Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: 8/2/2010 CAG 0. 086
Awardedto: Sierra Pacific Constr'uction, LLC.
P.O. Box 620
MapI e. Ma1ev, WA 9 038
$31207.50
Ctyf.of Renton: Bidding Requirements ty
Contract Forms, Conditions of the Contract, C OPY
Plans and Specifications
r
City of Renton
Madsen Creek Sediment Basin
Cleaning Project 2014
p't
t
Project No. SWP-27-3497
a
City of Renton
1455 South Grady Way
Renton WA 98057
Project Manager: Daniel 425-430-7293
� Y Care
I it
PUbJIC WOI-K-S OCIM17LI-1110-0
Printed on Recycled Paper
wr
Business Address: =w:, Contact Info:
aw P.O.Box 620 • ' Main: 206.730.8985
Maple Valley,WA 98038 Email: bsmith@spccllc.com
UBI#602 971303 I Lic.#SIERRPC910R3 Fax: 425.660.4040
.r.
NAMES LIST:
• Brian Smith Responsible Officer 206.730.8985
o PO Box 620 Maple Valley, WA 98038
• Jay Loudermilk Foreman 206.730.5207
o PO Box 620 Maple Valley, WA 98038
• Karen Padilla Insurance Agent 253.852.1680
"' o 724 West Smith St, Kent WA 98035
• Glenn Davidson Bonding Agent 253.852.1680
o 724 West Smith St, Kent WA 98035
.ir
State of PRESORTED
Washington FIRST-CLASS NIAII.
U.S.POSTA(;£PATI)
OLYI1111A INA
PERMIT#312
DEPARTMENT OF LABOR AND INDUSTRIES —I
PO BOX 44450
OLYMPIA WA 98504-4450
r ,
SIERRA PACIFIC CONST LLC
PO BOX 620
MAPLE VALLEY WA 98038
r
rrr -
' ��_����_��=�t. �, • _-;;; .-�.�,I�IiFTTFFII�#T�1,I1„T�!!,},TIF###��r�Tl�!##I��FliFl!
Ir _ _ -1 [ _
r-- Detach And Display Certificate
DEPARTMENT OF LABOR AND INDUSTRIES
REGISTERED ASYROVIDED BY LAW AS
CONST CONTR- GENERAL
REGIST :.EXP. ?? .,:,,
�I���.s�7��4 .+;i •l tl��/tL.W7sw.1 s
.. .. - xi�rtr:.���.. �'x�x vs�;^...H:.:...,.�e�n..'✓a,�', .�... _I_x,-:...�:...._.°..:...,..1.:
SIERRA PACIFIC CONST LLC
PO BOX 620
MAPLE VALLEY WA 98038
F625-052-000(8/97)
Detach And Display Certificate
Fyr
rrT
i
REGISTERED AS PROVIDED BY LAW AS
CONSTCONTIt .GENERAL:;;: Please Remove
REGIST:It EXP.DATE
And Sign
cCOr SIERRPC9I0R3 12/23/2011::. g
EFFECTIVE DATE'` ' 12/23/2009 Identification
::::.: ....:....
Card Before
Placing In
SIERRA PACIFIC CONST LLC` g
PO BOX 620''' Billfold
it MAPLE VALLEY WA 98038
Signature .
Issued by DEPARTMENT OF LABOR AND INDUSTRIES)
w
F625-052-000(M7)
FTtr f _ — – i —
Business License
,�•
Annual � City of ��Y Expiration Date
a10131/2011
" 1055 South Grady Way Renton, WA 98057 (425)430-6851
Business Location
23413 SE 225TH ST Issued Date: License#
MAPLE VALLEY, WA 98038 08/03/2010 BL.032995
Licensee has applied for a City of Renton business
license in accordance with Renton Municipal Code
SIERRA PACIFIC CONSTRUCTION LLC .(the Code), Title V Business, Chapter 5 Business
PO BOX 620 Licenses.- The Licensee agrees to comply with all
MAPLE VALLEY, WA 98038 requirements of the Code, as well as State laws and
regulations applicable to the business activity licensed.
rr Post this License at the place of business.
rr
rr
err
orr
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Madsen Creek Sediment Basin Cleaning Project - 2010
PROJECT NO. SWP-27-3497
July 2010
BIDDING REQUIREMENTS
CONTRACT FORMS
., CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
NAL ENd` --7/'7110
OWme loll 0/ 271,
a
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
® Printed on Recycled Paper
ICY
No
CITY OF RENTON
N.
Madsen Creek Sediment Basin Cleaning Project - 2010
SWP-27-3497
rr CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
to Summary of Americans with Disability Act Policy
Scope of Work
Location,Vicinity Figure
to Instructions to Bidders, Example Schedule of Prices
Call for Bids
1 -Bid Section
we *Proposal and Combined Affidavit&Certificate Form:
Non-Collusion,Anti-Trust Claims, Minimum Wage Form
*Bid Bond Form
ON *Schedule of Prices
*Acknowledgement of Addenda
**Subcontractors List (if required for project)
+rr
2—Contract Section
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal-Aid FHWA)
❖Retainage Selection
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Insurance Information and Requirements
Certificate of Payment of Prevailing Wages (City Form)
Statement of Intent to Pay Prevailing Wages,Affidavit of Prevailing Wages Paid
Prevailing Minimum Hourly Wage Rates (New job classifications)
Environmental Regulation Listing
City of RENTON SPECIAL PROVISIONS
WSDOT Amendments
Permits (HPA,Army Corps)
Traffic Control Information
rr Current Site Photos
Construction Plans (reduced 11x17)
err
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
** Submit with Bid or within 24 hours of bid
❖ Submit after Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington 98057
02-Contents.D00
rr
No
to CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
.r (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
`w not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements, governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
�.► representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance Officers
and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
wr 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.
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.
.r
CONCURRED IN by the City Council of the City of RENTON,Washington,this 7 thday of October, 1996.
+ + CITY OF RENTON: RENTON CITY COUNCIL:
IAayor Council President
Attest: \
+rr
City Cler
yr
irr
03-SUMMARY.DOC\
rr
�r
CITY OF RENTON
SLa&f RYOFAAd=CANS WITHD&Bffff ESACTPOLICY
ADOPTED BYRESOLM70NNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
a
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion,termination and training shall be conducted in a non-
discriminatory manner.: Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISAB1LTi:'IES ACT POLICY-The City`of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
r (4) CONTRACTOR' 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
�r.
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the.City Council of the City of Renton, Washington,
�++ this 4th, day of October 1993.
C RENTON RENTON CITY COUNCIL:
Mayor cil President
aw
Attest:
City Cleric
�r
■r
0 CITY OF RENTON
Madsen Creek Sediment Basin Cleaning Project - 2010
SWP-27-3497
SCOPE OF WORK
The work involved under the terms.of this contract document shall be full and complete installation of
4W the facilities, as shown on the plans and as described in the construction specifications, to include but not
be limited to:
err
0 constructing a flow bypass structure and diverting the creek into the existing bypass pipe,
• fish rescue and dewatering the sediment basin,
irr
• removing approximately 1,000 cy of sediment from the basin, hauling and disposing of the sediment
off-site,
• restoring flow to the sediment basin and removing the bypass structure,
rr • restoration including hydroseeding around the basin and cleanup.
