr QR yac C B u� �E �y �2 � Q�
c') L an d L A m q N
C F F- F t- F U o acs Fi0m
Z fV t"7 p 1n tO n a0
+1 N it a1 ai m
W
Z N U
N O 0 ® W W s
SWOd II J I 2 q J
o
o
o
K N � x 0 2 d I K O
m b g OW U N
Z p Ne aDa S
Z ~ C p W o = z m N
z ° w O = a a z w w
¢ 3 a F z > Z o z y
tao p c a zF> W a w g rc
J mi C 6a S x OJ 2 C.1 2 2 O
a 8 v
IKN
= N l 1-O O m Z m fJ W 0 I I � O K K N mNq
Z N O Y O Y Vl O N U 4 d Q W u] H
2 Y U 9-o
E�7 V a a 0
h � yl U OH ZF ¢ s I z
Y tl �m m UWt� Uz x C7
o0 i¢ z zcoi I J a U
so �zNz �� h a a °
!� vs as
v 3�
of — G
o
N
LL (p $ UU O I p®
J N
7 II
� � �I J Z
d w
g g W
2S 2_ zp I v I N ®0 to
(7 w$ BSI , zw $�m°
W m ,n s d ~LL 9 a a Q ¢
J W a ,v �S N m I = �m
W o gipN° W �O iIo
R N N t�l U F J
W waF In u�x
C N O ¢w olw°� On �_z m
Ow
m m'N�N O
o _ j ° Y
NISI n OVf W N
J ¢
T� � w = ¢ I m mi
O O N Nla
a a LL S ¢ C R � o W W c
�� - °°dti� 'xdzz N
v 0 0 0 °' "� o W N � o .E °
W wa w o ° Q �d®P® `cry x 5 z u'
D �LL �iiN d Ut SWOd p a G
_ G of
N = ooh a Do H F JZ YW U.
LL, w I 0 0 � f1►
OO H
z y LL.Z
= ° x'
Z W� � N,,
qq ¢N y
mpt
LL dQ � Oi m� QI UC'2 C
E �
".' m 4
o < mm
E p Z on 4�
_ E fI
Ts
o
N y�
J 1 o o m 8 € m
E a
W
L �C
�mw N a E
-�— N m m o m
IL
m N to a
H F E�y W m y �`
F w N
❑ w m ro W D'v a1
SLL o sl 1 J .28
Z N ° x amm
tm
ZIP U m �^
V N> m C C O
N d M d r2 O '! N=
p w r o 0 L
°
cc 0
_
_
❑ to °
II � N W
H U�' z N
® a
d N P M W O U W
NN O U ° W g
LH
z 3 q O
as N,�U N J � = fou > = w
5� Z O❑ II F = w u z
2iWH o °azd 9 ° v 7
a KN Z wN O W U m
e
a z_
Ww
9 ❑
o c) _ ¢¢ w
as 5 Jo o
U
l I! sz_ 1'
N U Z
w u U Z
FW- J mZ0 Z 1Z Q N 2w� N aw
m N v 8� Q IIW x Nm Jh ZC
_ D a ❑ W u II N �cv N
W e tq H~ W 5 =O d d' ❑ U a
W W W U U
a 3 x coo ;, Q S o y a �ZN N z
a o a� v = N w5° N wg
IL
W m z w w Cpl. a U U v
co
$ Q a0 mow 'C �I u a LL�
J =AUK N II x d
u. 0 8 G 2 QV ❑O u '
Lu v f w S
w xY 3 LL z2 o M o
m LL > ah II O o
J W y FF 3Q W0
¢ a R m w � Y
u) L)zz
2 w F d W w IM SWOd w O w N p Z
W V K W Q N =�� in a w
7 W �m m J ❑W W d i. UI N Z C
H y �W ' w
U w U' U W J K� D_� ❑ U <�
W y w N W W U U
O o W ' YN a =oF m oW
s gJF w
J a m U
o
N131SNnH8 VN313 :AB WV160
0 p
c° E v m Z F. nnaw..aAV mow..oriawov��u 'L T O
O O tla.•�oo 3,ron'rpvn�.,a�wu Wpv Z=
W C ' 3
m > Q N 1
1 m m Z I U)W `ER 7/0 o f.QA Zc; F O
2�m1'` o ° m m o�cQi V zw °m '°ol°v �'Q Q�4�N �Nl� t Wm
m' d m rn m •� E c ilS d ~`LL' V~ �<'C' Od Ld Z W I- w m
8 U�° v� z_ Z a
wmm WZ
mEo.1
mgrn a=vro ns m m�c m m_ m c m a m W if UJ�O 8 v W~ Q�1116.O' F W WZJ>W =c w y0
im o Roo O !k
<9
j d
8�>8 m� m m o m m � W w O Z y
m.��'im n•r of E
M a.:at m w 0 o ' E a app =
mQt aj c kq `o E m Lm V a
E ° E 'E c E c y I
E- m m
,yw Irr ry
L
o LLLLv X m JI m3.mo+ v`p m m O m U°
N 0 m c
too 0
� a •c a m rn<
N a ¢� H 'T r 0m
W �m t
Q O J_
LL 2 a LL
Z �-
fV f"> m r
IA aD g TT VI = R v v v
11111 ¢3s i S il � III t~'J Q°o o v o
Z NIN 1�1
N W W x I ws W o n N i N
m� ZO J 0a � ry
Is S I �N y o a $ m S
N¢U
m N N p Q OF x
o �3 z o f
O O z li a
8 _
K � � e a w U ® UO
N W
2 = o o ° I Am od p
d C z �Q w o' �� ° w Rw
I� yI �� 24 w wm a� m ��
IK �❑ 0 m C K
C9 zQV1I O QO QZ Q0 uS d 00
U) I <? U �=0 of OM mi -- —S 0�
z� US as°v im I O
15 z '�
z O
tr c,lmv>�ui^u W w a0 aV iw xl p < mW
2 °al°a�°aJ W a NF N mw II d dW
1111 czzsz a <? V� *;� xi
X- - X
X X e X X IIII p.. OL
C3i 0�� m d~ •� I tl
d JwN d A ■ O WN
oNw x Ow
o i rc
r$ u+ 0v00 II m o LLO O
tlao 4y --�_ z
w w
W ma 00 0
V W U
m W W
d v ' LU j mZ0 Z I P dN w K
w 2 E�xi w ° - 5 z O O
W w mS�Sw w T 0 y_�
LL '� ry N.. Y7 F S O 1 Q z U'
Vim LL Q ; 2U U O y F
m n ° Q N W WQ� U ]� ®® 2 0
N ~ t 3'KC z ® 0 z W
_Z N ' o W o �_�(� Qvm p ! 5 o Q z
_ 2¢U� GO ' LL N U m
oil D = W x �?LL
�- X w LL > a w I Cl
L7 W ' > N ~~ I II W 4 S °
a m m F U mZ J
Z m a ¢ ow
�it w �w I x °
J mo W i �ww as Jllb 11
U m
�' I a
a U Uj
E N LL O
NF31SN121B VN313;AS NMV-do
t2 qO o Z � O
m O O m O c v�a l S oD'�ER aaa p N r o R
uj =O H p i 3 N M w x F° W i : w
> �m a m g
mYav E U 19 m z
N
la 3$y
m3n'2 CO W y
0 mE� �y d N V� zQ ^ a
m 8
a) U-
> �" w a' y WW J o o
�5� 8 acv jm 00 �° 0 o �J d o
`mq m cm.. rn m�v o� Q W � d�� � 5 W O O w > y Sr
Em— N cy=a U) m0 -1 U) ®P ds ci°' L. I- H �l
$aFe 0 Tz�o �N o�Hd Q�pF ZH G m <
° a' 3 O
m Y 4
tq 0 o`m�a 0 mo 00 H 11►'
jc accmm O F- LL
O H m F-
� �l H�
O C a C O
W d O lTa d� Ot CD O m C a)
d
F Q2 E> �. H m E LL❑� `v
Z N t7 a S a 0
O O = S
3 a
N n W
X
^ r Or O O
°z c _-S 5 W iYli
xx x x < f a
O O Z U co Z Kw
K m'a ^ ° W Uni `a X y O yga
O N N y O a Z W z <O
Z S F
QQ V W 7° O • ¢m Z W S _ - H K J LU
CL w 0:0
a Z O Q w 6
OZ
N cc J 0 W y m j
�[ m Z Y =
2 ZQ Qvyi O aYaF z X.
2 Z Y S W O �� y
N C wo g ZK ?0 a' �U
O K7
M Om y m U W QZ ❑ W 2' QGl
N y N°a W K d? yU ? 4 1'
< y W ZY U.
oo x w i �_° c�a < aLL S,$ a �°
wQ a mQ N H`. G W H
Z
00
> > >W 6Q =K W Z n i 2V w0^
K K'd'C J Q ... V W VOO@nN
U ® r <S
W CS
O y p ❑ <W V tO�I N m Q 2 3 U y d
LL N R fiAD,m� =
° p n W w d
N p N N E Z O� \ N � V� y
a
° N N = y
W N N N V d
°a- $
cr
m o
N ^
e
c� "'°a f, Illr
^�W O ^ N G V
Ww
z = --X-
5 a N
® o
—
8
J mZo j
O ',aQ
W rx 25 w W _— _�
w
S2 � W W
a L9 OUV ■ W
o o IoW a
❑ -xg�U o y q
R' U E 2aU W
W V
W S f �.2Q 2 f X Y U
S v
LL > - E::)
LL W LL O Q d 2 3 o O
m W I H o w W� Q 3 C S O Z
6
a 0 C U
_ °z
K Qry S Q = y a
E} Y y —a W
F a
0 �
I I a o
N131SNn'dS VN313 :A9 NMVHO
U
< W xxm.,°3tlo N0d''rna' ranutoNO'svxr�utrv1M01ie C
p r.�A. W a d a
Q c N H ^ s w W jE OC;^a N
o w o �w y�gR Bg�N -g f'Apy� o
Ylrl 3 a o
4z 0
21� ❑ QQw�w Z
X - ❑O O R ❑
o P Wm0 z tu
� Um Z
o0ss
f- Q 5 vo Q0 �o ❑ w��LL ��ZwOSO �C 8
W 1N K `W H �IJ }
Z � "s ❑ m� m t g f�
00
11 C m 01 w = <W O I.L Z N
u2-i-i v i e z u�
,tl' ml,m m �a5 a Fox
L W W < w
❑ ❑<IQgJ ¢ cd wf w z az
h 3 A » oA o.o m za z �g
mmm wz Na mi 20
Oc
l6 m V Im N= m W
m>> = m zz
um>y mN of Aow
O❑ n
cf- C7 m e
¢m 00
y C2
0 ¢
~dam U LL� x
0
a— =3
O
O
IO
m W
O Q
n� 'NIW AL 3
m A
rllr W z
m ti NIW Z
� o
❑ w - a
w$ aww ❑w
aw N ¢ U �w
Z
W p N Q F LL I r
W O°v $ p p^m. j 2
1 N M3 OIL
W " -!-!N
.9ry o0
N �yy y
t0 o t7 2 V 0
^ _ _
Z ❑ m J w
F w
f mm o Z
w ma jl�g
x
a � o
x
4i
O
$ x w
_ ❑
m d w
m $ 2
o
a
W p a 0 0 = s
V t-.. w vi W 3 g 2 z
IL Q rn w m m2 ❑
W J J w
$
S ~
O w
c m y NNW LL 00 qO
W m v ; _C, ❑ $ U 7 F
LL
LL ¢ W� i(�7l F o W W Z W
HM C S ❑cc V z 2 H
-ow Q ❑
2U(f m Ji a
2 <� SO 0
r R' V `1`1`1 V w
Z W 2 x ..31 zm Z
_ W
v ^ LL LL LU> am W
W O< J S
hd S
0 IL
W m W tl j U H Q w O
Z ❑ LL. O Y W 3WW
Od m fl J j W W `m
m S J U O U m J Y
W z V W K
N w > Y m LL O
gJ
N131SNnNs VN313 'AB WVbO
Ow
mv z .a au�wurr—w+v�+ouur d � b
mc �tm, rn to 0� w�.uoow' 0V0v wvi,'u"`"o°n»-u.,wlvw W.� a- sg4
EE m� c WZ �O O = 0 3
a L) = y F F E
$ m s SON 0 B
' c - dd V z m
zN F mm ., 4 a
�m c c 8 m Wz a �JI M"y z Igo 5 o- o
8 m 8 c 0
00 o "v o W f.. IL E j
o. m QW mod, a'd V`" 5 tea, w w fq
.s°m' � t rn 'v Q U) fd0 yfs �S _ J O w > -j
a
m OJpLL � Z Z Y
3
OZ H '1►'
3 5 a
muTc cc m m o c$
a c V
arnB $. !� t to c mo e
EZ. rma� > c 5�
21.1. 2 m''M TM. o 16 o
w o e L too o R E o
¢ 3 q c
N �D
0 8� o E¢ m c y eLM
-M a Y E ZS m
•°�•o�° p a d 'ryny
>y U > .�O
O c
°�c ° o¢ m np
w 12 E am SQw z y ti� No
z r tV M d' t° t°
m
FW
C
p Y O
L) o o a
= s 3 a II
> o
O k4 p
S
C Z O
5 W
2
N
W
3
to N
A
Y
� u
1�
Z
10 W
0 0� LL SSS
w <wa w
z '0 =0 w V
¢ oEo
N J mZ0 m0 > °w
A IU Y z
O $< o Lu s 1 w
" w c� 3
¢ ~=w� Lu v
w w p �_duo moo
G U C j6, J� Y w
J > O OcW ig O w
J J 2 AUK 'n F' K
0 2 U9 Z<a O Z O
J N V Q p Z
V d W d _ > W ¢O U
W V Y ZUY F of u�
<K r O Fz
> ySy U]t NO O U m z0 Z
W F ddy F y�j Qs= = OU7 O 00 W 0 W G
C7
7 C WE t
Uocwim sw
= os~ a z
rw ¢w5 ''m w
o ' w a MEZ
� v J
a ¢,
Nf31SNn,de VN313 *A8 W"O
m y Z .�.,xdst�lNOW,-.� rHU'N�6voeln IrN o
iow 0:3
�c a SZ Iri w� Z N
s� t•• i� � Nw DER bg�, ti W� F o
m a y% F o 2 a QT?oy �f� ° J NJ w
M CD c4 E
�� U�
o� cc
06 VH r�� add�d o+ �a h
imp a 7 Z a ow
o c Z fA F s .y,y (' Z a
y C C N" a Z O
0 Q w �d p��S F W Q ; y
W w 8twn om UOC o3H� ��°� �J a
tier Q W o $ 00 d G °d
2 m -J LL. o. Z Y • e
t 4) �a mm m =J WC
m `-
E 00
w 00 LL Z
m� �m acmes mo a)U)
d = m 6 wO 3:
>!a oo q+� �m
�a >3 rnmy2 'y$ y^
oU) )MLL J J
Z
6 o ~O
LLI W b Q H W
W F ❑O~
y S ��M
° rQ-wOU
V)
z Lu
a
® W WW
m
p W W 11 S�w W
0§ o ow LL�
^NLUZ
YWO
�Ozz
Wo
:.. W g Z!-NZ
C
CZ
() W Z
® ¢ ' NO��
a ZU w3
O
girl L7 l p z 0 F-
v ?!:ra°z
as � LU 'n<
W to
V
> ¢ O w
W
f LL P l7 N
ow Z 8
N
J ❑ W = �IIp�Iy
W W 0
= Nn �3 c zs l
= O
V r1
° p
o x
p
i p
—Zs p
W U
M §MI i/ H I ally
titiitIxgi i Iill z LL x W
O~ O VV F a Z
v 7 a
f ❑
❑y z
x o �.w- �3 a rc
'g'�� �, 0> a 7b U a
to � m i� o z
ui
(, p Na M N y I y Q❑
Z fD t� y FO❑ Z U,
J
❑ ❑ Q
U y -z f Z
CL 5 ��' '� nF ❑W Y
tir Fw ail Ida ay p
W S
Q'Q0 iZ❑ )WN
Z.2
�i�rn v c7o zE
a(qa� a❑z❑
y y l V1'a W l
za z'a
z Ri. Mz!0 z
��a4ja4 a4 C, ya
❑I❑ �.❑w K y 6� �� p
K of R;❑ N
NI31SNn'da VN313 US NMVHO
ow
c c to .�,a�woe,o . a. .uwi.. O
g o m rn a Z F r,NSU O C w
o rc N m
° m E Q m °c O
L m m s �aM N o c
m m o N W DER bag Z y fh F
a w Wig' ,� N 1. j mi
U �~ U� Z!!1 r��zG ' N�S�yV> -- 'VCZ y a EFE
�m'�m ri 7 Rd m WZ a`' �. �, My z a NZH J o O $ o
t me m o 2 E T m'c C9O o Nc` o d E
N coo a n m QW �� did 0` 5 w W iQi. G w w y
N m•-t� U m° ,Q o Q� ®Pp�S FMS s �F h ¢ .j o i
,� �L moZ` ca C)� �yd Q�0 w ZLL Q a G01 W z
mat�] ot10>, a= 18, rrn o-vw 7 OO W Z Y a
Nf mcvm Q•� He Cos m oa -J U. J 3
v� mEmmc m � �5 m F
m am
sn g
mm �!!!'-•rte m `m c� CnCn;Q� my
H N n N C I C m E •E m C L N C
O m m 7 m N m m Ol m pl C
m ocNEE c a.•L� c c 00 a
C Ip m m y L V m O m— N♦--
m O� L Na IpE �-•E
C m
r a m.E m a M c rn° li B E
Z e- CN C7 tr fC 1` O U
Z Z O G
2
Q 3 U
� _.