The Contractor will need to comply with the requirements of the Washington State Hydraulic
Project Approval, and Army Corps of Engineers Nationwide Permit(to be issued).
rr
The estimated project cost is $40,000 to $45,000.
A total of 15 working days is allowed for completion of the project.
�r
For Bid Item Descriptions see Special Provisions Section 1-09.14
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.
or
err
.r
+�r
04-Scope.DOC\
wr
wr
•
LAKE
4w WASHINGTON LID
O
ENTON
ow
69
_405
co_ Project
V- Location
ow
Project Location
Madsen Creek Sediment Basin
"p 2009 Cleaning Project
0' 1 Mile
N
Scale: 1" = 1 Mile City of Renton Surface Water Utility
D. Carey 5/09
rr
rr
err
Is
Q
SR- X69 .r P
11�6 Q
cry a
N
o � koIJJ
a �
Q) a
14937 Maple Q o
Valley Hwy
Sediment
Basin
Project Vicinity
Madsen Creek Sediment Basin
2009 Cleaning Project
0' 500'
N '
Scale: 1" = 500 Feet City of Renton Surface Water Utility
D. Carey 5/09
�c INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At that time the bids will be publicly opened and read, after which the bids will be considered and the
+r
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.
+r
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.
err
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.
rr
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
r 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
r
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.
rr
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.
,wr
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.
,r.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
+�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.
11. Payment for this work will be made in Cash Warrants.
rr
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 under Attachment
wo A herein and as identified within Specification Section 1-07.18.
me Revised:04/06 bh
ow
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract,the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
`w 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
�. considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
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
w 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.
irr
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
aw 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
as performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
O
#rr Revised:04/06 bh
..r
r. 20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Special Provisions or
other sections of these contract documents. These standard specifications are hereby made a part of
this contract and shall control and guide all activities within this project whether referred to directly,
paragraph by paragraph, or not.
1. WSDOT "2006 Standard Specifications for Road, Bridge and Municipal Construction"
hereinafter referred to by the abbreviated title "Standard Specifications."
rrr
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT 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 standards shall be deleted and
the measurement and payment provisions of Section 1-09 of the City of Renton Special
Provisions, Measurement and Payment(added herein), and Section 1-09.14 shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
rr.
❑ 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?
Wr.
wr
wr Revised:04/06 bh
CAG-10-086
• CITY OF RENTON
CALL FOR BIDS
Madsen Creek Sediment Basin Cleaning Project-2010
SWP-27-3497
Sealed bids will be received until 2:30 p.m., Tuesday, July 27, 2010, at the City Clerk's office, 7ffi
floor, and will be opened and publicly read in conference room#511 on the 5`h floor,Renton City Hall,
1055 South Grady Way, Renton WA 98057, for the Maplewood Creek Sediment Basin Cleaning
Project- 2010.
The work to be performed within 15 working days from the date of commencement under this contract
shall include, but not be limited to: constructing a flow bypass structure and diverting the creek into
• the existing bypass pipe, fish rescue and dewatering the sediment basin, removing approximately
1,000 cy of sediment from the basin, hauling and disposing of the sediment off-site, restoring flow to
the sediment basin and removing the bypass structure, restoration including hydroseeding around the
basin and cleanup.
The Contractor will need to comply with the requirements of the Washington State Hydraulic Project
Approval, and Army Corps of Engineers Nationwide Permit.
rr
The estimated project cost is$40,000 to $45,000.
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 July 12, 2010. Plans, specifications,addenda, and the plan holders
list for this project are available on-line through Builders Exchange of Washington, Inc., at
http://www.bxwa.com. Click on"bxwa.com'; "Posted Projects","Public Works","City of Renton",
"Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the"Bidders List.")
Questions about the project shall be addressed to, Daniel Carey, City of Renton,Public Works, 1055
Grady Way, Fifth Floor,Renton,WA, 98057,phone(425)430-7293, fax(425)430-7241.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices,Non-Discrimination,and Americans with Disability Act Policies shall apply.
Bonnie I. Walton, City Clerk
.r. Published:
Daily Journal of Commerce July 12, 2010
Daily Journal of Commerce July 19, 2010
+�r
ar
1 - BID SECTION
Madsen Creek Sediment Basin Cleaning Project - 2010
SWP-27-3497
The following documents must be submitted for the bid at the time noted in the Call For Bids,
and must be executed by the Contractor, President and Vice President or Secretary if corporation
by-laws permit. All pages must be signed. In the event another person has been duly authorized
to execute contracts, a copy of the corporation minutes establishing this authority must be attached
3W to the bid document.
*Proposal and Combined Affidavit& Certificate Form:
Non-Collusion, Anti-Trust Claims, and Minimum Wage Affidavit
*Bid Bond Form
*Schedule of Prices
*Acknowledgement of Addenda
**Subcontractors List (if required for project)
* Submit with Bid
** Submit with Bid or within 24 hours of bid
22 Bidder's Checklist
rr ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
+ ❑ Has 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?
rr ❑ 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?
r
❑ Have you certified receipt of addenda, if any?
wr
r
07e BID SECTION.DOC\
Proposal— Page 1 of 2
CITY OF RENTON
Madsen Creek Sediment Basin Cleaning Project- 2010
SWP-27-3497
PROPOSAL
TO THE CITY OF RENTON
RENTON,WASHINGTON
wr
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and
thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to undertake
am 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:
U
(Note:Unit prices for all items,all extensions,and total amount of bid should be shown. T
Show unit prices both in writing and in figures.)
The undersigned certifies and agrees to the following provisions:
3
Q
E
U'',
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or
bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person
not therein named, and further,that the deponent has not directly induced or solicited any other Bidder on thej
a�
foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, (Dj
and that deponent has not in any manner sought by collusion to secure to himself or to any other person any
advantage over other Bidder or Bidders. El.
aI
a).
AND Q
CERTIFICATION RE: ASSIGN,14ENT OF
ANTI-TRUST CLAIMS TO PURCHASER '!
o'
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust 0'
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and
all claims for such over-charges as to goods and materials purchased in connection with this order or contract,
except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation,
or other event establishing the price under this order or contract. In addition,vendor warrants and represents ci
that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the Q
aforementioned exception.
�r
0
AND
M
MINIMUM WAGE AFFIDAVIT FORM X
W
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performancea
of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the o
5
o CO
� o
v0
>
o
an
r
Proposal— Page 2 of 2
performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of
wages as specified in the principal contract: that I have read the above and foregoing statement and certificate,
know the contents thereof and the substance as set forth therein is true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MIrIIMiJM WAGE AFFIDAVIT
err
wr Name of Bidder's Firm
Printed Name
Signature
Address: /�j /fou 670�y��r !/.//<,. �✓�O
a�
Names of Members of Partnership:
cu
3
Q
E'
rrr OR 0'.
c�.
�IName of President of Corporation
Name of Secretary of Corporation N
I
+e Corporation Organized under the laws of
0
With Main Office in State of Washington at Q
c
c
Subscribed and sworn to before on this day of ,20_.
o.
� U
rn
Notary Public in and for the State of Washington �I
`o,
LLI
Notary(Print) E
My appointment expires: �I
0
m
rn
c.
L'
ifs X.....
W'
N.
1W ml,
d
N
N >'
o
D_ �
r Bond No. 70967414
�r
BID BOND FORM
Herewith find deposit int -form of a certified check, cashier's check, cash, or bid bond in the
amount of$ r / which amount is not less than five percent of the total bid.
Signature
Know All Men by These Presents:
That we, Sierra Pacific Construction, LLC as Principal, and
.r Western Surety Company as Surety, are held and firmly bound unto the City of Renton,
as Obligee, in the penal sum of five percent of the total amount bid --05%-- Dollars,
for the payment of which the Principal and the Surety bind themselves, their heirs, executors,
ON administrators, successors and assigns,jointly and severally,by these presents..
The condition of this obligation is such that if the Obligee shall make any award to the Principal for_
Madsen Creek Sediment Basin Cleaning Project-2010 according to the terms of the proposal or
bid made by the Principal therefor,and the Principal shall duly make and enter into a contract with the
Obligee in accordance with the terms of saidproposal or bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal
shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit
specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and
remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty
�r and liquidated damages,the amount of this bond.
SIGNED, SEALED AND DATED THIS 27th DAY OF July ,2010
Principal Sierra Paff1c Construction, LL
+ ► Surety Western Surety Company
Jennifer D. Lutz,Attorney-in-Fact
Received return of deposit in the sum of$ _
+irrr _
09-BIDBOND.D00
ge 16 Bid Bond Form
Wvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation
having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby
nw make,constitute and appoint
Glenn F Davidson, James H Frost, Lorna F Williams, Ann Bosik, Jennifer D Lutz,
Individually
of Kent,WA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
nw
-In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
rr
Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by
the shareholders of the corporation.
In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 6th day of February,2009.
?.�IlEryc WESTERN SURETY COMPANY
M�`Iao,4 js�
�PalBruflat,Senior Vice President
State of South Dakota 1
J? ss
County of Minnehaha
On this 6th day of February,2009,before me personally came Paul T.Bruflat,to me known,who,being by me duly swom,did depose and say: that
he resides in the City of Sioux Falls,State of South Dakota;that he is the Senior Vice President of WESTERN SURETY COMPANY described in and
which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority;and
acknowledges same to be the act and deed of said corporation.
rrr
My commission expires
r D. KRELL f
November 30,2012 fEAL NOTARY PUBLIC stEAL
r SOUTH DAKOTA s
�tititititi\titi♦tititi4titi4ti•4titititi+ AJ-4 k44jj
D.Krell,No y Public
CERTIFICATE
irr
1, L.Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 27th day of JU 1y 2010.
rs
Sy�gtET}c WESTERN SURETY COMPANY
W,40 r�D
2
tl ; Sf ANO
L.Nelson,Assistant Secretary
Fonn F4280-09-06
r
a
Authorizing By-Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
N6
rri
No
rr
rr
r
rir
w
rir
rrri
+rr
CITY OF RENTON
Madsen Creek Sediment Basin Cleaning Project-2010
SWP-27-3497
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO. DATE: Cu
U
U)
NO. DATE: w
.7
NO.
I�r �
3
NO. DATE: Q
E
N DATE:
U''
1.
a�
a�
E
a�
SIGNED: QI
r.► N;
y
TITLE: IE5I
/ o
NAME OF COMPANY:
c
ADDRESS: 190Rox 620 �'
of
a LL;
CITY/STATE/
b
0 -
TELEPHONE:
—TELEPHONE: ?W '7.?0 "Pr
.Ir ) o
fr au
o rn
C:
cul
LI
+rr E Xi
m W;
0 —
M—m
Q O
00 ,
a)
'a a
>:
0- IL
rr.
CITY OF RENTON
SCHEDULE OF PRICES
Madsen Creek Sediment Basin Cleaning Project- 2010
(Sales Tax Rule 171 Applies To This Project)
SEE SPECIAL PROVISIONS SECTION 1-09.14 FOR BID ITEMS.
`Note: Show UNIT PRICE and TOTAL AMOUNT in figures only.
ITEM ITEM WITH UNIT PRICED BID APPROX. I UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
1 Mobilization 1 _2�f00 °O/ 2�Sp0 00/
LS Per LS
++ 2 Traffic Control 1 _ _00 °_% Soo oo/
LS Per LS
3 Construct Bypass Dam, Divert Creek, 1 3 S00_'O/_
Rescue Fish, Drain Basin LS Per LS 3'x00 o0/
4 Remove, Haul, and Dispose of Sediment 1 _ _ ��S� aa/ Cu
err LS P_er_LS 0
5 Refill Basin, Remove Bypass Dam,
Restore Bank LS Per LS 7�7S0
6 Hydroseed 3,000 _ _ _'_Zs_ _ -750
SFPer SF Q'
E
i.. 7 Minor Changes 1 $1,000.00 $1,000.00 0
LS Per LS
2815,00-00 t4.4
Subtotal
2 1-SO
9.5%Sales Tax AWG U
3 f,207•s0
TOTAL --� E
a�.
cn,
c
o.
�I
c
0
U'
�r (D
rn
caar
`a
u-
U
C
>Q
w
O
N
� c
U
X
W
O N
N
-0 .
� L �
U m
U) O
Schedule of Prices Page 1 of 1 a
>
w o
C_ n
Rli
2 — CONTRACT SECTION
Madsen Creek Sediment Basin Cleaning Project - 2010
SWP-27-3497
r
The contract documents in this section must be executed and submitted by the successful Bidder
within ten(10)days following the Notice of Award.
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
•3Contract Agreement(Contracts other than Federal -Aid FHWA)
City of of Renton Insurance Information Form
-.*-City of Renton Standard Endorsement Form
❖ Submit after Notice of Award
i
w
12c-CONTRACT SECTION.DOC\
*D*� (
CITY OF RENTON
FAIR PRACTICES POLICY
ka
AFFIDAVIT OF COMPLIANCE
hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
1. It is the policy of to offer equal
(Name of contractor/subcontractor/consultant)
opportunity to all qualified employees and applicants for employment without regard to
the race, creed,color, sex,national origin, age, disability or veteran status.
H. )i r.r• A.e.`f complies with all applicable
(Name of contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
III. When applicable, will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
Print Agent/Representative's Name
�.r wn 9e i
Print Agent/Representative's Title
Agent/Representati e's Signature
Date Signed
s'
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010 Cleaning\1 6012010
FINAL SPEC-Madsen\14-FAIR PRACTICE.DOC\
irr
LIMITED LIABILITY COMPANY OPERATING AGREEMENT
FOR
ae
This Company Agreement of this LIMITED LIABILITY COMPANY organized pursuant to applicable state
law,is entered into and shall become effective as of the Effective Date by and among the Company and
the persons executing this Agreement as Members. It is the Members express intention to create a
limited liability company in accordance with the Act,as currently written or subsequently amended or
redrafted. Therefore,all provisions of this document shall be construed consistent with the afore
■r described intent of the Members. Accordingly, in consideration of the conditions contained herein,
he/she/they agree as follows:
ARTICLE I
Company Formation
1.1 FORMATION.The Members hereby form a Limited Liability Company("Company")
subject to the provisions of state law as currently ineffect as of this date.Articles of
Organization shall be filed with the Secretary of State.