F[g;-a a°e 3 c
Q
X1
X X
rrr
X I ri
X d
he Ws
00 0� o I
s
N o o a
O O
W ❑ W
Q O
Ir
K j= J a s o N vov Z w N a 0:
o
S O
U' vim n m vc = W$
? N W O a ~ la/1 N ry N N N Z O C7 H W 1
Q N H W OW Z O m- NN 44 N o N W Q 4 ❑
IL J N U 0 f iz
UJIMLn Q,�o o °aa � �''N o LU
¢W 0 o s z ¢c¢
W iv F W g n N U H Q m
N zl¢w O mz d
P'¢3 v F Z w
K
IM
b '6m0 F W 2 F es- J W J a ®��
¢ ¢�¢<�K Q aZ �_ w Lu
uWai= oro � ® LSSA?r
O O O F H N
w 2 d•W N (z7 Z a❑ Z Q ' Z W f
W =
spa �rc�0 GJ ¢< U a j
NI31 mis VN313 :AS WAV'dQ
c F— m cvnw.eu.�uurr3v""iazr�sxoonRwvnr w rraa I�
cs
y�. yS �C � C rq ra'�wNeW CiausnaMY3ave+�iw O O
m S y r� ° y tx3mwo T9a1nM'lsarw
O r F o
a
w 3
illf Em Z'U
�v a , �" 2 = ILJ g d O o '� $
�o 2O u o < Z d
a G T►
�E
�mc m49 m mh
$a m a o =a E E
m nE tZ av h �I►
M m
0 aE o f mO
mm0 nm y W
€fit °rN €E �a
p�5 =m W °a 0 3
_ F `o mm `o mQ m nt0 `o.c° E
� m
2E LL aU Hoa L.y f °
a O
Z N (h 1tf
�N
'r W
,�I
;y
o 0
a �y
W
W F F
p p 2 ~~FH W ay W
LU
S a
0
W U W
U
LL
Q
p o N U)
N
o O Z 0
O
Z � Z
Ow F�
H
f0 m m
� �
0 o m Q
OI
wa F
LU
LL.
F g w
Z W
g Z
so
ON
> d g
2
FZp p � p Wa
T ~ h
p p Z O Z ¢ F
W 2
lu
W
i� D j $ W
= v n = P Q
Q 1 N
N
I H p W ® ® Q p OQ
$ J K X ® X
s
Ow
ED
WO
J J J J a P
U
NMISNmda VN313 :A8 WVNO
vw
m tee " . O oI
.emrmrcmaw awoWn3nxruu Z 0 N
umi E w g w .w�vmauwa,.on..wn,m.c.0
c...
�E a� Q z a atZ 7 Z
N�w z Z
mW � =z F
N
c� E
o
N c ec
m2m
N L W E N >
e` 5 F
Q d
W
Z � ��P�O�s W �(g o Ig
Z m ac m w = w g s O�fjy QQOF h"Z a a Cy i g
o mwvm c– o s� a H G Y" e
m
O d g�za{ Pw2 g Z Z Z ;
f o
Q
w o � as U
L�� m O N V F I�
c ETi we 0 ? -I
uj
o
W w `r a� Low
Z r (V C'1 7 R'
U'Z
N
U'
N �>
Y Z
Z �yy
,tip O Z
F > F'O
— oy 6w
Q� R _j
SOQ J V m K ww t F
oW Z�
z0p N
O X00 N < = wKr3
to w°w o_ y Q N=L
� °mW WF
O W L) V N
h X11
w
as
�z
m
i am Na
cy
w
D g «'
z NR
> '
o ww
" r uj
o^ big J g o
IL
s m w
W O p =LLI J
t N F N ail O- ~,=cy
mw m ?m sl wh 2 cy
o w c'�LL L) r3 01 °w.3 y CL
H o� tlJ
p N
N (ww
a �yy
Z Z
N N —>
�x
l > � W
__
Z t O cc
o
o gm
WwJ F LL
o h
p ZJ p mp 2
K w0J '� m w of
p w>y 0.... p >y wt7 O Z
H o w�� wmo H W
NI
-neaan Na3d :,ke Nmvaa
APPENDIX C CITY OF RENTON
w
s
APPENDIX C
EASEMENTS/PERMITS
LOGAN AVENUE N.BIKE LANE AND CHANNELIZATION REVISION
' CITY OF RENTON
FEBRUARY 2008
a
a
3
7
7
3
3
7
7
3
+fir
rr
LICENSE AGREEMENT
THIS LICENSE AGREEMENT ("License"), is made and entered into this
.� day of , 2008, by and between The Boeing Company, a Delaware
corporation ("Licensor"), and City of Renton, a municipal corporation of the State of
Washington("Licensee").
For and in consideration of the mutual benefits to be derived and other valuable
ro consideration the sufficiency of which is hereby acknowledged, the parties hereby agree
as follows.
1W 1. THE LICENSE
Licensor does hereby grant to Licensee a non-exclusive license to use, subject to the
10 terms and conditions of this License a five foot wide portion of real property along the
westside of Logan Avenue from North 6th Street to Park Avenue North as depicted in
Exhibit A(the "Licensed Property"), such property to be used by Licensee solely for the
,o purposes described in Section 2 of this License. Licensee hereby accepts this License
and agrees that Licensee's use of the Licensed Property shall conform to the terms and
conditions of this License.
AW
The license granted by this License is personal to Licensee and may not be assigned or
sublicensed by Licensee in any way. Licensee shall not grant permission to any other
p person to use the Licensed Property, PROVIDED that Licensee may grant permission to
any contractor hired by Licensee and/or any subcontractor of any such contractor (in
either case, a "Contractor") to use the Licensed Property subject and pursuant to the
A® terms of this License.
2. USE
Licensee shall use the Licensed Property solely to construct improvements as depicted in
the City of Renton's Logan Avenue N. Bike Lane and Channelization Revision Project's
design plans, subject to the following limitations:
(a) Licensee shall use the Licensed Property in common with Licensor
and all other licensees and tenants of Licensor;
(b) Licensee shall exercise all reasonable efforts to assure any
activities on the Licensed Property pursuant to this License shall not result
in any damage or injury to the Licensed Property. Licensee shall be
responsible for any damage arising from the activity of Licensee on the
®w Licensed Property in the exercise of the rights of Licensee hereunder, and
shall repair such damage or, in lieu thereof if mutually agreed by Licensor
and Licensee, make a cash settlement therefor.
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 1 of 13
rnr
1�Y
(c) Licensee shall not make any improvements or alterations to the
Licensed Property. Licensee shall hold Licensor and the Licensed
Property harmless from and against any liens of contractors,
subcontractors, or other persons supplying goods, services, equipment,
materials, or labor to or on behalf of Licensee at the Licensed Property.
At the request of Licensor, Licensee shall discharge any such liens.
(d) In its use of the Licensed Property, the Licensee shall not violate
any applicable law, ordinance, deed, restriction or regulation affecting the
Licensed Property or any part thereof. Licensee is solely responsible for
obtaining all necessary permits, licenses, and approvals required from any
governmental authority or agency and shall conduct its business at the
Licensed Property strictly in conformance with all requirements of any
applicable permits, licenses, and approvals;
(e) Licensee will erect, at its own cost, signs, fences or barricades on rr
the Licensed Property. On or before 11:59 p.m., July 31, 2008, or upon
the earlier termination of this License, Licensee will quit the Licensed
Property, having first removed all signs, fences, barricades and debris rr
from the Licensed Property and having restored the Licensed Property as
nearly as possible to the same condition it was in at the commencement of
Licensee's use thereof, normal wear and tear excepted. Licensee �r
understands that any damage to the Licensed Property asphalt caused by
Licensee shall be promptly repaired by Licensee at Licensee's sole cost
and expense at anytime necessary during the term of this License
Agreement.
so
3. TERM
This License shall commence on 12:01 a.m. on April 28, 2008 (the "Commencement r
Date") and shall continue (unless sooner terminated pursuant to this License)until 11:59
p.m. on July 31, 2008 PROVIDED that either Licensor or Licensee may terminate this
License effective on any date prior to July 31, 2008 by giving to the other party not less
than ten days notice of such termination. The date on which this License shall terminate
is referred to here as the "Termination Date" and the period of time commencing on the
Commencement Date and ending on the Termination Date is referred to here as the
"Term".
.r
4. LICENSE FEE
The License is granted without charge.
5. SERVICES AND UTILITIES
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 2 of 13
ow
Licensor shall have no responsibility to provide any services or utilities to the Licensed
' Property. Licensee is responsible, at its sole risk and expense, to supply all services in
connection with Licensee's use of the Licensed Property. Licensee shall pay when due
all charges for utilities and other services provided to or on behalf of Licensee at the
wr Licensed Property.
6. CONDITION; "AS IS"; DISCLAIMER
6.1 Warranty. Licensor warrants that it is the owner of the Licensed Property and that
Licensor has the power and right to grant the License hereunder to Licensee.
6.2 DISCLAIMER AND RELEASE. EXCEPT FOR THE WARRANTY IN
PARAGRAPH 6.1, THE LICENSED PROPERTY, AND ALL OTHER GOODS
OR SERVICES PROVIDED OR TO BE PROVIDED IN CONNECTION WITH
THIS CONTRACT ARE BEING PROVIDED TO THE LICENSEE "AS IS,
WHERE IS" WITH ALL FAULTS AND WITHOUT WARRANTY OF ANY
KIND. THE WARRANTIES, OBLIGATIONS AND LIABILITIES OF
�. LICENSOR AND THE REMEDIES OF THE LICENSEE SET FORTH IN THIS
CONTRACT ARE EXCLUSIVE AND IN SUBSTITUTION FOR, AND EACH
PARTY HEREBY WAIVES, RELEASES AND RENOUNCES ALL OTHER
..+ WARRANTIES, OBLIGATIONS AND LIABILITIES OF LICENSOR AND
ALL OTHER RIGHTS, CLAIMS AND REMEDIES OF THE LICENSEE
AGAINST LICENSOR, EXPRESS OR IMPLIED, ARISING BY LAW OR
�+• OTHERWISE, WITH RESPECT TO ANY NONCONFORMANCE OR
DEFECT IN THE LICENSED PROPERTY, ANY SERVICES, OR ANY
OTHER ITEM PROVIDED UNDER THIS CONTRACT, INCLUDING BUT
�+ NOT LIMITED TO:
6.1.1 ANY IMPLIED WARRANTY OF MERCHANTABILITY OR
FITNESS;
6.1.2 ANY IMPLIED WARRANTY ARISING FROM COURSE OF
PERFORMANCE, COURSE OF DEALING OR USAGE OF
TRADE;
6.1.3 ANY OBLIGATION, LIABILITY, RIGHT, CLAIM OR
REMEDY IN TORT, WHETHER OR NOT ARISING FROM
THE NEGLIGENCE OF ANY PARTY(WHETHER ACTIVE,
�. PASSIVE OR IMPUTED); AND
aw 6.1.4 ANY OBLIGATION, LIABILITY, RIGHT, CLAIM OR
REMEDY FOR LOSS OF OR DAMAGE TO ANY PROPERTY.
+.r
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 3 of 13
aw
EXCLUSION OF CONSEQUENTIAL AND OTHER DAMAGES. NEITHER PARTY
SHALL HAVE ANY OBLIGATION OR LIABILITY TO ANY OTHER PARTY,
WHETHER ARISING IN CONTRACT (INCLUDING WARRANTY), TORT
(INCLUDING ACTIVE, PASSIVE OR IMPUTED NEGLIGENCE) OR OTHERWISE,
FOR LOSS OF USE, REVENUE OR PROFIT OR FOR ANY OTHER INCIDENTAL
OR CONSEQUENTIAL DAMAGES.
7. MAINTENANCE
Licensee, at Licensee's sole cost and expense, shall be responsible throughout the Term
for preventing damage to the Licensed Property as a result of the use of the Licensed
Property by Licensee.
rr
8. LICENSOR'S ACCESS
Licensor shall have the continuing right of access to the Licensed Property PROVIDED rrli
that Licensor shall not interfere with Licensee's use of the property, so long as Licensee
is not in default hereunder.
9. CONDITION AT SURRENDER
At the termination of the Term of this License, Licensee shall surrender the Licensed +
Property to Licensor in the same condition as at the Commencement Date, including
replacing all underground utilities, excepting normal wear and tear, casualty,
condemnation, and alterations permitted by Licensor, and damage caused by other ►
tenants or licensees of Licensor.
10. INDEMNIFICATION AND INSURANCE
A. Indemnity.
Licensee and every Contractor of Licensee that enters the Licensed Property will
indemnify, defend, and hold harmless, Licensor, its subsidiaries, and their
respective directors, officers, employees, agents, attorneys, and assigns
(hereinafter"Indemnitees") from and against all actions, causes of action,
liabilities, claims, suits, penalties, fines,judgments, liens, awards and damages of
any kind whatsoever(hereinafter"Claims"), for injury to or death of any person
(including without limitation claims brought by employees or invitees of Licensee
or employees or invitees of any Contractor) or damage to or loss of any property
or clean up of any discharge or release by Licensee or any Contractor, and
expenses, costs of litigation, and reasonable attorneys' fees related thereto, or
incident to establishing the right to indemnification,to the extent such Claims
arise out of or are in any way related to this License or the presence on the
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 4 of 13
rr
`" Licensed Property by Licensee, any Contractor or their respective employees or
invitees. Licensee expressly waives any immunity under industrial insurance
whether arising from Title 51 of the Revised Code of Washington or any other
statute or source, to the extent of the indemnity set forth in this paragraph. In the
.. event that Licensee is successful in proving that the foregoing indemnity is
limited by RCW 4.24.115, Licensee shall defend, indemnify and hold harmless
Aw the Indemnitees to the full extent allowed by RCW 4.24.115. In no event shall
Licensee's obligations hereunder be limited to the extent of any insurance
available to or provided by Licensee. Licensee shall require each Contractor who
ow desires access to the Licensed Property to provide an indemnity, enforceable by
and for the benefit of the Indemnitees, to the same extent required of the Licensee.
ow B. Licensee shall ensure that any Contractor that enters the Licensed Property
carries and maintains during the Term of this License, Commercial General
Liability Insurance with available limits of not less than One Million Dollars
o„ ($1,000,000)per occurrence for bodily injury, including death, and property
damage combined, One Million Dollars ($1,000,000) general aggregate. Such
insurance shall be in a form and with insurers acceptable to Licensor and shall
contain coverage for all premises and operations, broad form property damage
and contractual liability(including without limitation, that specifically assumed
herein). Any policy which provides the insurance required under this paragraph
shall: (a) be endorsed to name The Boeing Company and its subsidiaries and their
respective directors, officers, employees, agents, attorneys and assigns" as
additional insureds (hereinafter"Additional Insured") with respect to any liability
.. arising out of Licensee's or Contractor's presence on the Licensed Property, (b)
be endorsed to be primary to any insurance maintained by The Boeing Company
and Boeing Commercial Airplane Group, (c) contain a severability of interest
+� provision in favor of the Additional Insured and (d) contain a waiver of any rights
of subrogation against the Additional Insured. A certificate evidencing such
insurance coverage shall be delivered to Licensor not less than fifteen(15) days
prior to the commencement of the Term. Such certificate of insurance will
provide for fifteen (15) days advance notice in the event of cancellation.
If licensed vehicles will be used in connection with this License, Licensee shall
ensure that any Contractor who uses licensed vehicles in connection with this
License carries and maintains, Automobile Liability insurance covering all
vehicles, whether owned, hired, rented, borrowed or otherwise, with limits of
liability of not less than One Million Dollars ($1,000,000)per occurrence
combined single limit for bodily injury and property damage.