1.2 REGISTERED OFFICE AND AGENT.The location and name of the registered agent shall
be as stated in the Articles of Organization.
1.3 TERM.The Company shall continue for a perpetual period.
r.
(a) Members whose capital interest as defined in Article 2.2 exceeds 50 percent vote for
dissolution; or
(b)Any event which makes it unlawful for the business of the Company to be carried on
by the Members; or
(c)The death, resignation, expulsion, bankruptcy, retirement of a Member or the
occurrence of any other event that terminates the continued membership of a Member
of the Company; or
(d)Any other event causing dissolution of this Limited Liability Company under
applicable state laws.
■r
Operating Agreement-1
rr
1.4 CONTINUANCE OF COMPANY. Notwithstanding the provisions of ARTICLE 1.3, in the
event of an occurrence described in ARTICLE 1.3(c), if there are at least two remaining
Members,said remaining Members shall have the right to continue the business of the
Company.Such right can be exercised only by the unanimous vote of the remaining
Members within ninety(90) days after the occurrence of an event described in ARTICLE
1.3(c). If not so exercised, the right of the Members to continue the business of the
Company shall expire.
1.5 BUSINESS PURPOSE.The Company shall conduct any and all lawful business deemed
appropriate to execute the company's objectives.
1.6 PRINCIPAL PLACE OF BUSINESS.The location of the principal place of business of the
Company shall be as stated in the Articles of Organization or at a location as the
Members select.
1.7 THE MEMBERS.The name and place of residence of each member are listed below at
Certification of Members. Members are the owners of this company.
1.8 ADMISSION OF ADDITIONAL MEMBERS. Except as otherwise expressly provided in the
Agreement, no additional members may be admitted to the Company through issuance
by the company of a new interest in the Company without the prior unanimous written
consent of the Members.
ARTICLE II
Capital Contributions
2.1 INITIAL CONTRIBUTIONS.The Members initially shall contribute to the Company capital
and the company shall keep record of the amount each contributed.
2.2 ADDITIONAL CONTRIBUTIONS. Except as provided in ARTICLE 6.2, no Member shall be
obligated to make any additional contribution to the Company's capital.
,r
ARTICLE III
Profits, Losses and Distributions
3.1 PROFITS/LOSSES. For financial accounting and tax purposes the Company's net profits
„r or net losses shall be determined on an annual basis and shall be allocated to the
Members in proportion to each Member's relative capital interest in the Company,and
as amended from time to time in accordance with Treasury Regulation 1.704-1.
wr
3.2 DISTRIBUTIONS.The Members shall determine and distribute available funds annually
or at more frequent intervals as they see fit.Available funds,as referred to herein,shall
mean the net cash of the Company available after appropriate provision for expenses
Operating Agreement-2
+w
and liabilities,as determined by the Managers. Distributions in liquidation of the
Company or in liquidation of a Member's interest shall be made in accordance with the
positive capital account balances pursuant to Treasury Regulation 1.704-1(b)(2)(ii)(b)(2).
To the extent a Member shall have a negative capital account balance,there shall be a
qualified income offset,as set forth in Treasury Regulation 1.704-1(b)(2)(ii)(d).
ARTICLE IV
Management
4.1 MANAGEMENT OF THE BUSINESS. Members holding a majority of the capital interests
in the Company may elect Managers as the Members determine. Managers listed in
the Articles of Organization, if any, will serve as the Managers of this company.
r
4.2 MEMBERS. Members shall take part in the operation of the Company's affairs.
4.3 POWERS OF MANAGERS.The Managers, as authorized by Members,will make decisions
as to (a)the sale, development lease or other disposition of the Company's assets; (b)
the purchase or other acquisition of other assets of all kinds; (c)the management of all
or any part of the Company's assets;(d)the borrowing of money and the granting of
security interests in the Company's assets; (e)the pre-payment, refinancing or
extension of any loan affecting the Company's assets; (f)the compromise or release of
any of the Company's claims or debts; and, (g)the employment of persons,firms or
corporations for the operation and management of the company's business. In the
exercise of their management powers,the Managers are authorized to execute and
deliver(a)all contracts,conveyances, assignments leases,sub-leases,franchise
agreements, licensing agreements, management contracts and maintenance contracts
covering or affecting the Company's assets; (b)all checks, drafts and other orders for
the payment of the Company's funds; (c)all promissory notes, loans, security
�. agreements and other similar documents;and, (d)all other instruments of any other
kind relating to the Company's affairs,whether like or unlike the foregoing.
v
4.4 NOMINEE.Title to the Company's assets shall be held in the Company's name or in the
name of any nominee that the Managers may designate.The Managers shall have
power to enter into a nominee agreement with any such person, and such agreement
may contain provisions indemnifying the nominee, except for his willful misconduct.
4.5 COMPANY INFORMATION. Upon request,the Managers shall supply to any member
information regarding the Company or its activities. Each Member or his authorized
representative shall have access to and may inspect and copy all books, records and
materials in the Manager's possession regarding the Company or its activities.The
exercise of the rights contained in this ARTICLE 4.6 shall be at the requesting Member's
expense.
Operating Agreement-3
wr
4.5 EXCULPATION.Any act or omission of the Managers,the effect of which may cam Qr
result in loss or damage to the Company or the Members If done in good faith to
promote the best interests of the Company,shall not subject the Managers to any
liability to the Members.
4.7 INDEMNIFICATION.The Company shall indemnify any person who was or is a party
defendant or is threatened to be made a party defendant, pending or completed action,
suit or proceeding, whether civil,criminal,administrative,or investigative(other than an
action by or in the right of the Company) by reason of the fact that he is or was a
Member of the Company, Manager, employee or agent of the Company,or is or was
serving at the request of the Company,for instant expenses(including attorney's fees),
judgments,fines, and amounts paid in settlement actually and reasonably incurred in
connection with such action,suit or proceeding if the Members determine that he acted
in good faith and in a manner he reasonably believed to be in or not opposed to the
best interest of the Company, and with respect to any criminal action proceeding, has
no reasonable cause to believe his/her conduct was unlawful. The termination of any
action,suit,or proceeding by judgment,order,settlement,conviction,or upon a plea of
"no to Contendere" or its equivalent, shall not in itself create a presumption that the
person did or did not act in good faith and in a manner which he reasonably believed to
be in the best interest of the Company,and,with respect to any criminal action or
proceeding, had reasonable cause to believe that his/her conduct was lawful.
4.8 RECORDS.The Managers shall cause the Company to keep at its principal place of
business or at another location agreeable by the Members,the following:
(a) a current list in alphabetical order of the full name and the last known street address
of each Member;
(b)a copy of the Certificate of Formation and the Company Operating Agreement and all
amendments;
+tr
(c) copies of the Company's federal,state and local income tax returns and reports, if
any,for the three most recent years;
(d)copies of any financial statements of the limited liability company for the three most
recent years.
irr
ARTICLE V
Compensation
5.1 MANAGEMENT FEE.Any Manager rendering services to the Company shall be entitled
to compensation commensurate with the value of such services.