Licensee shall ensure that any Contractor covers or maintains, insurance in
accordance with the applicable laws relating to workers' compensation, with
respect to all of their respective employees working on or about the Licensed
Property, regardless of whether such coverage of insurance is mandatory or
merely elective under the law.
irr
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 5 of 13
�r
11. Licensee hereby waives any governmental immunity it may otherwise have with
respect to any claims, liabilities, or obligations pursuant to or arising out of this License.
12. ENVIRONMENTAL MATTERS
A. Compliance with Laws and Requirements.
Except as otherwise agreed by Licensor in writing, Licensee shall be solely
responsible at its expense for obtaining any permits, licenses or approvals, and for
preparing, maintaining and submitting any records or reports, as required under
applicable Environmental Laws and Requirements for its operations hereunder.
Licensee shall comply with any and all Environmental Laws and Requirements
and shall not cause, permit or allow the presence of and shall not generate, „
release, store, or deposit any Hazardous Substances on or about the Licensed
Property in violation of any Environmental Laws and Requirements, or in a
manner which may give rise to liability for environmental cleanup, damage to ,err
property, or personal injury to Licensor, or any other person. Licensee shall not
release any Hazardous Substances into the soil, water(including groundwater) or
air of the Licensed Property or onto any other adjoining property in violation of ■r
Environmental Laws and Requirements, or in a manner which may give rise to
liability for environmental cleanup, damage to property, or personal injury to
Licensor or any other person. In the event of a spill or other release of Hazardousr►
Substances caused by Licensee, its agents, employees, contractors or invitees at or
from the Licensed Property, Licensee shall undertake immediate response as
required by law, including but not limited to reporting to appropriate agencies, +rri
and shall notify Licensor of same as soon as possible.
B. Definitions.
As used herein, the term "Hazardous Substances" means any hazardous,toxic,
chemical, or dangerous substance, pollutant, contaminant, waste or material, "
including petroleum, which is regulated under any and all federal, state, or local
statute, ordinance, rule, regulation, or common law relating to chemical
management, environmental protection, contamination, or cleanup including,
without limitation, the Comprehensive Environmental Response, Compensation,
and Liability Act of 1980 as amended (42 U.S.C. § 9601 et seq.),the Resource
Conservation and Recovery Act as amended (42 U.S.C. § 6901 et seq.) or any
other federal, state, county, or city law, or any other ordinance or regulation
existing or which may exist.
As used herein the term"Environmental Laws and Requirements"means any and
all federal, state, local laws, statutes (including without limitation the statutes
referred to in the first paragraph of this Paragraph 12 (B) above), ordinances,
rules, regulations and/or common law relating to environmental protection,
contamination, the release, generation,production,transport, treatment,
processing, use, disposal, or storage of Hazardous Substances, and the regulations
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 6 of 13
r
promulgated by regulatory agencies pursuant to these laws, and any applicable
MY federal, state, and/or local regulatory agency-initiated orders, requirements,
obligations, directives, notices, approvals, licenses, or permits, including but not
IM limited to those for the reporting, investigation, cleaning, or remediation of
Hazardous Substances on the Licensed Property.
1W
C. Remediation.
Should Licensee fail to perform any of its obligations pursuant to this License or
to any and all Environmental Laws and Requirements, Licensee shall at its own
expense promptly remedy such noncompliance. Licensee shall at its own expense
remove or remediate any unsafe condition that Licensee has caused to occur and
.. clean up or remediate any Hazardous Substance which Licensee has caused to be
released at or from the Licensed Property. Should Licensee fail so to do, Licensor
shall have the right, but not the duty, to enter the Licensed Property personally or
through its agents, consultants, or contractors to perform the same. Further,
Licensee shall hold Licensor harmless from any losses, including claims of third
parties,resulting from any noncompliance with Environmental Laws and
Requirements, or from any unsafe condition or release of Hazardous Substances
caused by Licensee.
D. Documentation and Right to Inspect.
Licensee shall provide copies to Licensor of any reports regarding its operations
at the Licensed Property which are submitted to governmental agencies pursuant
to any Environmental Laws and Requirements. Licensee shall also make
available to Licensor upon request all permits and approvals, and all records
1W maintained by Licensee pursuant to any Environmental Laws and Requirements.
During the Term of this License, Licensor and/or its agents or employees shall
have the right to periodically inspect the Licensed Property at reasonable times to
ww confirm that Licensee is in compliance with the terms of this License, including
compliance with any and all Environmental Laws and Requirements. Further, if
Licensor at any time should have any cause to believe that any Hazardous
to Substances are or at any time during the term of this License have been released
at or from the Licensed Property without strict compliance with all Environmental
Laws and Requirements or in a manner which may give rise to liability for
aw environmental cleanup, damage to property, or personal injury to Licensor or any
other person, Licensor shall have the right at its discretion, but not the duty, to
enter, at any reasonable time, and conduct an inspection of the Licensed Property
"" including invasive tests to determine whether, and the extent to which, Hazardous
Substances have been released. Licensee hereby grants to Licensor, and its
employees, agents, employees, consultants, and contractors the right to enter the
ON Licensed Property upon reasonable notice to Licensee and to perform such tests
on the Licensed Property as are reasonably necessary in the opinion of Licensor to
conduct such investigations. Licensor may retain any independent qualified
"� professional consultant to enter the Licensed Property to conduct such
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 7 of 13
wll
inspections. Such consultant's reasonable fee shall be payable by Licensee if
such consultant determines that Licensee's activities constitute a material
violation of Environmental Laws and Requirements or have resulted in the release
of Hazardous Substances into the environment which may give rise to liability for
environmental cleanup, damage to property, or personal injury to Licensor or any
other person; otherwise such fee shall be payable by Licensor.
.ir
E. Indemnification.
Licensee and every Contractor shall indemnify, hold harmless, and defend to
Licensor, and its directors, officers, employees, agents, assigns, and attorneys
from any and all claims, losses, damages, response costs, and expenses arising out
of or in any way relating to the violation of any Environmental Laws and ,,,o
Requirements, or to the generation, release, storage, deposit or disposal of
Hazardous Substances,to the extent caused by Licensee, its agents, employees,
contractors and invitees at any time during the term of this License, including but „rr
not limited to: (1) claims of third parties, including governmental agencies, for
damages (including personal injury and/or property damage), response costs,
fines, penalties, injunctive or other relief; (2)the cost, expense, or loss to Licensor stir
of any injunctive relief, including preliminary or temporary injunctive relief,
applicable to the Licensor or the Licensed Property; and (3)the expense of
reporting the existence of Hazardous Substances to any agency of any state W
government or the United States as required by applicable laws or regulations,
before and after any trial or appeal therefrom whether or not taxable as costs; all
of which shall be paid by Licensee when accrued.
13. DEFAULT OF LICENSEE +0
The following shall constitute events of default by Licensee:
(a) Licensee failure to pay the License Fee when due.
(b) Licensee's failure to maintain in force or pay the premium for any
policy of insurance required to be obtained or maintained by Licensee
pursuant to this License; or
rr
(c) Any default by Licensee of its obligations under Section 12
(Environmental Matters); or
(d) Licensee's failure to observe and perform any other provision,
term or condition in this License within thirty (30) days after Licensor
delivers written notice of the failure to Licensee, or if the cure cannot 4W
reasonably be concluded within thirty (30) days,then if Licensee fails to
commence to cure the failure within such thirty (30) day period and
thereafter proceed diligently to complete the cure.
�w
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 8 of 13
1W
14. REMEDIES OF LICENSOR
A. Termination and Removal by Licensor.
In the event of a Licensee default, Licensor may in addition to all other legal or
equitable remedies, (a) terminate this License and Licensee's right to possession
of the Licensed Property by delivering written notice of termination to Licensee,
and that action shall concurrently terminate the rights of Licensee under this
rr License, or (b) with or without terminating this License, re-enter the Licensed
Property by summary proceedings, proceedings in unlawful detainer, eviction, or
otherwise, and may dispossess Licensee.
rr
B. Payment of Costs.
Licensee agrees to be liable for and to pay Licensor all costs incurred by Licensor
in connection with the enforcement of Licensor's rights hereunder, including the
reasonable fees and disbursements of Licensor's attorneys. Such liability shall
survive the termination of this License, the re-entry into the Licensed Property by
Licensor, and the commencement of the action to secure possession of the
Licensed Property. All amounts not paid to Licensor when due shall bear interest
ow at the annual rate of twelve percent (12%) or, if less, the maximum rate permitted
by law.
15. ENFORCEMENT
A. Nonwaiver.
No failure by either party to insist upon the strict performance of any agreement,
term, covenant or condition hereof or to exercise any right or remedy consequent
upon a breach thereof, and no acceptance of full or partial rent by Licensor during
the continuance of any such breach, shall constitute a waiver of any such breach
or of such agreement, term, covenant, or condition. No agreement, term,
covenant, or condition hereof to be performed or complied with by either party,
and no breach thereof, shall be waived, altered or modified except by a written
instrument executed by the parties. No waiver of any breach shall affect or alter
this License, but each and every agreement, term, covenant and condition hereof
shall continue in full force and effect with respect to any other then existing or
subsequent breach thereof.
1W
B. Remedies Cumulative.
ow
d
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 9 of 13
wr
Each right and remedy provided for in this License shall be cumulative and shall ,
be in addition to every other right or remedy provided for in this License or now
or hereafter existing at law or in equity or by statute or otherwise, and the exercise
or beginning of the exercise by either party of any one or more of the rights or
remedies provided for in this License or now or hereafter existing at law or in
equity or by statute or otherwise shall not preclude the simultaneous or later
exercise by such party of any or all other rights or remedies provided for in this
License or now or hereafter existing at law or in equity or by statute or otherwise.
16. MISCELLANEOUS
A. Successors and Assig_ns,.
Subject to the provisions of this Paragraph 16, all of the provisions of this License
shall bind and inure to the benefit of the parties and their respective heirs, legal
representatives, successors and assigns, but Licensee shall not assign this License
nor grant any right of possession of the Licensed Property in whole or in part
without the prior written consent of Licensor, which Licensor may withhold in its
sole discretion.
B. Notices.
Where provision is made herein for notice of any kind, it shall be deemed
sufficient, if such notice is addressed as shown below:
Licensor: Jan V. Fedor
The Boeing Company
P.O. Box 3707, M/C 9U-LW
Seattle, WA 98124-2207
Phone: 425-237-2623
.w
Licensee: Robert Lochmiller, P.E.
Project Manager
City of Renton
1955 South Grady Way `
Renton, WA 98055
Phone:425-430-7303
All such notices shall be given either by hand or by recognized overnight delivery
service,with all fees for next business day delivery prepaid. Notices shall be
deemed given when delivered if given by hand or 24 hours after delivery to an
overnight delivery service with next business day delivery charges prepaid. rW
1W
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 10 of 13
M
or C. Severability.
If a court of competent jurisdiction shall determine, to any extent, that any
provision, term or condition of this License shall be invalid or unenforceable, that
determination shall not affect the remainder of this License, and each provision,
term or condition in the remainder of this License shall be valid and enforceable
to the extent permitted by law.
D. Licensee's Interest; Holdover.
�r
Licensee has no right in the Licensed Property other than the license to use the
Licensed Property as set out in this License. Licensee has no right to hold over
after the end of the Term and agrees that Licensor may use all legal means to
remove Licensee and its property and all Licensee Vehicles from the Licensed
Property at and following the end of the Term, and that Licensee shall reimburse
Licensor for all of Licensor's reasonable out-of-pocket expenses in so doing.
E. Attorneys' Fees and Disbursements.
+rr
If either party brings an action to enforce the provisions, terms, conditions in this
License or to declare rights hereunder,the substantially prevailing party in that
action shall be entitled to reimbursement for reasonable attorneys' fees and costs
to be paid by the other party.
r�r F. Captions.
The marginal headings or titles to the sections of this License are not a part of the
.. License but are inserted only for convenience. They shall have no effect on the
construction or interpretation of any part of this License.
+� G. Time is of the Essence.
Time is of the essence in the performance of all covenants and conditions of this
License in which time is a factor.
H. Counterparts.
This License may be executed in any number of counterparts, each of which when
executed and delivered shall constitute an original License, but all of which
"' together shall constitute one and the same License.
I. Choice of Law.
This License shall be governed by the Laws of the State of Washington, without
reference to its choice of law rules.
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 11 of 13
>
J. Agents and Brokers.
Each party represents that it has hired or retained no agent or broker in connection
with this License and shall hold the other party harmless from any claim by any
agent or broker claiming payment of any commission, finders' fee or the like in
connection with this License.
�w
K. No Recording.
Neither party shall record this License, nor any memorandum of this License.
L. Complete Agreement.
r
This License, including Exhibit A, contains the entire and complete agreement
between the parties hereto, with all previous negotiations, warranties, covenants,
conditions and promises being merged herein. Licensor and Licensee further ,
agree that no alteration, amendment or modification to this License shall be
binding upon Licensor or Licensee unless same is first reduced to writing and
signed by both Licensor and Licensee.
Executed in duplicate as of the date first written above.
■w
LICENSOR: LICENSEE:
+rrr
The Boeing Company City of Renton
By: By:
Title: Title: Public Works Administrator
�r►
.rr
err
rr
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 12 of 13
.rr
wr
+rr
�rw
rrr
�rrr
vw
rr
wrr
�rre
+r
ar
err
.rr
�r
rrr
License Agreement—City of Renton 4/28/08 to 7/31/08
Page 13 of 13
rw
irr►
w
low
w
c 00
a� o
E o
N N
W � m >%
No CO
Z U
O E 0 -a
�- E 0 0
U
W (6 0 N c°v
-1 a w
Q in LO
° m
ow
At
� L
U I �
�;: •;,ern.,
` f �
t
m
��yi ♦ �-� .nK �1 6<S t � b
err
w
S.Lake Washington Roadway Improvements Issuance Date: November 16, 2005
WAR-007039 Effective Date: December 16,2005
3/24/2006 Expiration Date: December 16,2010
` CONSTRUCTION STORMWATER GENERAL PERMIT
National Pollutant Discharge Elimination System (NPDES) and State Waste
Discharge General Permit for Stormwater Discharges Associated With
Construction Activity
State of Washington
Department of Ecology
Olympia,Washington 98504-7600
In compliance with the provisions of
The State of Washington Water Pollution Control Law
Chapter 90.48 Revised Code of Washington
and
The Federal Water Pollution Control Act
(The Clean Water Act)
Title 33 United States Code, Section 1251 et seq.
ow
Until this permit expires,is modified or revoked,Permittees that have properly obtained
coverage under this general permit are authorized to discharge in accordance with the special and
general conditions which follow.
I .
o
i
I
j David C.Peeler;Manager
Water Quality Program
.r Washington State Department of Ecology
err
I
r
i�r.
Page 2 of 46
TABLE OF CONTENTS
SUMMARY OF PERMIT REPORT SUBMITTALS.....................................................................3
10
SUMMARY OF REQUIRED ON SITE DOCUMENTATION
SPECIAL CONDITIONS
S 1. PERMIT COVERAGE........................................................ 4
S3. COMPLIANCE WITH STANDARDS...............................................................................9
S4. MONITORING REQUIREMENTS..................................................................................10
S5. REPORTING AND RECORDKEEPING REQUIREMENTS........................... ..........15
S6. PERMIT FEES.............:..........
S7. SOLID AND LIQUID WASTE DISPOSAL....................... ................................18
No
S8. DISCHARGES TO 303(d)OR TMDL WATERBODIES................................................18
S9. STORMWATER POLLUTION PREVENTION PLAN...................... ..............21 ►
S10. NOTICE OF TERMINATION................................................... ....•......29
GENERAL CONDITIONS rr
..............................................................................................
.............
1. DISCHARGE VIOLATIONS..............................................
G2. SIGNATORY REQUIREMENTS......................................
G3. RIGHT OF INSPECTION AND ENTRY...............
G4- GENERAL PERMIT MODIFICATION AND REVOCATION..................... .....31
REVOCATION OF COVERAGE UNDER THE PERMIT.............................................31
G6. REPORTING A CAUSE FOR MODIFICATION.......................................... .......32
...........
7. COMPLIANCE WITH OTHER LAWS AND STATUTES.............................................32
G8. DUTY TO REAPPLY...................................
G9. TRANSFER OF GENERAL PERMIT COVERAGE.......................................................32
10. REMOVED SUBSTANCES..................................... ------33
. ..................................................
Gl 1. DUTY TO PROVIDE INFORMATION...........................................................................33
G12. OTHER REQUIREMENTS OF 40 CFR.........................
G13. ADDITIONAL MONITORING........................................................................................33
G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS..................... ........33
G15. UPSET.......................................................................................
G16. PROPERTY RIGHTS....................................... ......34
...........................................................
G17. DUTY TO COMPLY........................................... ......................................34
G18. TOXIC POLLUTANTS......................
G19. PENALTIES FOR TAMPERING..................................... .....35
...........................................
G20. REPORTING PLANNED CHANGES...............................
G21. REPORTING OTHER INFORMATION........................ ...................................35
VW ,
rw
Page 3 of 46
G22. REPORTING ANTICIPATED NON-COMPLIANCE.....................................................35
G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT..........36
rrG24. APPEALS..........................................................................................................................36
G25. SEVERABILITY...............................................................................................................36
G26. BYPASS PROHIBITED....................................................................................................36
r.w APPENDIX A—DEFINITIONS...................................................................................................39
APPENDIXB—ACRONYMS .....................................................................................................46
SUMMARY OF PERMIT REPORT SUBMITTALS
Refer to the Special and General Conditions for additional submittal requirements.
Permit Submittal Frequency First Submittal Date
Section
S5.A High Turbidity/Transparency Phone As Necessary Within 24 hours
wr Reporting
S5.B Discharge Monitoring Report Monthly within 15 days after the
applicable monitoring
wr period
S5.F Noncompliance Notification As necessary Immediately
S5.F Noncompliance Notification—Written As necessary Within 5 Days of non-
Report compliance
G2. Notice of Change in Authorization As necessary
G6. Permit Application for Substantive As necessary
Changes to the Discharge
G8. Application for Permit Renewal 1/permit cycle No later than 180 days
r before expiration
G9. Notice of Permit Transfer As necessary
G20. Notice of Planned Changes As necessary
G22. Reporting Anticipated Non-compliance As necessary
SUMMARY OF REQUIRED ON SITE DOCUMENTATION
Permit Conditions Document Title
Conditions S2 S5 Permit Coverage Letter
rr Conditions S2 S5 Construction Stormwater General Permit
Conditions S4, S5 Site Log Book
Conditions S9, SS Stormwater Pollution Prevention Plan SWPPP
rr
Page 4 of 46
SPECIAL CONDITIONS
S1. PERMIT COVERAGE
A. Permit Area
This general permit covers all areas of Washington State,except for federal and tribal
lands specified in S 1.D.3. . W
B. Operators Required to Seek Coverage Under this General Permit:
1. Operators of the following construction activities are required to seek coverage under
this permit:
a. Clearing,grading and/or excavation which results in the disturbance of one or
more acres,and discharges stormwater to surface waters of the state; and clearing,
grading and/or excavation on sites smaller than one acre which are part of a larger
common plan of development or sale,'if the common plan of development or sale
will ultimately disturb one acre or more,and discharges stormwater to surface
waters of the state.
rr
i. This includes forest practices that are part of a construction activity that will
result in the disturbance of one or more acres,and discharges to surface waters
of the state(i.e., forest practices which are preparing a site for construction ,
activities);and
b. Any size construction activity discharging stormwater to waters of the state which
the Department of Ecology(Ecology):
i. Determines to be a significant contributor ofpollutants to waters of the state of
Washington, or Sri
ii. Reasonably expects to cause a violation of any water quality standard.
2. Operators of the following activities are not required to seek coverage under this
permit,unless specifically required under Condition S I.B.Lb. (Significant
Contributor):
a. Construction activities which discharge all stormwater and non-stormwater to
ground water,and have no point source discharge to surface water or a storm
sewer system that drains to surface waters of the state;
b. Construction activities covered under an Erosivity Waiver(Condition S2.C); `
c. Routine maintenance that is performed to maintain the original line and grade,
hydraulic capacity, or original purpose of a facility.
rrr
1W
Page 5 of 46
C. Authorized Discharges:
1. Stormwater Associated with Construction Activity. Subject to compliance with the
terms and conditions of this permit,Permittees are authorized to discharge
stormwater associated with construction activity to surface waters of the state or to a
storm sewer system that drains to surface waters of the state.
2. Stormwater Associated with Construction Support Activity. This permit also
authorizes stormwater discharges from support activities related to the permitted
construction site(e.g., off-site equipment staging yards,material storage areas,
borrow areas, etc.)provided:
a. The support activity is directly related to the permitted construction site that is
required to have an NPDES permit; and
rr.
b. The support activity is not a commercial operation serving multiple unrelated
construction projects,and does not operate beyond the completion of the
construction activity;and
c. Appropriate controls and measures are identified in the Stormwater Pollution
Prevention Plan(SWPPP)for the discharges from the support activity areas.
3. Non-Stormwater Discharges. The categories and sources of non-stormwater
discharges identified below are conditionally authorized,provided the discharge is
consistent with the terms and conditions of this permit:
a. Discharges from fire fighting activiti es;
r
b. Fire hydrant system flushing;
c. Potable water including uncontaminated water line flushing(de-chlorinated);
d. Pipeline hydrostatic test water;
e. Uncontaminated air conditioning or compressor condensate;
f Uncontaminated ground water or spring water;
g. Uncontaminated excavation de-watering(in accordance with S9.D.10)
h. Uncontaminated discharges from foundation or footing drains;
i. Water used to control dust;
Ow
j. Routine external building wash down that does not use detergents; and
off k. Landscape irrigation.
Page 6 of 46
All authorized non-stormwater discharges, except for discharges from fire fighting
activities,shall be adequately addressed in the SWPPP and comply with Special
Condition S3.
D. Limitations on Coverage
The Director may require any discharger to apply for and obtain coverage under an
individual permit or another more specific general permit. Such alternative coverage
will be required when Ecology determines that this general permit does not provide
adequate assurance that water quality will be protected; or there is a reasonable potential
for the project to cause or contribute to a violation of water quality standards.
The following stormwater discharges are not covered by this permit:
1. Post-construction stormwater discharges that originate from the site after construction
activities have been completed and the site has undergone final stabilization.
2. Nonpoint source silvicultural activities such as nursery operations, site preparation,
reforestation and subsequent cultural treatment,thinning,prescribed burning,pest and
fire control,harvesting operati ons,surface drainage,or road construction and
maintenance from which there is natural runoff as excluded in 40 CFR Subpart
122.27.
3. Stormwater from any federal project or project on federal land or land within an
Indian Reservation except for the Puyallup Reservation.Within the Puyallup
Reservation,any project that discharges to surface water on land held in trust by the
federal government may be covered by this permit.
4. Stormwater from any site covered under an existing NPDES individual permit in
which stormwater management and/or treatment requirements are included for all
stormwater discharges associated with construction activity.
w
5. Where an applicable Total Maximum Daily Load(TMDL)specifically precludes or
prohibits discharges from construction activity,the operator is not eligible for
coverage under this permit.
S2. APPLICATION REQUIREMENTS
A. Permit Application Forms
1. Notice of Intent Form/Timeline
a. Operators of new or previously unpermitted construction activities shall submit a
complete and accurate permit application form[Notice of Intent(NOI)]to
Ecology. Applicants are encouraged to use Ecology's internet-based electronic „
NOI to apply for permit coverage.
b. The NOI shall be submitted on or before the date of the first public notice(see
Condition S2.B below)and at least 60 days prior to the discharge of stormwater
Page 7 of 46
from construction activities. The 30-day public comment period required by WAC
173-226-130(5)begins on the publication date of the second public notice. Unless
WE Ecology responds to the complete application in writing,based on public
comments,or any other relevant factors, coverage under the general permit will
automatically commence on the thirty-first day following receipt by Ecology of a
completed NOI,or the issuance date of this permit,whichever is later;unless a
later date is specified by Ecology in writing.
c. Applicants that discharge to a storm sewer system operated by Seattle,King
County,Snohomish County,Tacoma,Pierce County,or Clark County shall also.
submit a copy of the NOI to the appropriate jurisdiction.
r. 2. Transfer of Coverage_Form
Current coverage under this permit may be transferred to one or more new operators,
including operators of sites within a Common Plan of Development,by submitting
rw► a Transfer of Coverage Form in accordance with Condition G9. Transfers do not
require public notice.
B. Public Notice
For new or previously unpermitted sites,the applicant shall publish a public notice at
least one time each week for two consecutive weeks,with a 7-day time span between
dates,in a newspaper that has general circulation in the county in which the construction
is to take place.The notice shall contain the following:
w 1. A statement that"The applicant is seeking coverage under the Washington State
Department of Ecology's Construction Stormwater NPDES and State Waste Discharge
General Permit";
2. The name,address and location of the construction site;
3. The name and address of the applicant;
4. The type of construction activity that will result in a discharge,(e.g.,residential
construction,commercial construction,etc.)and the number of acres to be disturbed;
5. The name of the receiving water(s)(i.e.,the surface water(s)that the site will discharge
to),or if the discharge is through a storm sewer system,the name of the operator of the
storm sewer, and
6. The statement: "Any person desiring to present their views to the Department of
M Ecology regarding this application,or interested in the Department's action on this
application may notify the Department of Ecology in writing within 30 days of the last
date of publication of this notice. Comments can be submitted to: Department of
Ecology,P.O.Box 47696,Olympia,WA 98504-7696,Attn: Water Quality Program,
` Construction Stormwater".
Page 8 of 46
C. Erosivity Waiver
Operators may qualify for a waiver from the permit if the following conditions are met:
1. The site will result in the disturbance of less than 5 acres; and the site is not a portion
of a common plan of development or sale that will disturb 5 acres or greater.
2. Calculation of Erosivity"R"Factor and Regional Timeframe:
+rr
a. The project's rainfall erosivity factor("R"Factor)must be less than 5 during the
period of construction activity, as calculated using the-Texas A&M University
online rainfall erosivity calculator at:htti):Hei.tamu.edu/.The period of irw
construction activity begins at initial earth disturbance and ends with final
stabilization;and,in addition:
r�r
b. The entire period of construction activity must fall within the following
timeframes:
. rr
i. For sites west of the Cascades Crest:June 15—September 15; or
ii. For sites east of the Cascades Crest,excluding the Central Basin: June 15—
October 15;or
iii. For sites east of the Cascades Crest,within the Central Basin*:no additional
timeframe restrictions apply.
*Note:The Central Basin is defined as the portions of Eastern Washington
with mean annual precipitation of less than 12 inches. ,
3. Operators must submit a complete Erosivity Waiver Certification Form at least one
week prior to commencing land disturbing activities. Certification must include:
ad
a. A statement that the operator will comply with applicable local stormwater
requirements;and
b. A statement that the operator will implement appropriate erosion and sediment
control BAIN to prevent violations of water quality standards.
4. This waiver is not available for facilities declared a significant contributor of
pollutants as defined in Condition S LB.Lb.
5. This waiver does not apply to construction activity which includes non-stormwater
discharges listed in S1.C.3.
6. If construction activity extends beyond the certified waiver period for any reason, the
operator shall either:
is
1W
Page 9 of 46
a. Recalculate the rainfall erosivity"R"factor using the original start date and a new
projected ending date and,if the"R"factor is still under 5 and the entire project
falls within the applicable regional timeframe in S2.C.2.b, complete and submit
an amended waiver certification form before the original waiver expires; or
b. Submit a complete permit application to Ecology in accordance with Condition
w.. S2.A and B before the end of the certified waiver period.
S3. COMPLIANCE WITH STANDARDS
A. Discharges shall not cause or contribute to a violation of surface water quality standards
(Chapter 173-201A WAC),ground water quality standards (Chapter 173-200 WAC),
r sediment management standards(Chapter 173-204 WAC),and human health-based
criteria in the National Toxics Rule(40 CFR Part 131.36). Discharges that are not in
compliance with these standards are not authorized.
B. Prior to the discharge of stormwater and non-stormwater to waters of the state,the
Permittee shall apply all known,available,and reasonable methods of prevention,
control,and treatment(AKART). This includes the preparation and implementation of an
adequate Stormwater Pollution Prevention Plan(SWPPP),with all appropriate best
management practices(BNTs)installed and maintained in accordance with the SWPPP
and the terms and conditions of this permit.
C. Compliance with water quality standards shall be presumed,unless discharge monitoring
data or other site specific information demonstrates that a discharge causes or contributes
+r• to a violation of water quality standards,when the Permittee is:
1. In full compliance with all permit conditions,including planning,sampling,
monitoring,reporting,and recordkeeping conditions; and
2. Fully implementing stormwater BMPs contained in stormwater management manuals
published or approved by Ecology,or BM[Ps that are demonstrably equivalent to
BMPs contained in stormwater technical manuals published or approved by Ecology,
including the proper selection,implementation,and maintenance of all applicable and
appropriate BMPs for on-site pollution control.
w
D. For sites that discharge to both surface water and ground water, all ground water
discharges are also subject to the terms and conditions of this permit. Permittees who
discharge to ground water through an injection well shall comply with any applicable
requirements of the Underground Injection Control(UIC)regulations, Chapter 173-218
WAC.
yr
wrr
Page 10 of 46
. rw
S4. MONITORING REQUIREMENTS
The primary monitoring requirements are summarized in Table 3 (below):
3�'� gg � - � �' �'^�2 �i� s"�� g'3� '$�[N,�yH;nt'k<� k� •�i�k'L.; f�vv�`.�`•��,Y�'r'R'S ++{{ -� �y
E � l ..u4'^'3 h'^'.�S� � !'k �. Lx�L�;1� Fshi u �..� �'°r c�i3 ?`5E 3z .V�.z 7j 3•��'NC+R ��,{&x 3� � Y•
,�a'i 3e A,..a•� i R - } 6 � ��5 '� k kffik: ��'� v �XY �����;��}six xe' tsau3�'� Y. �� � 3 �_ 2Y es a
�. ,t:.t«,.,a�,FaW. ,. .:., � :..::�, .. . ., �,,s ,.a:.:: �'`., n ,��c�'�>:.z„, �.. �ss”; %�.z,?. ��.,. - �'•• °y;��� ��`=lr 3 � t ,.'M
i Wo
t F i'✓s
��s �" .r, t3a y Z.wa i Fi t' Y �s s s ir"' i s �': x 3 �`•, kL: .:, � sy„,�.s •+-t
pA.Lbfii
,..,..,v .,uk e*s n. '' s` `,'� ., R,t' .d, ..., ,�',,. '. '�. as�". r.? k••?°�'�. ° 3..,.',� ;.: §w- ' §"` .ri' ,05.:
Sites which disturb less than 1 Required Not Required Not Required Not
acre Required
Sites which disturb 1 acre or Required Sampling Required—either rr
more but less than 5 acres q method4 Required
mitre which disturb 5 acres or Required Required Not Required Required
A. Site Log Book
The Permittee shall maintain a site log book that contains a record of the
implementation of the SWPPP and other permit requirements including the installation
and maintenance of BNTs,site inspections,and stormwater monitoring.
B. Site InsiDections
�r
1. Sit ' eons shall include all areas disturbed by construction activities,all BMPs,
and all stormwater discharge points. Stormwater shall be visually examined for the
Additional monitoring requirements may apply for. 1)discharges to 303(d)listed waterbodies and waterbodies
with applicable TMDLs for turbidity,fine sediment,high pH,or phosphorus-see Condition S8;and 2)sites
required to perform additional monitoring by Ecology order—see Condition G13.
2 Soil disturbance is calculated by adding together all areas affected by construction activity.Construction Activity
means clearing,grading,excavation,and any other activity which disturbs the surface of the land,including
ingress/egress from the site.
3 Beginning October 1,2006,if construction activity involves significant concrete work or the use of engineered
soils,and stormwater from the affected area drains to a stormwater collection system or other surface water,the
Permittee shall conduct pH sampling in accordance with Condition S4.D.
4 Beginning October 1,2008,sites with one or more acres,but less than 5 acres of soil disturbance,shall conduct
turbidity or transparency sampling in accordance with Condition S4.C.
5 Beginning October 1,2006,sites greater than or equal to 5 acres of soil disturbance shall conduct turbidity
sampling using a turbidity meter in accordance with Condition S4.C.
wfF
+.r
Page 11 of 46
law
presence of suspended sediment,turbidity,discoloration,and oil sheen.Inspectors
shall evaluate the effectiveness of BMPs and determine if it is necessary to install,
maintain,or repair BMPs to improve the quality of stormwater discharges.
Based on the results of the inspection,the Permittee shall correct the problems
r
identified as follows:
a. Review the SWPPP for compliance with Condition S9 and make appropriate
revisions within 7 days of the inspection; and
�r b. Fully implement and maintain appropriate source control and/or treatment BMPs
as soon as possible,but no later than 10 days of the inspection; and
+.w c. Document BUM implementation and maintenance in the site log book.
2. The site inspections shall be conducted at least once every calendar week and within
24 hours of any discharge from the site.The inspection frequency for temporarily
stabilized,inactive sites may be reduced to once every calendar month.
3. Site inspections shall be conducted by a person who is knowledgeable in the
principles and practices of erosion and sediment control.The inspector shall have the
skills to:
a. Assess the site conditions and construction activities that could impact the quality
wr► of stormwater, and
b. Assess the effectiveness of erosion and sediment control measures used to control
rr
the quality of stormwater discharges.