.rr
Operating Agreement-4
wr
5.2 REIMBURSEMENT.The Company shall reimburse the Managers or Members for all
direct out-of-pocket expenses incurred by them in managing the Company.
ARTICLE VI
Bookkeeping
6.1 BOOKS.The Managers shall maintain complete and accurate books of account of the
Company's affairs at the Company's principal place of business or at another location
agreeable by the Members.Such books shall be kept on such method of accounting as
the Managers shall select.The company's accounting period shall be the calendar year.
6.2 MEMBER'S ACCOUNTS.The Managers shall maintain separate capital and distribution
accounts for each member. Each member's capital account shall be determined and
maintained in the manner set forth in Treasury Regulation 1.704-1(b)(2)(iv)and shall
consist of his initial capital contribution increased by:
(a) any additional capital contribution made by him/her;
irr
(b)credit balances transferred from his distribution account to his capital account;
and decreased by:
(a) distributions to him/her in reduction of Company capital;
do (b)the Member's share of Company losses if charged to his/her capital account.
6.3 REPORTS.The Managers shall close the books of account after the close of each
calendar year, and shall prepare and send to each member a statement of such
Member's distributive share of income and expense for income tax reporting purposes.
ARTICLE VII
Transfers
7.1 ASSIGNMENT. If at any time a Member proposes to sell,assign or otherwise dispose of
.rr
all or any part of his interest in the Company,such Member shall first make a written
offer to sell such interest to the other Members at a price determined by mutual
agreement. If such other Members decline or fail to elect such interest within thirty(30)
days,and if the sale or assignment is made and the Members fail to approve this sale or
assignment unanimously then, pursuant to the state law,the purchaser or assignee shall
have no right to participate in the management of the business and affairs of the
Company.The purchaser or assignee shall only be entitled to receive the share of the
profits or other compensation by way of income and the return of contributions to
which that Member would otherwise be entitled.
Operating Agreement-5
it
CERTIFICATION OF MEMBERS
The undersigned hereby agree, acknowledge and certify to adopt this Operating Agreement.
Signed this Z_day of &e 20 o9
Si natur
g Printed Name
Member rte(
1-3 � J/ ' Address
M&(& AJ It��ess
Signature Printed Name
Member
79W SF ?p1'-4 SA Address
Alt.0 ,I-lleg ,44 MOO Address
�✓ Signature Printed Name
Member
Address
Address
AIA Signature Printed Name
Member
Address
■r Address
WA Signature Printed Name
Member
Address
Address
Operating Agreement-6
r
BOND TO THE CITY OF RENTON Bond No. 70974040
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned Sierra Pacific Construction, LLC
as principal, and Western Surety Company corporation organized and existing
under the laws of the State of South Dakota as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of $31,207.50 for the payment of which sum on demand we bind ourselves and our
successors,heirs,administrators or person representatives,as the case may be.
o.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
of the City of Renton.
Dated at , Washington,this day of ,2010.
Nevertheless,the conditions of the above obligation are such that:
z.
WHEREAS,under and pursuant to Public Works Construction Contract CAG-10-086
providing for construction of Madsen Creek Sediment Basin Cleaning Project - 2010
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
3 the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
principal,or any subcontractor in the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or developing in the material or workmanship provided or
performed under the contract within a period of one year after its acceptance thereof by the City of
Renton,then and in that event this obligation shall be void;but otherwise it shall be and remain in full
force and effect.
Sierra Pacific Construction, LLC Western Surety Company
Principal Surety
Signature Signature
Brian Smith, Managing Member Glenn F. Davidson, Attorney In=�Aiot'ry
Title Title
* Western SuretyCompany
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Nlen By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make,constitute and appoint
Glenn F Davidson, James H Frost, Lorna F Williams, Ann Bosik, Carmen Meyers, Gay
Stricker, Individually
of Kent, WA, its true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed.
rtirt
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by
the shareholders of the corporation.
In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 21 st day of February,2002.
".0)E
WESTERN SURETY COMPANY
? C
�W'-gob-`Ot
W 4°
��►p D�d`p
rrr Paul VrBruflat,Senior Vice President
State of South Dakota 1
)j ss
County of Minnehaha
On this 21st day of February,2002,before me personally came Stephen T.Pate,to me known,who,being by me duly sworn,did depose and say. that
he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and
inr
which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
+Ari
My commission expires ±�`"• '•'"`"�'�`���'��+'"+``+•
J.MOHR
October 22,2005NOTARY PUBLIC
LeAL SOUTH DAKOTA S � f7
j My Commission Expires 10.222005 J
♦x.w.w.�s.ra..tis.tisr.��•.s.s...ti♦
J. Mohr,Notary Public
CERTIFICATE
1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 12th day of August 2010
"-ET`�pp WESTERN SURETY COMPANY
Fs.�OPPOq�!'ye
�rh D4 (:)y
L.Nelson, Assistant Secretary
Form F4280-01-02
tr1
Authorizing By-Law IIII
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
err
old
Ills
r
- rrr
reit
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this R —day of �U�, by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and
hereinafter referred to as "CONTRACTOR."
ia
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 15 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 fizrnish all of the labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete the
construction and installation work in a workmanlike manner, in connection with the City's
Project (identified as No. SWP-27-3497 for improvement by construction and
installation of: Madsen Creek Sediment Basin Cleaning Project-2010
Work as described in"Scope of Work"dated July 2010 , attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed
in strict conformity with the plans and specifications, including any and all addenda issued
by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans,
specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
;h. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
Yrr
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
1
CI-2009
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
ia 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
62 Contract, the City may then serve written notice upon him and his surety of its intention to
terminate the Contract, and unless within ten(10)days after the serving of such notice, such
violation or non-compliance of any provision of the Contract shall cease and satisfactory
arrangement for the correction thereof be made, this Contract, shall, upon the expiration of
said ten (10) day period, cease and terminate in every respect. In the event of any such
termination, the City shall immediately serve written notice thereof upon the surety and the
Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) dgys after the serving upon it of
such notice of termination does not perform the Contract or does not commence
performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
advisable,for the account and at the expense of the Contractor, and his surety shall be liable
to the City for any excess cost or other damages occasioned the City thereby. In such event,
the City, if it so elects, may, without liability for so doing, take possession of and utilize in
completing said Contract such materials, machinery, appliances, equipment, plants and
other properties belonging to the Contractor as may be on site of the project and useful
i ► therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents,
representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
Contract to be performed hereunder, including loss of life,personal injury and/or damage to
property arising from or out of any occurrence, omission or activity upon, on or about the
premises worked upon or in any way relating to this Contract. This hold harmless and
indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the performance
of the Contract, including its use by the City, unless otherwise specifically provided for in
this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory
primary basis. In the event the City shall, without fault on its part, be made a party to any
litigation commenced by or against Contractor, then Contractor shall proceed and hold the
City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay
all costs,expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City,
2 C 1-2009
its agents, officers and employees, and involves those actions covered by RCW 4.24.115,
this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractor's negligence
ba or the negligence of the Contractor's agents or employees.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115,then,in.the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely
3' for the purposes of this indemnification. This waiver has been mutually negotiated by the
parties. The provisions of this section shall survive the expiration or termination of this
agreement.