4. Beginning Oc ober 1,2006, construction sites one acre or larger that discharge
stormwater to urface waters of the state,shall have site inspections conducted by a
.r Certified Erosio ediment Control Lead(CESCL). The CESCL shall be
identified in the SWPPP and shall be present on-site or on-call at all times.
Certification shall be obtained through an approved erosion and sediment control
.� training program that meets the minimum training standards established by Ecology
(see BMP C 160 in the Manual).
5. The inspector shall summarize the results of each inspection in an inspection report or
4W checklist and be entered into,or attached to,the site log book.At a minimum, each
inspection report or checklist shall include:
a. Inspection date and time.
b. Weather information;general conditions during inspection and approximate
amount of precipitation since the last inspection,and within the last 24 hours.
c. A summary or list of all BMPs which have been implemented, including
observations of all erosion/sediment control structures or practices.
d. The following shall be noted:
i. locations of BMPs inspected,
.r
VW
irr
Page 12 of 46
ii. locations of BMPs that need maintenance,
iii. the reason maintenance is needed, 4
iv. locations of BMPs that failed to operate as designed or intended, and
v. locations where additional or different BMPs are needed, and the reason(s) why. 1*
e. A description of stormwater discharged from the site. The inspector shall note the
presence of suspended sediment,turbid water,discoloration, and/or oil sheen, as
applicable.
f. Any water quality monitoring performed during inspection.
g. General comments and notes,including a brief description of any BMP repairs,
maintenance or installations made as a result of the inspection.
h. A statement that,in the judgment of the person conducting the site inspection,the
site is either in compliance or out of compliance with the terms and conditions of
the SWPPP and the permit. If the site inspection indicates that the site is out of
compliance,the inspection report shall include a summary of the remedial actions "
required to bring the site back into compliance,as well as a schedule of
implementation.
i. Name,title,and signature of the person conducting site inspection;and the
following-statement: "I certify that this report is true,accurate, and complete,to
the best of my knowledge and belief'.
C. Turbidity/Transparency Sampling Requirements
1. Sampling Methods/Effective Dates
a. Beginning October 1,2006,if construction activity will involve the disturbance
of 5 acres or more,the Permittee shall conduct turbidity sampling per Condition
S4.C.
b. Beginning October 1,2008,if construction activity will involve greater than or
equal to 1 acre,but less than 5 acres of soil disturbance,the Permittee shall wt
conduct transparency sampling or turbidity sampling per Condition S4.C.
2. Sampling Frequency
a. Sampling shall be conducted at least once every calendar week,when there is a
discharge of stormwater(or authorized non-stormwater)from the site. Samples
shall be representative of the flow and characteristics of the discharge.
b. When there is no discharge during a calendar week,sampling is not required.
c. Sampling is not required outside of normal working hours or during unsafe
conditions. If a Permittee is unable to sample during a monitoring period, the
Discharge Monitoring Report(DMR)shall include a brief explanation.
vNr+
Page 13 of 46
3. Sampling Locations
a. Sampling is required at all discharge points where stormwater(or authorized non-
""` stormwater)is discharged off-site.
b. All sampling point(s)shall be identified on the SWPPP site map and be clearly
1W marked in the field with a flag,tape,stake or other visible marker.
4. Sampling and Analysis Methods
�r. a. Turbidity analysis shall be performed with a calibrated turbidity meter
(turbidimeter),either on-site or at an accredited lab. The results shall be recorded
in the site log book in Nephelometric Turbidity Units(NTU).
b. Transparency analysis shall be performed on-site with a 13/4 inch diameter, 60
centimeter(cm)long Transparency Tube.The results shall be recorded in the site
log book in centimeters(cm).Transparency Tubes are available from:
hIM://watennonitoringeguip.com/ipages/stream.html
Hi
J
..s '
Turbidity NTU SM2130 or Weekly,if 25 NTU
EPA180.1 discharging
Transparency cm Manufacturer Weekly,if 31 cm
instructions,or discharging
Ecology
1 Guidance
wr 5. Turbidity/Transparency Benchmark Values
The benchmark value for turbidity is 25 NTU(Nephelometric Turbidity Units); and
the benchmark value for transparency,is 31 cm.
a. Turbidity 26—249 NTU,or Transparency 30—7 cm:
MW If discharge turbidity is greater than 25 NTU,but less than 250 NTU;or if
discharge transparency is less than 31 cm,but greater than 6 cm,the CESCL
shall:
PW i. Review the SWPPP for compliance with Condition S9 and make appropriate
revisions within 7 days of the discharge that exceeded the benchmark; and
10 ii. Fully implement and maintain appropriate source control and/or treatment
BMPs as soon as possible,but within 10 days of the discharge that
exceeded the benchmark; and
iii. Document BMP implementation and maintenance in the site log book.
b. Turbidity 250 NTU or greater,or Transparency 6 cm or less:
�r
irw
Page 14 of 46
If discharge turbidity is greater than or equal to 250 NTU; or if discharge
transparency is less than or equal to 6 cm,the CESCL shall:
i. Notify Ecology by phone in accordance with Condition S5.A.; and
ii. Review the SWPPP for compliance with Condition S9 and make appropriate
revisions within 7 days of the discharge that exceeded the benchmark; and
iii. Fully implement and maintain appropriate source control and/or treatment
BMPs as soon as possible,but within 10 days of the discharge that
exceeded the benchmark;
iv. Document BMP implementation and maintenance in the site log book; and
v. Continue to sample discharges daily until: W
1. turbidity is 25 NTU(or lower); or
2. transparency is 31 cm(or greater);or
3. the CESCL has demonstrated compliance with the water quality
standard for turbidity:
a. no more than 5 NTU over background turbidity,if background is
less than 50 NTU,or
b. no more than 10%over background turbidity, if background is 50
NTU or greater;or
4. the discharge stops or is eliminated. '
D. pH Monitoring: Sites with Significant Concrete Work or Engineered Soils
Beginning October 1,2006,if construction activity will result in the disturbance of 1
acre or more, and involves significant concrete work or the use of engineered soils, and
stormwater from the affected area drains to surface waters of the state or to a storm
sewer system that drains to surface waters of the state,the Permittee shall conduct pH
monitoring as set forth below: + `
1. For sites with significant concrete work, the pH monitoring period shall commence
when the concrete is first exposed to precipitation and continue weekly until r
stormwater pH is 8.5 or less.
a. "Significant concrete work"means greater than 1000 cubic yards poured concrete
or recycled concrete.
2. For sites with engineered soils,the pH monitoring period shall commence when the
soil amendments are first exposed to precipitation and shall continue until the area of ati
engineered soils is fully stabilized.
r�1
wr
.rr
Page 15 of 46
.r►
a. "Engineered soils"means soil amendments including,but not limited, to Portland
cement treated base(CTB), cement kiln dust(CKD), or fly ash.
3. During the pH monitoring period,the Permittee shall obtain a representative sample
of stormwater and conduct pH analysis at least once per week.
4. The Permittee shall monitor pH in the sediment trap/pond(s)or other locations that
receive stormwater runoff from the area of significant concrete work or engineered
soils prior to discharge to surface waters.
5. The benchmark value for pH is 8.5 standard units.Any time sampling indicates that
pH is 8.5 or greater,the Permittee shall:
a. Prevent the high pH water(8.5 or above)from entering storm sewer systems or
surface waters;and
b. If necessary,adjust or neutralize the high pH water using an appropriate treatment
BMP such as CO2 sparging or dry ice. The Permittee shall obtain written
approval from Ecology prior to using any form of chemical treatment other than
.r CO2 sparging or dry ice.
6. The Permittee shall perform pH analysis on-site with a calibrated pH meter,pH test
kit,or wide range pH indicator paper. The Pernuttee shall record pH monitoring
ion results in the site log book.
S5. REPORTING AND RECORDKEEPING REQUIREMENTS
at
A. High Turbidity Phone Reporting
Any sampling performed in accordance with Special Condition S4.0 indicates
or turbidity is 250 NTU or greater(or transparency is 6 cm or less)the Permittee shall notify
the appropriate Ecology regional office by phone within 24 hours of analysis.
B. Discharge Monitoring Reports
1. Permittees required to conduct water quality sampling in accordance with Special
Conditions SAC(Turbidity/Transparency),S4.D(pH)and/or S8 [303(d)/TMDL
sampling] shall submit the results to Ecology monthly on Discharge Monitoring
Report(DMR)forms provided by Ecology.
Permittees are authorized and encouraged to submit electronic DMRs using the"E
DMR Form"on Ecology's Construction Stormwater web site:
httn://www.ecy.wa.izov/t)rograms/Wq/stormwater/constmction/.
2. The Permittee shall submit DMR forms electronically or by mail to be received by
Ecology within 15 days following the end of each month.If there was no discharge
during a given monitoring period,the Permittee shall submit the form as required
with the words "no discharge" entered in place of the monitoring results. If the
Permittee is unable to submit discharge monitoring reports electronically,the
Permittee may mail reports to the address listed below:
Page 16 of 46
nli
Department of Ecology
Water Quality Program-Construction Stormwat:er
PO Box 47696
Olympia,Washington 98504-7696
C. Records Retention
The Permittee shall retain records of all monitoring information(site log book, sampling
results, inspection reports/checklists,etc.), Stormwater Pollution Prevention Plan, and
any other documentation of compliance with permit requirements during the life of the
construction project and for a minimum of three years fallowing the termination of
permit coverage. Such information shall include all calf3ration and maintenance records,
and records of all data used to complete the application for this permit. This period of go
retention shall be extended during the course of any unresolved litigation regarding the
discharge of pollutants by the Permittee or when request-d by Ecology.
D. Recording of Results
For each measurement or sample taken,the Permittee shall record the following
information: w
1. Date,place,method,and time of sampling or measurement;
2. The individual who performed the sampling or measurement;
3. The dates the analyses were performed;
4. The individual who performed the analyses;
5. The analytical techniques or methods used;and
6. The results of all analyses.
E. Additional Monitoring by the Permittee
If the Permittee monitors any pollutant more frequently than required by this permit using
test procedures specified by Condition S4 of this permit,the results of this monitoring
shall be included in the calculation and reporting of the data submitted in the Permittee's W
DMR.
F. Noncompliance Notification
In the event the Permittee is unable to comply with any of the terms and conditions of
this permit which may cause a threat to human health or title environment,the Permittee
shall:
1. Immediately notify Ecology of the failure to comply.
2. Immediately take action to prevent the discharge/pollution,or otherwise stop or
correct the noncompliance,and,if applicable,repeat sampling and analysis of any
noncompliance immediately and submit the results to Ecology within five(5)days
after becoming aware of the violation.
Page 17 of 46
1W
3. Submit a detailed written report to Ecology within five(5)days,unless requested
earlier by Ecology.The report shall contain a description of the noncompliance,
including exact dates and times, and if the noncompliance has not been corrected,the
anticipated time it is expected to continue; and the steps taken or planned to reduce,
eliminate, and prevent reoccurrence of the noncompliance.
Compliance with these requirements does not relieve the Permittee from
responsibility to maintain continuous compliance with the terms and conditions of
this permit or the resulting liability for failure to comply.
G. Access to Plans and Records
1. The Permittee shall retain the following permit documentation(plans and records)on-
site, or within reasonable access to the site,for use by the operator; or on-site review
by Ecology or the local jurisdiction:
a. General Permit;
b. Permit Coverage Letter;
c. Stormwater Pollution Prevention Plan(SWPPP); and
d. Site Log Book
2. The Permittee(s)shall address written requests for plans and records listed above
(Condition S5.G.1)as follows:
a. A copy of plans and records shall be provided to Ecology within 14 days of
receipt of a wdtten request from Ecology.
b. A copy of plans and records shall be provided to the public when requested in
writing. Upon receiving a written request from the public for the Permittee's
plans and records,the Permittee shall either.
i. Provide a copy of the plans and records to the requestor within 14 days of a
1W receipt of the written request; or
ii. Notify the requestor within 10 days of receipt of the written request of the
location and times within normal business hours when the plans and records
may be viewed,and provide access to the plans and records within 14 days of
receipt of the written request; or
iii. Within 14 days of receipt of the written request,the Permittee may submit a
copy of the plans and records to Ecology for viewing and/or copying by the
requestor at an Ecology office, or a mutually agreed upon location. If plans
and records are viewed and/or copied at a location other than at an Ecology
office,the Permittee will provide reasonable access to copying services for
which a reasonable fee may be charged. The Permittee shall notify the
rr
r.
Page 18 of 46
requestor within 10 days of receipt of the request where the plans and records
may be viewed and/or copied.
S6. PERMIT FEES
The Permittee shall pay permit fees assessed by Ecology. Fees for stormwater discharges
covered under this permit shall be established by Chapter 173-224 WAC. Permit fees will
continue to be assessed until the permit is terminated in accordance with Special Condition
S 10 or revoked in accordance with General Condition G5.
S7. SOLID AND LIQUID WASTE DISPOSAL
Solid and liquid wastes generated by construction activity such as demolition debris,
construction materials, contaminated materials, and waste materials from maintenance
activities, including liquids and solids from cleaning catch basins and other stormwater
facilities, shall be handled and disposed of in accordance with:
1. Special Condition S3, Compliance with Standards,and
2. WAC 173-216-110,and other applicable regulations.
S8. DISCHARGES TO 303(D)OR TMDL WATERBODIES
A. Sampling and Numeric Effluent Limitations For Discharges to 303(d)-listed Waterbodies
1. 1.Permittees that discharge to water bodies listed of impaired by the State of
Washington under Section 303(d)of the Clean Water Act for turbidity,fine
sediment,high pH, or phosphorus,shall conduct water quality sampling according
to the requirements of this section.
2. All references and requirements associated with Section 303(d)of the Clean Water
Act mean the most current listing by Ecology of impaired waters that exists on
November 16,2005,or the date when the operator':;complete permit application is
received by Ecology,whichever is later.
B. Discharges to 303(d)-Listed Waterbodies(Turbidity Fine Sediment. or Phosphorus)
1. Permittees which discharge to waterbodies on the 303(d)list for turbidity,fine
sediment,or phosphorus shall conduct turbidity sampling at the following locations
to evaluate compliance with the water quality standard for turbidity: rrt
a. Background turbidity shall be measured in the 303(d)-listed receiving water
immediately upstream(upgradient) or outside.the area of influence of the
discharge; and
b. Discharge turbidity shall be measured at the point of discharge into the 303(d)
listed receiving waterbody, inside the area of influence of the discharge;or At
+r.
Page 19 of 46
Alternatively,discharge turbidity may be measured at the point where the
discharge leaves the construction site,rather than in the receiving waterbody.
2. Based on sampling,if the discharge turbidity exceeds the water quality standard for
turbidity(more than 5 NTU over background turbidity when the background
turbidity is 50 NTU or less,or more than a 10%increase in turbidity when the
background turbidity is more than 50 NTU),all future discharges shall comply with
a numeric effluent limit which is equal to the water quality standard for turbidity.
rr
3. If a future discharge exceeds the water quality standard for turbidity,the Permittee
shall:
a. Review the SWPPP for compliance with Condition S9 and make appropriate
revisions within 7 days of the discharge that exceeded the standard;
b. Fully implement and maintain appropriate source control and/or treatment BMPs
as soon as possible,but within 10 days of the discharge that exceeded the
standard;
c. Document BUT implementation and maintenance in the site log book;
d Notify the appropriate Ecology Regional Office by phone within 24 hours of
analysis;
e. Continue to sample daily until discharge turbidity meets the water quality
standard for turbidity.
C. Discharges to waterbodies on the 303(d) list for High DH
1. Penmittees which discharge to waterbodies on the 303(d)list for high pH shall
conduct sampling at one of the following locations to evaluate compliance with the
water quality standard for pH(in the range of 6.5—8.5):
a. pH shall be measured at the point of discharge into the 303(d)listed waterbody,
inside the area of influence of the discharge; or
b. Alternatively,pH may be measured at the point where the discharge leaves the
construction site,rather than in the receiving water.
2. Based on the sampling set forth above,if the pH exceeds the water quality standard
for pH(in the range of 6.5—8.5),all future discharges shall comply with a numeric
effluent limit which is equal to the water quality standard for pH.
rr
3. If a future discharge exceeds the water quality standard for pH,the Permittee shall:
a. Review the SWPPP for compliance with Condition S9 and make appropriate
revisions within 7 days of the discharge that exceeded the water quality standard;
rr
Page 20 of 46
b. Fully implement and maintain appropriate source:control and/or treatment BMPs
as soon as possible,but within 10 days of the discharge that exceeded the
standards;
c. Document BMP implementation and maintenance in the site log book;
d. Notify the appropriate Ecology Regional Office by phone within 24 hours of
analysis; and
e. Continue to sample daily until discharge meets the water quality standard for pHe
(in the range of 6.5—8.5)or the discharge stops or is eliminated.
Turbidity Turbidity/NTU SM2130 or Weekly,if If background is 50
Fine Sediment EPA180.1 discharging NTU or less: 5 NTU
Phosphorus over background; or
If background is
more than 50 NTU:
10%over
background
High pH pH/Standard pH meter Weekly,if In the range of
Units discharging 6.5-8.5
D. Sampling and Limitations For Sites Discharging two Applicable TMDLs
1. Discharges to a waterbodies subject to an applicable'Total Maximum Daily Load
(TMDL)for turbidity, fine sediment,high pH, or phosphorus, shall be consistent with
the assumptions and requirements of the TMDL. do
a. Where an applicable TAML sets specific waste load allocations or requirements
for discharges covered by this permit,discharges shall be consistent with any
specific waste load allocations or requirements established by the applicable
TMDL.
ii.The Permittee shall sample discharges weekly, or as otherwise specified by the
TMDL,to evaluate compliance with the specific waste load allocations or
requirements.
iii.Analytical methods used to meet the monitoring;requirements shall conform to
the latest revision of the Guidelines Establishing;,,Test Procedures for the
Analysis of Pollutants contained in 40 CFR Part 136. Turbidity and pH methods
Page 21 of 46
r.
need not be accredited or registered unless conducted at a laboratory which must
otherwise be accredited or registered.
b. Where an applicable TMDL has established a general waste load allocation for
construction stormwater discharges,but no specific requirements have been
identified, compliance with Conditions S4(Monitoring) and S9(SWPPPs)will be
assumed to be consistent with the approved TMDL.
c. Where an applicable TMDL has not specified a waste load allocation for
construction stormwater discharges,but has not excluded these discharges,
compliance with Conditions S4(Monitoring)and S9(SWPPPs)will be assumed
to be consistent with the approved TMDL.
d. Where an applicable TMDL specifically precludes or prohibits discharges from
construction activity,the operator is not eligible for coverage under this permit.
1W 2. Applicable TMDL means a TMDL for turbidity, fine sediment,high pH,or
phosphorus,which has been completed and approved by EPA prior to November 16,
2005,or prior to the date the operator's complete permit application is received by
Ecology,whichever is later. TMDLs completed after the operator's complete permit
application is received by Ecology become applicable to the Permittee only if they are
imposed through an administrative order by Ecology,or through a modification of
permit coverage.
S9. STORMWATER POLLUTION PREVENTION PLAN
An adequate Stormwater Pollution Prevention Plan(SWPPP)for construction activity shall
be prepared and implemented in accordance with the requirements of this permit beginning
with initial soil disturbance and until final stabilization.
A. The SWPPP shall meet the following_objectives:
1. To implement Best Management Practices(BMPs)to prevent erosion and
sedimentation,and to identify,reduce,eliminate or prevent stormwater contamination
and water pollution from construction activity.
2. To prevent violations of surface water quality,ground water quality,or sediment
management standards.
3. To control peak volumetric flow rates and velocities of stormwater discharges.
B. General Requirements
1. The SWPPP shall include a narrative and drawings.All BMPs shall be clearly
.. referenced in the narrative and marked on the drawings.
The SWPPP narrative shall include documentation to explain and justify the pollution
prevention decisions made for the project. Documentation shall include:
a. Information about existing site conditions (topography,drainage,soils,
vegetation, etc.);
w.
Page 22 of 46
rri
b. Potential erosion problem areas;
c. The 12 elements of a SWPPP in S9.D.1-12, including BMPs used to address each
element;
d. Construction phasing/sequence and general BMP implementation schedule; '
e. The actions to be taken if BMP performance goals are not achieved; and
f. Engineering calculations for ponds and any other designed structures.
2. The Permittee shall modify the SWPPP if,during inspections or investigations
conducted by the owner/operator,or the applicable local or state regulatory authority,
it is determined that the SWPPP is,or would be,ineffective in eliminating or
significantly minimizing pollutants in stormwater discharges from the site. The
Permittee shall take the following actions:
a. Review the SWPPP for compliance with Condition S9 and make appropriate
revisions within 7 days of the inspection or investigation;
b. Fully implement and maintain appropriate source;control and/or treatment BMPs
as soon as possible,but no later than 10 days from the inspection or investigation;
and
c. Document BMP implementation and maintenance in the site log book.
3. The Permittee shall modify the SWPPP whenever there is a change in design,
construction,operation,or maintenance at the construction site that has,or could
have,a significant effect on the discharge of pollutants to waters of the state.
C. Stormwater Best Management Practices (BMPs)
BMPs shall be consistent with: r
1. Stormwater Management Manual for Western Washington(most recent edition), for
sites west of the crest of the Cascade Mountains;
2. Stormwater Management Manual for Eastern Washington(most recent edition), for
sites east of the crest of the Cascade Mountains; or
3. Other stormwater management guidance documents or manuals which provide an
equivalent level of pollution prevention and are approved by Ecology; or
4. Documentation in the SWPPP that the BMPs selectee[provides an equivalent level of
pollution prevention, compared to the applicable Stormwater Management Manuals,
including:
Page 23 of 46
a. The technical basis for the selection of all stormwater BMPs(scientific,technical
studies,and/or modeling)which support the performance claims for the BMPs
" being selected;and
b. An assessment of how the selected BUT will satisfy AKART requirements and
W the applicable federal technology-based treatment requirements under 40 CFR
part 125.3.
,r
D. SWPPP—Narrative Contents and Requirements
The Permittee shall include each of the 12 elements below in S9.D.1-12 in the narrative
of the SWPPP and ensure that they are implemented unless site conditions render the
aw element unnecessary and the exemption from that element is clearly justified in the
SWPPP.
1. Preserve Vegetation/Mark Clearing Limits
a. Prior to beginning land disturbing activities,including clearing and grading,
clearly mark all clearing limits,sensitive areas and their buffers,and trees that are
to be preserved within the construction area.
b. The duff layer,native top soil,and natural vegetation shall be retained in an
undisturbed state to the maximum degree practicable.
2. Establish Construction Access
a. Construction vehicle access and exit shall be limited to one route,if possible.
b. Access points shall be stabilized with a pad of quarry spalls,crushed rock,or other
..� equivalent BMP,to minimize the tracking of sediment onto public roads.
c. Wheel wash or tire baths shall be located on site,if the stabilized construction
entrance*is not effective in preventing sediment from being tracked onto public
roads.
d If sediment is tracked off site,public roads shall be cleaned thoroughly at the end of
each day,or more frequently during wet weather. Sediment shall be removed from
roads by shoveling or pickup sweeping and shall be transported to a controlled
sediment disposal area.
e. Street washing is allowed only after sediment is removed in accordance with
S9.D.2.d. Street wash wastewater shall be controlled by pumping back on site or
otherwise be prevented from discharging into systems tributary to waters of the
r
state.
3. Control Flow Rates
a. Properties and waterways downstream from development sites shall be protected
from erosion due to increases in the velocity and peak volumetric flow rate of
stormwater runoff from the project site,as required by local plan approval
authority.
rrr
wr
r�r
Page 24 of 46 ,
b. Where necessary to comply with S9.D.3.a.,storrawater retention or detention
facilities shall be constructed as one of the first steps in grading. Detention
facilities shall be functional prior to construction of site improvements(e.g.,
impervious surfaces).
c. If permanent infiltration ponds are used for flow control during construction,these
facilities shall be protected from siltation during the construction phase.
4. Install Sediment Controls
a. Stormwater runoff from disturbed areas shall pass through a sediment pond or other
appropriate sediment removal BMP,prior to leaving a construction site or prior to
discharge to an infiltration facility. Runoff from fully stabilized areas may be
discharged without a sediment removal BMP,but shall meet the flow control w
performance standard of S9.D.3.a.
b. Sediment control BMPs(sediment ponds,traps,filters,etc.)shall be constructed as 110
one of the first steps in grading. These BMPs shad be functional before other land
disturbing activities take place.
c. BMPs intended to trap sediment on site shall be located in a manner to avoid riw
interference with the movement of juvenile salmonids attempting to enter off-
channel areas or drainages.
5. Stabilize Soils ,
a. Exposed and unworked soils shall be stabilized by application of effective BMPs
that prevent erosion.Applicable BMPs include,but are not limited to:temporary w
and permanent seeding,sodding,mulching,plastic covering,erosion control fabrics
and matting,soil application of polyacrylamide(P)A,the early application of
gravel base on areas to be paved,and dust control.
b. Depending on the geographic location of the project,no soils shall remain exposed
and unworked for more than the time periods set forth below to prevent erosion:
West of the Cascade Mountains Crest
During the dry season(May 1 -Sept.30): 7 days
During the wet season(October 1 -April 3 D): 2 days
East of the Cascade Mountains Crest,except for Central Basin*
During the dry season(July 1 September:30): 10 days
During the wet season(October 1 -June 30): 5 days
The Central Basin*,East of the Cascade Mountains Crest
During the dry Season(July 1 -September:30): 30 days
During the wet season(October 1 -June 30): 15 days
*Note: The Central Basin is defined as the portions of Eastern Washington
with mean annual precipitation of less than 12 inches.
r+
Page 25 of 46
The time period may be adjusted by a local jurisdiction,if the jurisdiction
can show that local precipitation data justify a different standard.
c. Soils shall be stabilized at the end of the shift before a holiday or weekend if needed
based on the weather forecast.
rrr d. Soil stockpiles shall be stabilized from erosion,protected with sediment trapping
measures, and where possible,be located away from storm drain inlets;waterways,
and drainage channels.
6. Protect Slopes
a. Design and construct cut and fill slopes in a manner that will minimize erosion.
�. Applicable practices include,but are not limited to,reducing continuous length of
slope with terracing and diversions,reducing slope steepness,and roughening slope
surfaces(e.g.,track walking).
b. Off-site stormwater(run-on)or groundwater shall be diverted away from slopes and
disturbed areas with interceptor dikes,pipes,and/or swales. Off-site stormwater
should be managed separately from stormwater generated on the site.
c. At the top of slopes,collect drainage in pipe slope drains or protected channels to
prevent erosion.
i. West of the Cascade Mountains Crest:Temporary pipe slope drains shall
handle the peak 10-minute velocity of flow from a Type 1A, 10-year,24-hour '
frequency storm for the developed condition.Alternatively,the 10-year, 1-
hour flow rate predicted by an approved continuous runoff model,increased
by a factor of 1.6,may be used.' The hydrologic analysis shall use the existing
land cover condition for predicting flow rates from tributary areas outside the
project limits.For tributary areas on the project site,the analysis shall use the
temporary or permanent project land cover condition,whichever will produce
the highest flow rates. If using the W VHM to predict flows,bare soil areas
should be modeled as"landscaped area."
ii. East of the Cascade Mountains Crest: Temporary pipe slope drains shall
handle the expected peak flow velocity from a 6-month,3-hour storm for the
r developed condition,referred to as the short duration storm.
d. Excavated material shall be placed on the uphill side of trenches,consistent with
safety and space considerations.
e. Check dams shall be placed at regular intervals within constructed channels that
are cut down'a slope.
7. Protect Drain Inlets
a. All storm drain inlets made operable during construction shall be protected so that
�. stormwater runoff does not enter the conveyance system without first being filtered
or treated to remove sediment.
�r
a.
Page 26 of 46
b. Inlet protection devices shall be cleaned or removed and replaced when sediment
has filled one-third of the available storage(unless a different standard is specified
by the product manufacturer).
8. Stabilize Channels and Outlets
a. All temporary on-site conveyance channels shall be designed, constructed, and
stabilized to prevent erosion from the following expected peak flows:.
i. West of the Cascade Mountains Crest: Channels shall handle the peak 10
minute velocity of flow from a Type IA, 10-year, 24-hour frequency storm for
the developed condition.Alternatively,the 10-year, 1-hour flow rate indicated
by an approved continuous runoff model,increased by a factor of 1.6,may be
used.The hydrologic analysis shall use the existing land cover condition for
predicting flow rates from tributary areas outside the project limits.For
tributary areas on the project site,the analysis shall use the temporary or
permanent project land cover condition,whichever will produce the highest
flow rates. If using the WWHM to predict flows,bare soil areas should be
modeled as "landscaped area."
ii. East of the Cascade Mountains Crest: Channels shall handle the expected peak rw►
flow velocity from a 6-month,3-hour storm for the developed condition,
referred to as the short duration storm.
b. Stabilization,including armoring material,adequate to prevent erosion of outlets,
adjacent stream banks,slopes,and downstream reaches shall be provided at the
outlets of all conveyance systems.
9. Control Pollutants
a. All pollutants,including waste materials and demolition debris,that occur onsite
shall be handled and disposed of in a manner that does not cause contamination of
stormwater.
b. Cover,containment,and protection from vandalism shall be provided for all
chemicals,liquid products,petroleum products,and other materials that have the
potential to pose a threat to human health or the environment. On-site fueling tanks
shall include secondary containment.
c. Maintenance,fueling,and repair of heavy equipment and vehicles shall be
conducted using spill prevention and control measures. Contaminated surfaces shall
be cleaned immediately following any spill incident.
d. Wheel wash or tire bath wastewater shall be dischExged to a separate on-site
treatment system or to the sanitary sewer with loczll sewer district approval.
e. Application of fertilizers and pesticides,shall be conducted in a manner and at
application rates that will not result in loss of chemical to stormwater runoff.
Manufacturers' label requirements for application rates and procedures shall be
followed.
Vi
Page 27 of 46
f. BMPs shall be used to prevent or treat contamination of stormwater runoff by pH
modifying sources. These sources include,but are not limited to:bulk cement,
cement kiln dust,fly ash,new concrete washing and curing waters,waste streams
generated from concrete grinding and sawing,exposed aggregate processes,
dewatering concrete vaults,concrete pumping and mixer washout waters.
Permittees shall adjust the pH of stormwater if necessary to prevent violations of
r water quality standards.
g. Permittees shall obtain written approval from Ecology prior to using chemical
treatment,other than CO2 or dry ice to adjust pH.
,rr
10. Control De-Watering
a. Foundation,vault,and trench de-watering water,which have similar characteristics
to stormwater runoff at the site,shall be discharged into a controlled conveyance
system prior to discharge to a sediment trap or sediment pond.
b. Clean,non-turbid de-watering water,such as well-point ground water,can be
discharged to systems tributary to,or directly into surface waters of the state,as
specified in S9.D.8,provided the de-watering flow does not cause erosion or
flooding of receiving waters. Clean de-watering water should not be routed through
stormwater sediment ponds.
c. Other de-watering disposal options may include:
i. infiltration
ii. transport offsite in a vehicle,such as a vacuum flush truck, for legal disposal in
a manner that does not pollute state waters,
iii., Ecology-approved on-site chemical treatment or other suitable treatment
technologies,
iv. sanitary sewer discharge with local sewer district approval,if there is no other
option,or
v. use of a sedimentation bag with outfall to a ditch or swale for small volumes of
localized de-watering.
d. Highly turbid or contaminated dewatering water shall be handled separately from
stormwater.
11.Maintain BMPs
a. All temporary and permanent erosion and sediment control BMPs shall be
maintained and repaired as needed to assure continued performance of their
.r intended function in accordance with BMP specifications.
b. All temporary erosion and sediment control BMPs shall be removed within 30 days
after final site stabilization is achieved or after the temporary BMPs are no longer
�` needed.
Page 28 of 46
12.Manage the Project
a. Development projects shall be phased to the mwimum degree practicable and shall
take into account seasonal work limitations.
b. Inspection and Monitoring
All BMPs shall be inspected,maintained, and repaired as needed to assure
continued performance of their intended function. Site inspections and monitoring
shall be conducted in accordance with S4.
c. Maintaining an Updated Construction SWPPP
The SWPPP shall be maintained,updated, and implemented in accordance with
Conditions S3, S4 and S9.
E. SWPPP—Man Contents and Requirements
The SWPPP shall also include a vicinity map or general.location map(e.g.USGS
Quadrangle map,a portion of a county or city map,or other appropriate map)with
enough detail to identify the location of the construction site and receiving waters within
one mile of the site.
The SWPPP shall also include a legible site map(or maps)showing the entire
construction site.The following features shall be identified,unless not applicable due to
site conditions:
1. The direction of north,property lines,and existing structures and roads;
2. Cut and fill slopes indicating the top and bottom of slope catch lines;
3. Approximate slopes,contours,and direction of stormwater flow before and after
major grading activities;
w-
4. Areas of soil disturbance and areas that will not be disturbed;
5. Locations of structural and nonstructural controls(BIVIPs)identified in the SWPPP
6. Locations of off-site material, stockpiles,waste storage,borrow areas, and
vehicle/equipment storage areas;
7. Locations of all surface water bodies,including wetlands;
8. Locations where stormwater or non-stormwater discharges off-site and/or to a surface
water body,including wetlands;
9. Location of water quality sampling station(s), if sampling is required by state or local
permitting authority;and
vrr
Page 29 of 46
10. Areas where final stabilization has been accomplished and no further construction-
phase permit requirements apply.