6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative
of such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than 15 working days from the date of commencement. For each and every
working day of delay after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be the sum of per Section
1-08.9 of Standard Specifications as liquidated damages(and not as a penalty)for each such
day,which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct
and remedy any such defect,fault or breach at the sole cost and expense of Contractor.
Defective or Unauthorized Work. The City reserves its right to withhold payment from
Contractor for any defective or unauthorized work. Defective or unauthorized work
includes,without limitation: work and materials that do not conform to the requirements of
this Agreement; and extra work and materials furnished without the City's written approval.
If Contractor is unable, for any reason, to satisfactorily complete any portion of the work,
the City may complete the work by contract or otherwise, and Contractor shall be liable to
the City for any additional costs incurred by the City. "Additional costs" shall mean all
reasonable costs, including legal costs and attorney fees, incurred by the City beyond the
ir maximum Contract price specified above. The City further reserves its right to deduct the
cost to complete the Contract work, including any Additional Costs, from any and all
amounts due or to become due the Contractor.
3 C 1-2009
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL
PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A
WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND
PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE
TIME FINAL PAYMENT IS MADE AND ACCEPTED.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance
of the Contract, including the payment of all persons and firms performing labor on the
6 construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The
Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
12) The total amount of this contract is the sum of $31,207.50
numbers
Thirty one thousand,two hundred and seven dollars and 50 cents
written words
including Washington State Sales Tax. Payments will be made to Contractor as specified in
the "Special Provisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-
Employer Relationship will be created by this Agreement and that the Contractor has the
ability to control and direct the performance and details of its work, the City being
interested only in the results obtained under this Agreement.
14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN
120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE
OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE
FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE
STATUTORY LIMITATIONS PERIOD.
15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of
the covenants and agreements contained in this Agreement, or to exercise any option
4 C 1-2009
�r
conferred by this Agreement in one or more instances shall not be construed to be a waiver
or relinquishment of those covenants, agreements or options, and the same shall be and
remain in full force and effect.
16) Written Notice. All communications regarding this Agreement shall be sent to the parties at
the addresses listed on the signature page of the Agreement, unless notified to the contrary.
Any written notice hereunder shall become effective three(3)business days after the date of
mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the
addressee at the address stated in this Agreement or such other address as may be hereafter
specified in writing.
17) Assignment. Any assignment of this Agreement by either party without the written consent
of the non-assigning party shall be void. If the non-assigning party gives its consent to any
assignment, the terms of this Agreement shall continue in full force and effect and no
further assignment shall be made without additional written consent.
18) Modification. No waiver, alteration, or modification of any of the provisions of this
Agreement shall be binding unless in writing and signed by a duly authorized representative
7
of the city and Contractor.
19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and
municipal laws, rules, and regulations that are now effective or in the future become
applicable to Contractor's business, equipment, and personnel engaged in operations
covered by this Agreement or accruing out of the performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of
which shall constitute an original, and all of which will together constitute this one
Agreement.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
first above-written.
W
6 CONTRACTOR CITY OF
President/Partner/O er Mayor Denis Law
ATTEST
ecretaryJa on A. Set Deputy City Clerk
dba
Firm Name
check one
❑ Individual Partnership ❑ Corporation Incorporated in
ift
err
5 CI-2009
L
R
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.
rr
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
(doing business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear
followed by d/b/a and name of the company.
r
im
6 CI-2009
rr
CITY OF RENTON
Madsen Creek Sediment Basin Cleaning Project 2010
SWP-27-3497
RETAINAGE SELECTION
Per Standard Specifications Section 1-09.9(1)Retainage, and RCW 60.28, a sum of 5-percent of the
monies earned by the Contractor will be retained from progress estimates. The retainage will be used
as a trust fund for the protection and payment of(1)the State with respect to taxes, and(2)the claims
of any person arising under the Contract.
The Contractor shall select one of the options below for the retainage fund(check one):
_Z1 Retained in a fund held by the City(non-interest bearing), or
2.Deposited by the City in an escrow account(interest bearing)in a bank,mutual savings bank, or
savings and loan association. Deposits will be in the name of the City and are not allowed to be
withdrawn without the City's written authorization.
_3. The City,at it's option, may accept a bond from the Contractor in lieu of retainage.
If the Contractor selects option 2 or 3 it is fully responsible for selecting the bank or association to be
used,and for making all arrangements and paying all costs associated with that option.
All arrangements and forms needed for option 2 or 3 shall be submitted to the City for review and
approval.
to
Release of the Retainage will be made 60 days following the Completion Date provided the conditions
in Special Provisions Section 1-09.9(1), and applicable State Regulations,are met.
SIGNED:
PRINT NAME:
irr -
COMPANY: '�;cj•• I"'.
DATE:
City of Renton
Human Resources & Risk Management Department
Insurance Information Form
FOR: Madsen Creek Sediment Basin Cleaning Project-2010
PROJECT NUMBER: SWP-27-3497 STAFF CONTACT:Daniel Carey
Certificate of Insurance indicates the coverages/limits specified in ❑x Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? NYes ❑ No
The Commercial General Liability policy form is an ISO 1993 ❑x Yes ❑ No
Occurrence Form or Equivalent?
(If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑x Yes ❑ No
iYr General Aggregate provided on a"per project basis(CG2503)?* ❑X Yes ❑ No
Additional Insured wording provided?* 0 Yes ❑ No
Coverage on a primary basis and non-contributing basis?* ❑x Yes ❑ No
Waiver of Subrogation Clause applies?* Q Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? ❑X Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* ❑X Yes ❑ No
*To be shown on certificate of insurance*
err
AM BEST'S RATING FOR CARRIER
GL AXV Auto AXV Umb AXV Professional not provided
r This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
Bell-Anderson Agency, Inc. Glenn F. Dav' son
Agency/Broker Co mpl ed By(T or Print Name)
f.
P 0 Box 887, Kent, WA 98035
Address, Completed B ignature)
�r
Glenn F. Davidson 253-458-2252
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
6
L
r,
r,
ENDORSEMENT 1
BR054342003
In consideration of the premium charged,it is hereby agreed and understood that Policy Number issued by
Ohio Ca s u a 1 t_y Insurance Company, is amended to include the following terms and conditions as respects Contract
Numbe _CAIG issued by the(OWNER).
k
1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
subconsultants, and volunteers are included as additionally insured with regard to damages and defense of
claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and
completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED
INSURED.
2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or
on behalf of the OWNER; or(b)products sold by the NAMED INSURED to the OWNER; or(c)premises
leased by the NAMED INSURED from the OWNER,the insurance afforded by this policy shall be primary
insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials,
employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED
INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the
OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or
volunteers shall be in excess of this insurance and shall not contribute with it.
flr
3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same
manner as through a separate policy had been issued to each, except that nothing herein shall operate to
increase the company's liability beyond the amount or amounts for which the company would have been
liable had only one insured been named.