S10. NOTICE OF TERMINATION
A. The site is eligible for termination when either of the following conditions have been met:
1. The site has undergone final stabilization,all temporary BNTs have been removed,
and all stormwater discharges associated with construction activity have been
eliminated; or
2. All portions of the site which have not undergone final stabilization per S 10.A.1 have
been sold and/or transferred(per Condition G9),and the Permittee no longer has
operational control of the construction activity.
"' B. When the site is eligible for termination,the Permittee shall submit a complete and
accurate Notice of Termination(NOT)form, signed in accordance with General
Condition G2,to:
*W
Department of Ecology
Water Quality Program-Construction Stormwater
so PO Box 47696
Olympia,Washington 985047696
w., C. The termination is effective on the date the NOT form was received by Ecology,unless
the Permittee is notified by Ecology within 30 days that termination request is denied
because the eligibility requirements in Condition S 10.A have not been met.
do
aw
we
air
w.
as
.r
Page 30 of 46
Sri
GENERAL CONDITIONS
G1.DISCHARGE VIOLATIONS
All discharges and activities authorized by this general permit shall be consistent with the
terms and conditions of this general permit. Any discharge of any pollutant more frequent
than or at a level in excess of that identified and authorized by the general permit shall
constitute a violation of the terms and conditions of this permit. ,
G2. SIGNATORY REQUIREMENTS
�i►
A. All permit applications shall bear a certification of correctness to be signed:
1. In the case of corporations,by a responsible corporate officer of at least the level of
vice president of a corporation;
2. In the case of a partnership,by a general partner of a partnership;
3. In the case of sole proprietorship,by the proprietor; or
4. In the case of a municipal,state,or other public facility,by either a principal Ag
executive officer or ranking elected official
B. All reports required by this permit and other information requested by Ecology shall be
signed by a person described above or by a duly authori7AA representative of that person.
A person is a duly authorized representative only i£
1. The authorization is made in writing by a person described above and submitted to
the Ecology.
2. The authorization specifies either an individual or a position having responsibility for
the overall operation of the regulated facility, such as the position of plant manager,
superintendent,position of equivalent responsibility,or an individual or position
having overall responsibility for environmental matteis.
C. Changes to authorization. If an authorization under paragraph G23.2 above is no longer
accurate because a different individual or position has responsibility for the overall
operation of the facility,a new authorization satisfying the requirements of paragraph
G2.B.2 above shall be submitted to Ecology prior to or together with any reports,
information, or applications to be signed by an authorized representative.
D. Certification. Any person signing a document under this E ection shall make the following
certification:
"I certify under penalty of law,that this document and all attachments were
prepared under my direction or supervision in accordwice with a system
designed to assure that qualified personnel properly gathered and evaluated
OW
Page 31 of 46
the information submitted. Based on my inquiry of the person or persons who
manage the system, or those persons directly responsible for gathering
information,the information submitted is,to the best of my knowledge and
belief,true,accurate, and complete. I am aware that there are significant
penalties for submitting false information,including the possibility of fine and
imprisonment for knowing violations."
G3.RIGHT OF INSPECTION AND ENTRY
The Permittee shall allow an authorized representative of Ecology,upon the presentation of
credentials and such other documents as may be required by law:
A. To enter upon the premises where a discharge is located or where any records shall be
kept under the terms and conditions of this permit.
Aw B. To have access to and copy-at reasonable times and at reasonable cost-any records
required to be kept under the terms and conditions of this permit.
VW C. To inspect-at reasonable times-any facilities,equipment(including monitoring and
control equipment),practices,methods,or operations regulated or required under this
permit.
D. To sample or monitor-at reasonable times-any substances or parameters at any location
for purposes of assuring permit compliance or as otherwise authorized by the Clean
Water Act.
G4.GENERAL PERMIT MODIFICATION AND REVOCATION
This permit may be modified,revoked and reissued,or terminated in accordance with the
provisions of Chapter 173-226 WAC. Grounds for modification,revocation and reissuance,
or termination include,but are not limited to,the following:
A. When a change which occurs in the technology or practices for control or abatement of
pollutants applicable to the category of dischargers covered under this permit;
B. When effluent limitation guidelines or standards are promulgated pursuant to the CWA or
Chapter 90.48 RCW,for the category of dischargers covered under this permit;
C. When a water quality management plan containing requirements applicable to the
category of dischargers covered under this permit is approved; or
D. When information is obtained which indicates that cumulative effects on the environment
from dischargers covered under this permit are unacceptable.
G5.REVOCATION OF COVERAGE UNDER THE PERMIT
Pursuant with Chapter 43.21B RCW and Chapter 173-226 WAC,the Director may terminate
coverage for any discharger under this permit for cause. Cases where coverage may be
terminated include,but are not limited to,the following:
Aw
Page 32 of 46
Id
A. Violation of any term or condition of this permit;
B. Obtaining coverage under this permit by misrepresentation or failure to disclose fully all
relevant facts;
C. A change in any condition that requires either a temporary or permanent reduction or
elimination of the permitted discharge;
D. Failure or refusal of the Permittee to allow entry as required in RCW.90.48.090;
E. A determination that the permitted activity endangers human health or the environment,
or contributes to water quality standards violations;
F. Nonpayment of permit fees or penalties assessed pursuant to RCW 90.48.465 and M
Chapter 173-224 WAC;
G. Failure of the Permittee to satisfy the public notice requirements of WAC 173-226-
130(5),when applicable.
The Director may require any discharger under this permit to apply for and obtain coverage
under an individual permit or another more specific general permit. Penmittees who have
their coverage revoked for cause according to WAC 173-22f;-240 may request temporary
coverage under this permit during the time an individual permit is being developed,provided
the request is made within ninety(90)days from the time of revocation and is submitted
along with a complete individual permit application form.
G6.REPORTING A CAUSE FOR MODIFICATION
The Permittee shall submit anew application, or a supplement to the previous application,
whenever a material change to the construction activity or in the quantity or type of discharge
is anticipated which is not specifically authorized by this permit. This application shall be
submitted at least sixty(60)days prior to any proposed changes. The filing of a request by
the Permittee for a permit modification,revocati on and reissuance,or termination,or a
notification of planned changes or anticipated noncompliance does not relieve the Permittee
of the duty to comply with the existing permit until it is modified or reissued.
G7. COMPLIANCE WITH OTHER LAWS AND STATUTES
Nothing in this permit shall be construed as excusing the Permittee from compliance with
any applicable federal, state,or local statutes,ordinances,or:regulations.
G8. DUTY TO REAPPLY
The Permittee shall apply for permit renewal at least 180 days prior to the specified
expiration date of this permit.
G9. TRANSFER OF GENERAL PERMIT COVERAGE 4,
Coverage under this general permit is automatically transferred to a new discharger,
including operators of lots/parcels within a common plan of development or sale,if.
r�l
Page 33 of 46
A. A written,signed agreement(Transfer of Coverage Form)between the current discharger
(Permittee)and new discharger containing a specific date for transfer of permit
responsibility,coverage, and liability is submitted to the Director; and
B. The Director does not notify the current discharger and new discharger of the Director's
intent to revoke coverage under the general permit. If this notice is not given,the transfer
is effective on the date specified in the written agreement.
When a current discharger(Permittee)transfers a portion of a permitted site,the current
discharger shall also submit an updated application form(NOI)to the Director indicating the
remaining permitted acreage after the transfer.When a current discharger(Permittee)
.. transfers all Portions of a permitted site to one or more new dischargers, the current
discharger shall also submit a notice of termination(NOT)form to the Director.
G10.REMOVED SUBSTANCES
Collected screenings,grit,solids,sludges,filter backwash,or other pollutants removed in the
course of treatment or control of stormwater shall not be resuspended or reintroduced to the
final effluent stream for discharge to state waters.
G11.DUTY TO PROVIDE INFORMATION
The Permittee shall submit to Ecology,within a reasonable time,all information which
Ecology may request to determine whether cause exists for modifying,revoking and
reissuing,or terminating this permit or to determine compliance with this permit. The
Permittee shall also submit to Ecology upon request,copies of records required to be kept by
this permit[40 CFR 122.41(h)].
G12.OTBER REQUIREMENTS OF 40 CFR "
All other requirements of 40 CFR 122.41 and 122.42 are incorporated in this permit by
reference.
G13.ADDITIONAL MONITORING
Ecology may establish specific monitoring requirements in addition to those contained in this
permit by administrative order or permit modification.
G14.PENALTIES FOR VIOLATING PERMIT CONDITIONS
Any person who is found guilty of willfully violating the terms and conditions of this permit
shall be deemed guilty of a crime,and upon conviction thereof shall be punished by a fine of
up to ten thousand dollars($10,000)and costs of prosecution,or by imprisonment in the
discretion of the court. Each day upon which a willful violation occurs may be deemed a
separate and additional violation.
Any person who violates the terms and conditions of a waste discharge permit shall incur,in
addition to any other penalty as provided by law,a civil penalty in the amount of up to ten
Page 34 of 46
thousand dollars($10,000)for every such violation. Each and every such violation shall be a
separate and distinct offense, and in case of a continuing violation,every day's continuance
shall be deemed to be a separate and distinct violation.
G15.UPSET
Definition—"Upset"means an exceptional incident in which there is unintentional and
temporary noncompliance with technology-based permit effluent limitations because of
factors beyond the reasonable control of the Permittee. An upset does not include
noncompliance to the extent caused by operational error,improperly designed treatment
facilities,inadequate treatment facilities, lack of preventive maintenance,or careless or
improper operation.
An upset constitutes an affirmative defense to an action brought for noncompliance with such as
technology-based permit effluent limitations if the requirements of the following paragraph
are met.
A Permittee who wishes to establish the affirmative defense of upset shall demonstrate,
through properly signed,contemporaneous operating logs or other relevant evidence that: 1) at
an upset occurred and that the Permittee can identify the cause(s)of the upset;2)the
permitted facility was being properly operated at the time ofthe upset; 3)the Permittee
submitted notice of the upset as required in condition S5.F; and 4)the Permittee complied
with any remedial measures required under this permit.
In any enforcement proceeding,the Permittee seeking to establish the occurrence of an upset
has the burden of proof.
G16.PROPERTY RIGHTS
This permit does not convey any property rights of any sort, or any exclusive privilege.
G17.DUTY TO COMPLY
�rC
The Permittee shall comply with all conditions of this permit. Any permit noncompliance
constitutes a violation of the Clean Water Act and is ground.,for enforcement action; for
permit termination,revocation and reissuance, or modification;or denial of a permit renewal wI
application.
G18.TOXIC POLLUTANTS
The Permittee shall comply with effluent standards or prohibitions established under Section
307(a)of the Clean Water Act for toxic pollutants within the time provided in the regulations
that establish those standards or prohibitions, even if this permit has not yet been modified to
incorporate the requirement.
rr.
Page 35 of 46
aw
G19.PENALTIES FOR TAMPERING
The Clean Water Act provides that any person who falsifies,tampers with,or knowingly
renders inaccurate any monitoring device or method required to be maintained under this
permit shall,upon conviction,be punished by a fine of not more than$10,000 per violation,
or by imprisonment for not more than two years per violation, or by both. If a conviction of
�" a person is for a violation committed after a first conviction of such person under this
Condition,punishment shall be a fine of not more than$20,000 per day of violation, or
imprisonment of not more than four(4)years, or both.
s
G20.REPORTING PLANNED CHANGES
am The Permittee shall,as soon as possible, give notice to Ecology of planned physical
alterations,modifications or additions to the permitted construction activity,which will result
in:
A. The permitted facility being determined to be a new source pursuant to 40 CFR
122.29(b);
B. A significant change in the nature or an increase in quantity of pollutants discharged,
including but not limited to: for sites 5 acres or larger,a 20%or greater increase in
acreage disturbed by construction activity;
ask
C. A change in or addition of surface water(s)receiving stormwater or non-stormwater from
the construction activity; or
D. A change in the construction plans and/or activity that affects the Permittee's monitoring
requirements in Special Condition S4.
Following such notice,permit coverage may be modified,or revoked and reissued pursuant
to 40 CFR 122.62(a)to specify and limit any pollutants not previously'limited. Until such
modification is effective,any new or increased discharge in excess of permit limits or not
specifically authorized by this permit constitutes a violation.
G21.REPORTING OTHER INFORMATION
Where the Permittee becomes aware that it failed to submit any relevant facts in a permit
application, or submitted incorrect information in a permit application or in any report to
d. Ecology,it shall promptly submit such facts or information.
G22.REPORTING ANTICIPATED NON-COMPLIANCE
The Permittee shall give advance notice to Ecology by submission of a new application or
supplement thereto at least forty-five(45)days prior to commencement of such discharges,
of any facility expansions,production increases, or other planned changes,such as process
modifications, in the permitted facility or activity which may result in noncompliance with
permit limits or conditions. Any maintenance of facilities,which might necessitate
..r
Page 36 of 46
unavoidable interruption of operation and degradation of effluent quality, shall be scheduled
during non-critical water quality periods and carried out in a manner approved by Ecology.
G23.REQUESTS TO BE EXCLUDED FROM COVERAGI;UNDER THE PERMIT
Any discharger authorized by this permit may request to be excluded from coverage under wr
the general permit by applying for an individual permit. The discharger shall submit to the
Director an application as described in WAC 173-220-040 or WAC 173-216-070,whichever
is applicable,with reasons supporting the request.These reasons shall fully document how an Olt
individual permit will apply to the applicant in a way that the general permit cannot. Ecology
may make specific requests for information to support the inquest. The Director shall either
issue an individual permit or deny the request with a statement explaining the reason for the
denial. When an individual permit is issued to a discharger otherwise subject to the
construction stormwater general permit,the applicability of the construction stormwater
general permit to that Permittee is automatically terminated on the effective date of the
individual permit.
G24.APPEALS
A. The terms and conditions of this general permit,as they,apply to the appropriate class of
dischargers,are subject to appeal by any person within 30 days of issuance of this general
permit, in accordance with Chapter 43.21B RCW,and Chapter 173-226 WAC.
B. The terms and conditions of this general permit,as they apply to an individual discharger,
are appealable in accordance with Chapter 43.21B RCW within 30 days of the effective
date of coverage of that discharger. Consideration of an appeal of general permit "
coverage of an individual discharger is limited to the general permit's applicability or
nonapplicability to that individual discharger.
C. The appeal of general permit coverage of an individual discharger does not affect any
other dischargers covered under this general permit. If the terms and conditions of this.
general permit are found to be inapplicable to any individual discharger(s),the matter
shall be remanded to Ecology for consideration of issuan.-e of an individual permit or
permits.
G25.SEVERABILITY
The provisions of this permit are severable,and if any provision of this permit, or application
of any provision of this permit to any circumstance, is held invalid,the application of such
provision to other circumstances,and the remainder of this permit shall not be affected
thereby.
G26.BYPASS PROHIBITED
A. Bypass Procedures
Bypass,which is the intentional diversion of waste streams from any portion of a
treatment facility, is prohibited for stormwater events below the design criteria for
J
OW Page 37 of 46
stormwater management.Ecology may take enforcement action against a Permittee for
bypass unless one of the following circumstances (1,2, 3 or 4)is applicable.
1. Bypass of stormwater is consistent with the design criteria and part of an approved
management practice in the applicable stormwater management manual.
2. Bypass for essential maintenance without the potential to cause violation of permit
limits or conditions.
Bypass is authorized if it is for essential maintenance and does not have the potential
to cause violations of limitations or other conditions of this permit,or adversely
impact public health.
3. Bypass of stormwater is unavoidable,unanticipated,and results in noncompliance of
this permit.
This bypass is permitted only if-
a. Bypass is unavoidable to prevent loss of life,personal injury,or severe property
damage. "Severe property damage"means substantial physical damage to
property,damage to the treatment facilities which would cause them to become
inoperable,or substantial and permanent loss of natural resources which can
reasonably be expected to occur in the absence of a bypass;
b. There are no feasible alternatives to the bypass, such as the use of auxiliary
treatment facilities,retention of untreated wastes,maintenance during normal
periods of equipment downtime(but not if adequate backup equipment should
have been installed in the exercise of reasonable engineering judgment to prevent
a bypass which occurred during normal periods of equipment downtime or
preventative maintenance),or transport of untreated wastes to another treatment
facility;and
C. Ecology is properly notified of the bypass as required in Special Condition SS.F
of this permit.
4. A planned action that would cause bypass of stormwater and has the potential to
result in noncompliance of this permit during a storm event.
The Permittee shall notify Ecology at least thirty(30)days before the planned date of
bypass. The notice shall contain:
a. a description of the bypass and its cause;
„r b. an analysis of all known alternatives which would eliminate,reduce, or mitigate
the need for bypassing;
c. a cost-effectiveness analysis of alternatives including comparative resource
damage assessment;
d. the minimum and maximum duration of bypass under each alternative;
MW
e. a recommendation as to the preferred alternative for conducting the bypass;
Page 38 of 46
f. the projected date of bypass initiation;
g. a statement of compliance with SEPA;
h. a request for modification of water quality standards as provided for in WAC 173-
201A-110,if an exceedance of any water quality,standard is anticipated; and
i. steps taken or planned to reduce,eliminate, and prevent reoccurrence of the
bypass.
5. For probable construction bypasses,the need to bypass is to be identified as early in err%
the planning process as possible. The analysis required above shall be considered
during preparation of the Stormwater Pollution Prevention Plan(SWPPP)and shall
be included to the extent practical. In cases where the probable need to bypass is
determined early, continued analysis is necessary up to and including the construction
period in an effort to minimize or eliminate the bypass.
Ecology will consider the following prior to issuing an administrative order for this it
type bypass:
a. If the bypass is necessary to perform construction or maintenance-related „W
activities essential to meet the requirements of this permit.
b. If there are feasible alternatives to bypass, such as the use of auxiliary treatment
facilities,retention of untreated wastes,stopping production,maintenance during
normal periods of equipment down time,or transport of untreated wastes to
another treatment facility.
rrW
c. If the bypass is planned and scheduled to minimise adverse effects on the public
and the environment.
After consideration of the above and the adverse effects of the proposed bypass and A
any other relevant factors,Ecology will approve,conditionally approve,or deny the
request. The public shall be notified and given an opportunity to comment on bypass
incidents of significant duration,to the extent feasible.Approval of a request to
bypass will be by administrative order issued by Ecology under RCW 90.48.120.
B. Duty to Mitigate
The Permittee is required to take all reasonable steps to minimize or prevent any
discharge or sludge use or disposal in violation of this permit that has a reasonable
likelihood of adversely affecting human health or the environment.
Page 39 of 46
` APPENDIX A—DEFINITIONS
AKART is an acronym for"all known,available, and reasonable methods of prevention, control,
and treatment."AKART represents the most current methodology that can be reasonably
required for preventing,controlling,or abating the pollutants and controlling pollution associated
with a discharge.
Applicable TAML means a TMDL for turbidity,fine sediment,high pH,or phosphorus,which
has been completed and approved by EPA prior to November 16,2005,or prior to the date the
operator's complete permit application is received by Ecology,whichever is later.
Applicant means an operator seeking coverage under this permit.
aw
Best Management Practices(BMPs)means schedules of activities,prohibitions of practices,
maintenance procedures,and other physical,structural and/or managerial practices to prevent or
reduce the pollution of waters of the state. BMPs include treatment systems, operating
VW procedures,and practices to control: stormwater associated with construction activity,spillage
or leaks,sludge or waste disposal,or drainage from raw material storage.
Bu er means an area designated by a local jurisdiction that is contiguous to and intended to
protect a sensitive area
Bypass means the intentional diversion of waste streams from any portion of a treatment facility.
Calendar Week(same as Week means a period of seven consecutive days starting on Sunday.
Certified Erosion and Sediment Control Lead(CESCL)means a person who has current
certification through an approved erosion and sediment control training program that meets the
�. minimum training standards established by Ecology(see BMP C160 in the SWMM).
Clean Water Act(CWA)means the Federal Water Pollution Control Act enacted by Public Law
92-500,as amended by Public Laws 95-217,95-576, 96483,and 97-117; USC 1251 et seq.
Combined Sewer means a sewer which has been designed to serve as a sanitary sewer and a
storm sewer,and into which inflow is allowed by local ordinance.
Common plan ofdevelopment or sale means a site where multiple separate and distinct
construction activities may be taking place at different times on different schedules,but still
.� under a single plan.Examples include: 1)phased projects and projects with multiple filings or
lots,even if the separate phases or filings/lots will be constructed under separate contract or by
separate owners(e.g.,a development where lots are sold to separate builders);2)a development
plan that may be phased over multiple years,but is still under a consistent plan for long-term
development; and 3)projects in a contiguous area that may be unrelated but still under the same
contract, such as construction of a building extension and a new parking lot at the same facility.
M
Page 40 of 46
If the project is part of a common plan of development or sale,the disturbed area of the entire
plan shall be used in determining permit requirements.
Composite Sample A mixture of grab samples collected at the same sampling point at different
times,formed either by continuous sampling or by mixing discrete samples. May be"time-
composite"(collected at constant time intervals)or"flow-proportional' (collected either as a
constant sample volume at time intervals proportional to stream flow, or collected by increasing
the volume of each aliquot as the flow increases while maintaining a constant time interval
between the aliquots.
at
Construction Activity means land disturbing operations including clearing, grading or excavation
which disturbs the surface of the land. Such activities may include road construction,
construction of residential houses,office buildings,or industrial buildings,and demolition 'w
activity.
Demonstrably Equivalent means that the technical basis for the,election of all stormwater BMPs
is documented within a SWPPP,including:
1. The method and reasons for choosing the stormwater BMPs selected;
2. The pollutant removal performance expected from the;BMPs selected; ire
3. The technical basis supporting the performance claims for the BMPs selected,
including any available data concerning field performance of the BMPs selected;
4. An assessment of how the selected BMPs will comply with state water quality mt
standards;and
5. An assessment of how the selected BMPs will satisfy both applicable federal
technology-based treatment requirements and state requirements to use all known, at
available,and reasonable methods of prevention,cont-ol,and treatment(AKART).
Department means the Washington State Department of Ecology.
Detention means the temporary storage of stormwater-to improve,quality and/or to reduce the
mass flow rate of discharge.
De-watering means the act of pumping ground water or stormwater away from an active
construction site.
Director means the Director of the Washington Department of Ecology or his/her authorized
representative.
Discharger means an owner or operator of any facility or activity subject to regulation under
Chapter 90.48 RCW or the Federal Clean Water Act.
Domestic Wastewater means water carrying human wastes,including kitchen,bath,and laundry
wastes from residences,buildings,industrial establishments,or other places,together with such
ground water infiltration or surface waters as may be present. Mg
Page 41 of 46
�r
Engineered soils The use of soil amendments including,but not limited,to Portland cement
treated base(CTB), cement kiln dust(CKD), or fly ash to achieve certain desirable soil
characteristics.
Equivalent BM's means operational, source control,treatment, or innovative BMPs which result
in equal or better quality of stormwater discharge to surface water or to ground water than BMPs
selected from the SWMM.
Erosion means the wearing away of the land surface by running water, wind, ice,or other
geological agents, including such processes as gravitational creep.
Erosion and Sediment Control BM's means BMPs that are intended to prevent erosion and
sedimentation,such as preserving natural vegetation,seeding,mulching and matting,plastic
covering,filter fences,sediment traps,and ponds. Erosion and sediment control BMPs are
synonymous with stabilization and'structural BMPs.
rrr
Final Stabilization(same as full y stabilized or full stabilization)means the establishment of a
permanent vegetative cover,or equivalent permanent stabilization measures(such as riprap,
gabions or geotextiles)which prevents erosion.
Ground Water means water in a saturated zone or stratum beneath the land surface or a surface
water body.
Iniection well means a"well'that is used for the subsurface emplacement of fluids. (see Well)
Jurisdiction means a political unit such as a city,town or county; incorporated for local self-
government.
National Pollutant Discharge Elimination System (NPDES)means the national program for
issuing,modifying,revoking and reissuing,terminating,monitoring, and enforcing permits,and
�. imposing and enforcing pretreatment requirements,under sections 307,402,318,and 405 of the
Federal Clean Water Act,for the discharge of pollutants to surface waters of the state from point
sources. These permits are referred to as NPDES permits and, in Washington State,are
up administered by the Washington Department of Ecology.
Notice oflntent(NOI)means the application for, or a request for coverage under this general
permit pursuant to WAC 173-226-200.
Notice of Termination(NOT)means a request for termination of coverage under this general
permit as specified by Special Condition S 10 of this permit.
Operator means any party associated with a construction project'that meets either of the
following two criteria:
1.The party has operational control over construction plans and specifications,including the
ability to make modifications to those plans and specifications; or
MW
9W
Page 42 of 46
2. The party has day-to-day operational control of those activities at a project which are.
necessary to ensure compliance with a SWPPP for the site or other permit conditions(e.g.,they
are authorized to direct workers at a site to carry out activities required by the SWPPP or comply At
with other permit conditions).
Out all means the location where stormwater leaves the site. It also includes the location where rr
stormwater is discharged to a surface waterbody within a site,but does not include discharges to
on-site stormwater treatment/infiltration devices or storm sewer systems.
Permittee means individual or entity that receives notice of coverage under this general permit.
R means a liquid's acidity or alkalinity. A pH of 7 is defined its neutral. Large variations above
or below this value are considered harmful to most aquatic life. 40
aH Monitoring Period means the time period in which the pH of stormwater runoff from a site
shall be tested a minimum of once every seven days to determine if stormwater is above pH 8.5. at
Point Source means any discernible, confined,and discrete conveyance,including but not
limited to,any pipe, ditch, channel,tunnel,conduit,well, discrete fissure,and container from
which pollutants are or may be discharged to surface waters of the state. This term does not
include return flows from irrigated agriculture. (See Fact Sheet for further explanation.)
Pollutant means dredged spoil, solid waste,incinerator residue,filter backwash,sewage,
garbage,domestic sewage sludge(biosolids),munitions,chemical wastes,biological materials,
radioactive materials,heat,wrecked or discarded equipment,rock,sand, cellar dirt,and at
industrial,municipal,and agricultural waste.This term does not include sewage from vessels
within the meaning of section 312 of the CWA,nor does it include dredged or fill material
discharged in accordance with a permit issued under section 404 of the CWA.
vi
Pollution means contamination or other alteration of the physical, chemical,or biological
properties of waters of the state;including change in temperature,taste,color,turbidity;or odor lit
of the waters;or such discharge of any liquid,gaseous,solid,radioactive or other substance into
any waters of the state as will or is likely to create a nuisance or:render such waters harmful,
detrimental or injurious to the public health,safety or welfare; or to domestic,commercial,
industrial,agricultural,recreational,or other legitimate beneficial uses; or to livestock,wild 10
animals,birds, fish or other aquatic life.
Receiving Water means the waterbody at the point of discharge. If the discharge is to a storm at
sewer system, either surface or subsurface,the receiving water is the waterbody that the storm
sewer system discharges'to. Systems designed primarily for other purposes such as for ground
water drainage,redirecting stream natural flows,or for conveyance of irrigation water/return
flows that coincidentally convey stormwater are considered the receiving water.
Representative means a stormwater or wastewater sample which represents the flow and At
characteristics of the discharge. Representative samples may be a.grab sample, a time-
proportionate composite sample,or a flow proportionate sample. Ecology's Construction .
Stormwater Monitoring Manual provides guidance on representative sampling.
wr
�. Page 43 of 46
Sanitary Sewer means a sewer which is designed to convey domestic wastewater.
Sediment means the fragmented material that originates from the weathering and erosion of rocks
air or unconsolidated deposits,and is transported by, suspended in,or deposited by water.
Sedimentation means the depositing or formation of sediment.
Sensitive area means a waterbody,wetland, stream,aquifer recharge area, or channel migration
zone.
SEPA (State Environmental Policy Act)means the Washington State Law,RCW 43.21 C.020,
intended to prevent or eliminate damage to the environment.
Significant Amount means an amount of a pollutant in a discharge that is amenable to available
and reasonable methods of prevention or treatment;or an amount of a pollutant that has a
reasonable potential to cause a violation of surface or ground water quality or sediment
management standards.
Significant Concrete Work means greater than 1000 cubic yards poured concrete or recycled
concrete.
Significant Contributor ofPollutants means a facility determined by Ecology to be a contributor
of a significant amount(s)of a pollutant(s)to waters of the state of Washington.
Site means the land or water area where any"facility or activity"is physically located or
conducted.
Source Control BMPs means physical,structural or mechanical devices or facilities that are
intended to prevent pollutants from entering stormwater. A few examples of source control
As BNIPs are erosion control practices,maintenance of stormwater facilities,constructing roofs over
storage and working areas,and directing wash water and similar discharges to the sanitary sewer
or a dead end sump.
w,
Stabilization means the application of appropriate BMPs to prevent the erosion of soils, such as,
temporary and permanent seeding,vegetative covers,mulching and matting,plastic covering and
sodding. See also the definition of Erosion and Sediment Control BMPs.
Storm Drain means any drain which drains directly into a storm sewer system,usually found
along roadways or in parking lots.
Storm Sewer System means a means a conveyance, or system of conveyances (including roads
with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, manmade
channels, or storm drains designed or used for collecting or conveying stormwater. This does
not include systems which are part of a combined sewer or Publicly Owned Treatment Works
„�„ (POTW) as defined at 40 CFR 122.2.
Aw
Page 44 of 46
Stormwater means that portion of precipitation that does not naturally percolate into the ground
or evaporate,but flows via overland flow, interflow,pipes,and other features of a stormwater
drainage system into a defined surface water body,or a constructed infiltration facility. At
Stormwater Management Manual(SWMM)or Manual means the technical manual published by
Ecology for use by local governments that contain descriptions of and design criteria for BMPs
to prevent,control,or treat pollutants in stormwater.
Stormwater Pollution Prevention Plan (SWPPP) means a documented plan to implement M
measures to identify,prevent,and control the contamination of point source discharges of
stormwater.
Surface Waters of the State includes lakes,rivers,ponds, streams,inland waters, salt waters, and
all other surface waters and water courses within the jurisdiction of the state of Washington.
Total Maximum Daily Load(TIML)means a calculation of the maximum amount of a pollutant
that a waterbody can receive and still meet state water quality standards. Percentages of the total
maximum daily load are allocated to the various pollutant sources. A TMDL is the sum of the
allowable loads of a single pollutant from all contributing point and nonpoint sources. The
TMDL calculations shall include a"margin of safety"to ensure that the waterbody can be
protected in case there are unforeseen events or unknown sources of the pollutant. The
calculation shall also account for seasonable variation in water quality.
Treatment BMPs means BMPs that are intended to remove pollutants from stormwater. A few
examples of treatment BMPs are detention ponds, oil/water separators,biofiltration,and
constructed wetlands.
Transparency means a measurement of water clarity in centimeters(cm),using a 60 cm. „
transparency tube.The transparency tube is used to estimate the relative clarity or transparency
of water by noting the depth at which a black and white Secchi disc becomes visible when water
is released from a value in the bottom of the tube.A transparency tube is sometimes referred to
as a"turbidity tube".
Turbidi The clarity of water expressed as nephelometric turbidity units(NTU)and measured
with a calibrated turbidimeter.
Waste Load Allocation (WLA)means the portion of a receiving water's loading capacity that is '
allocated to one of its existing or future point sources of pollution. WLAs constitute a type of
water quality based effluent limitation(40 CFR 130.2(h)).
Water Quality means the chemical,physical,and biological characteristics of water,usually with
respect to its suitability for a particular purpose.
Waters of the State includes those waters as defined as "waters of the United States" in 40 CFR
Subpart 122.2 within the geographic boundaries of Washington State and"waters of the state" as
■r
1
Page 45 of 46
defined in Chapter 90.48 RCW which include lakes,rivers,ponds, streams, inland waters,
underground waters,salt waters,and all other surface waters and water courses within the
jurisdiction of the state of Washington.
_.. Well means a bored,drilled or driven shaft, or dug hole whose depth is greater than the
largest surface dimension. (see Injection Well)
;rr
w
.rn
,r+
W
.r
irr
err
Page 46 of 46
APPENDIX B—ACRONYMS
AKART All Known,Available, and Reasonable Methods of Prevention, Control, and
Treatment
BMP Best Management Practice
CESCL Certified Erosion and Sediment Control Lead
CFR Code of Federal Regulations
CKD Cement Kiln Dust
cm Centimeters
CTB Cement Treated Base
CWA Clean Water Act
DMR Discharge Monitoring Report
EPA Environmental Protection Agency
ESC Erosion and Sediment Control
NOI Notice of Intent
NOT Notice of Termination
NPDES National Pollutant Discharge Elimination System
NTU Nephelometric Turbidity Unit
RCW Revised Code of Washington
SEPA State Environmental Policy Act wf
SWMM Stormwater Management Manual
SWPPP Stormwater Pollution Prevention Plan
TMDL Total Maximum Daily Load
UIC Underground Injection Control
USC United States Code
USEPA United States Environmental Protection Agency
WAC Washington Administrative Code
WQ Water Quality
WWHM Western Washington Hydrology Model