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by.
certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a)
the OWNER and(b)the CONTRACTOR.
5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed
with the OWNER
6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the
above named contract for the above named OWNER.
August 12th, 2010 Glenn F. Davidson
Date Autho ' ed Represen ve
Signature
k:
L
C
L
17a City Insurance Forms-Packet.doc\
Client#: 61663 SIERPAC1
ACORD� CERTIFICATE OF LIABILITY INSURANCE 0DATE(MM/DDNYYY)
8/12/2010
7 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Bell-Anderson Ins.-Kent C/L ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. Box 887 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
724 West Smith St.
Kent,WA 98035-0887 INSURERS AFFORDING COVERAGE NAIC#
INSURED Sierra Pacific Construction, LLC INSURER A: The Ohio Casualty Insurance Co.
INSURER B:
PO BOX 620 INSURER C:
7 Maple Valley,WA 98038 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IN TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR NSR DATE MM/DD DATE MM DD
A GENERAL LIABILITY BRO54342003 12/22/2009 12/22/2010 EACH OCCURRENCE $2.000.000
XhCP0D
MMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPREMISES(E. $100.000
CLAIMS MADE �OCCUR MED EXP(Any one person) $10,000
X Ded:1,000 PERSONAL&ADV INJURY $1,000,000
GENERAL AGGREGATE s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000
POLICY X PROECT LOC
J
A AUTOMOBILE LIABILITY BA054342003 04/23/2010 12/22/2010 COMBINED SINGLE LIMIT
ANY AUTO (Ea accident) $1,000,000
1,000,000
ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
A EXCESS/UMBRELLA LIABILITY US054342003 08/10/2010 12/22/2010 EACH OCCURRENCE $1,000,000
X OCCUR FICLAIMS MADE AGGREGATE $1.000,000
FX
DEDUCTIBLE $
RETENTION $10,000 $
WORKERS COMPENSATION AND CT054342003 04/23/2010 12/22/2010 WC STATU- Oa-
EMPLOYERS'LIABILITY
A ANY PROPRIETOR/PARTNER/EXECUTIVE PUhLt WA STOP GAP E.L.EACH ACCIDENT $1,000,000
(6FICER/MEMBER EXCLUDED? N
( andatory in H) N
E.L.DISEASE-EA EMPLOYEE $1,000,000
T_ If yes,describe under
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
OTHER
TDESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
The City of Renton is additional insured for general liability, but only if required by written contract or
written agreement per General Liability Master Pak Blanket Additional Insured provision CG8415 1203.Waiver
of Transfer of Rights of Recovery Against Others per General Liability Master Pak CG8415 1203.General
Liability coverage provided to the Certificate Holder will be Primary and Non-Contributory per General
Liability Master Pak CG8415 1203.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City Of Renton DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN
1055 South Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
Renton,WA 98055 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
REPRESENTATIVES.
AUTH_ ORIZED REPRESENTATIVE
5
ACORD 25(2009/01)1 of 2 #S276512/M276509 © 1988-2009 ACORD CORPORATION. All rights reserved.
rrlw The ACORD name and logo are registered marks of ACORD JRS1
7
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
7 If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
7 holder in lieu of such endorsement(s).
r DISCLAIMER
The Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
Iextend or alter the coverage afforded by the policies listed thereon.
7
7
7
7
7
7
7
7
7
7
7
ACORD 25(2009/01) 2 of 2 #S276512/M276509
.r
.. COMMERCIAL GENERAL LIABILITY
CG 84 15 12 03
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
it
GENERAL LIABILITY
MASTER PAKe
FOR ARTISAN CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
INDEX
SUBJECT PAGE
BLANKET ADDITIONAL INSURED(OWNERS, LESSEES,CONTRACTORS OR LESSORS) 2
FIRE,LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3
NON-OWNED WATERCRAFT 4
wr
SUPPLEMENTARY PAYMENTS(BAIL BONDS) 4
PERSONAL AND ADVERTISING INJURY-ELECTRONIC PUBLICATION EXTENSION 5
er
AGGREGATE LIMITS(PER LOCATION) 5
r AGGREGATE LIMITS(PER PROJECT) 5
VOLUNTARY PROPERTY DAMAGE COVERAGE 6
�r OFF PREMISES CARE,CUSTODY OR CONTROL COVERAGE 6
NEWLY FORMED OR ACQUIRED ORGANIZATIONS T
DUTIES IN THE EVENT OF OCCURRENCE,OFFENSE,CLAIM OR SUIT 7
BODILY INJURY(MENTAL ANGUISH) 6
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8
MEDICAL PAYMENTS a
CONTRACTORS AMENDMENT OF POLLUTION EXCLUSION(JOB SITE) 8
�r
Includes copyrighted material of ISO Properties., Inc., with its permission.
® ISO Pro Page 1 of 8
CG 84 1512 03 parties, Inc., 2003
1. BLANKET ADDITIONAL INSURED(Owners, Lessees, Contractors or Lessors)
(Includes a Primary/Non-Contributory provision)
Who Is An Insured - Section 11 is amended to include as an insured any person or organization whom you
are required to name as an additional insured on this policy in a written contract or written agreement.The
written contract or written agreement must be currently in effect or becoming effective during the term of
this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising
injury."
The insurance provided the additional insured is limited as follows:
A. The person or organization is only an additional insured with respect to liability:
1. Arising out of real property, as described in a written contract or written agreement,that you own,
w—aae rent, lease or occupy; or
MM
' 2. Caused in whole or in part by your ongoing operations performed for that insured.
The insurance provided the additional insured in 1.A.2.above does not apply to:
a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad-
vertising Injury Liability or defense coverage under the Supplementary Payments arising out
of an architect's, engineer's or surveyor's rendering of or failure to render any professional
services including:
ao=
air
(1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin-
ions, reports, surveys,field orders, change orders or drawings and specifications; and
so
(2) Supervisory,inspection, architectural or engineering activities,
b. "Bodily injury" or "property damage" occurring after:
(1) All work, including materials, parts or equipment furnished in connection with such work,
on the project (other than service, maintenance or repairs) were performed by or on
behalf of the additional insured(s) at the site where the covered operations have been at
completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or subcontrac-
tor engaged in performing operations for a principal as part of the same project.
B. The limits of insurance applicable to the additional insured are those specified in a written contract or rr
written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in
Section III -Limits Of Insurance of this policy,whichever are less.These limits are inclusive of and not
in addition to the limits of insurance available under this policy.
C. The insurance provided the additional insured does not apply to the liability resulting from the sole
negligence of the additional insured.
Includes copyrighted material of ISO Properties., Inc., with its permission.
CG 8415 12 03 0 ISO Properties, Inc., 2003 Page 2 of 8
D. As respects the coverage provided to the additional insured under this endorsement, Section IV-
Conditions is amended as follows:
err 1. The following is added to Condition 2. Duties In The Event Of Occurrence,Offense,Claim, or Suit:
An additional insured under this endorsement will as soon as practicable:
err
a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit"
under this insurance to us;
b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have
insurance available to the additional insured; and
rr c. Agree to make available any other insurance which the additional insured has for a loss
we cover under this Coverage Part.
rr
2. The following is added to Condition 3. Legal Action Against Us:
We have no duty to defend or indemnify an additional insured under this endorsement until we
receive written notice of a claim or "suit" from the additional insured.
3. The following is added to Paragraph a.,Primary Insurance of Condition 4.Other Insurance:
If the additional insured's policy has an Other Insurance provision making its policy excess, and a
Named Insured has agreed in a written contract or written agreement to provide the additional
insured coverage on a primary and noncontributory basis, this policy shall be primary and we will
not seek contribution from the additional insured's policy for damages we cover,
rri
4. The following is added to Paragraph b., Excess Insurance of Condition 4.Other Insurance:
Except as provided in Paragraph 4.a. Primary Insurance as amended above,any coverage provided
hereunder shall be excess over any other valid and collectible insurance available to the additional
insured whether primary, excess, contingent or on any other basis. In the event an additional
insured has other coverage available for an "occurrence" by virtue of also being an additional
insured on other policies,this insurance is excess over those other policies.
2. FIRE, LIGHTNING,EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT
If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the
following applies:
A. The last paragraph of 2.Exclusions of Section i-Coverage A is replaced by the following:
If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n.do not
apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to
you or temporarily occupied by you with permission of the owner. A separate limit of insurance
applies to this coverage as described in Section III-Limits Of Insurance.
10
W
an
60 Includes copyrighted material of ISO Properties., Inc., with its permission.
CG 8415 12 03 ® ISO Properties, Inc., 2003 Page 3 of 8
im
B. Paragraph 6.of Section III -Limits Of Insurance is replaced by the following: ae
6. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of
Limits and Charges section of this policy is the most we will pay under Coverage A for
damages because of "property damage"to premises rented to you or temporarily occupied by
you with the permission of the owner arising out of any one fire, lightning, "explosion" or
sprinkler leakage incident.
C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV - Conditions) is replaced by the
following:
;r 04
(1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or
temporarily occupied by you with the permission of the owner;
n D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the
following:
9. "Insured contract" means:
s� 06
a. A contract for the lease of premises. However, that portion of the contract for a lease of
premises that indemnifies any person or organization for damages by fire, lightning,
"explosion" or sprinkler leakage to premises while rented to you or temporarily occupied raj
arm by you with tfie permission of the owner is not an "insured contract";
I>� E. The following definition is added to Section V-Definitions: ®r
"Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting
forth of material and evidence of the scattering of debris to locations further than would have
resulted by gravity alone.
"Explosion" does not include any of the following:
1. Artificially generated electrical current including electrical arcing that disturbs electrical
devices,appliances or wires;
2. Rupture or bursting of water pipes;
3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or
leased by you, or operated under your control; or
4. Rupture or bursting caused by centrifugal force.
3. NON-OWNED WATERCRAFTme
Subparagraph g.(2)of Paragraph 2.,Exclusions of Section I-Coverage A is replaced by the following:
(2) A watercraft you do not own that is:
(a) Less than 51 feet long; and
(b) Not being used to carry persons or property for a charge;
4. SUPPLEMENTARY PAYMENTS
In the Supplementary Payments-Coverages A.and B. provision:
The limit for the cost of bail bonds in Paragraph 1.b. is changed from$250 to$1000.
Includes copyrighted material of ISO Properties., Inc., with its permission.
CG 84 1512 03 ® ISO Properties, Inc., 2003 Page 4 of 8
rr
5. PERSONAL AND ADVERTISING INJURY-ELECTRONIC PUBLICATION EXTENSION
Paragraphs 14.b.,d. and e. of Section V-Definitions are replaced by the following:
err
b. Malicious prosecution or abuse of process;
d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a
person or organization or disparages a person's or organization's goods,products or services;
e. Oral, written, televised, videotaped or electronic publication of material that violates a person's
right of privacy;
The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V- Definitions:
err
h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person,
but only if such discrimination or humiliation is:
+rr
(1) Not done intentionally by or at the direction of:
(a) An insured; or
wir
(b) Any "executive officer" director, stockholder, partner or member of the insured; and
(2) Not directly or indirectly related to the employment, prospective employment or termination
rr of employment of any person or persons by any insured.
Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury
rr
Liability are replaced by the following:
b. Material Published With Knowledge Of Falsity
+ "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic
publication of material, if done by or at the direction of the insured with knowledge of its falsity;
c. Material Published Prior To Policy Period
"Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic
■s
publication of material whose first publication took place before the beginning of the policy pe-
riod;
6. AGGREGATE LIMITS OF INSURANCE(PER LOCATION)
�.r
The General Aggregate Limit under Section 111 Limits Of Insurance applies separately to each of your
"locations" owned by or rented to you or temporarily occupied by you with the permission of the owner.
a.
"Location" means premises involving the same or connecting lots, or premises whose connection is
interrupted only by a street, roadway,waterway or right-of-way of a railroad.
7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT)
The General Aggregate Limit under Section 111 Limits Of Insurance applies separately to each of your
projects away from premises owned by or rented to you.
rr►
+ft
rr includes copyrighted material of ISO Properties., Inc., with its permission.
CG 84 15 12 03 ® ISO Properties, inc., 2003 Pape 5 of 8
ea
8. VOLUNTARY PROPERTY DAMAGE COVERAGE
At your request, we will pay for "loss" to property of others caused by your business operations.The most
we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period. 10
The "occurrence" must take place in the "coverage territory".
"Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction
NMI
or theft.
This coverage does not apply to:
0
1. Damage arising out of the use of any "auto";
i 2. Property you own,occupy, rent or lease from others; or
�• 3. Property on your premises for sale,service, repair or storage. No
None of the other policy exclusions apply to this coverage.
a �
If the policy to which this endorsement is attached is written with a property damage liability deductible, 06
the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be
reduced by the amount of this deductible.
n
9. OFF PREMISES CARE,CUSTODY OR CONTROL COVERAGE
A. We will pay those sums that you become legally obligated to pay as damages because of "property
damage" to personal property of others while in your or your "employees" care,custody or control or go
real property of others over which you or your "employees" are exercising physical control if the
"property damage" arises out of your business operations. This Coverage is subject to sections B., C.,
D. and E.below. ag
B. Exclusions
This insurance shall not apply to: ie
1. "Property damage" of property at premises owned, rented, leased, operated or used by you;
2. "Property damage" of property while in transit; do
3. The cost of repairing or replacing:
(a) Any of your work defectively or incorrectly done by you or by others on your behalt or
(b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused ad
directly by you after delivery of the product or completion of the work and resulting from a
subsequent undertaking; or
4. "Property damage" of property caused by or arising out of the "products-completed operations
hazard".
C. Limits of Insurance - The most we will pay for "property damage" under this Section 9. is $25,000 for
each "occurrence". The most we will pay for the sum of all damages covered under this Section 9. ea
because of"property damage" is an annual aggregate limit of$25,000.
The Limits of Insurance provided under this Section 9. are inclusive of and not in addition to any other
limits provided in the policy or endorsements attached to it.
D. Deductible • We will not pay for "property damage" in any one "occurrence" until the amount of
"property damage" exceeds $250. If the policy to which this endorsement is attached contains a
im
"property damage" deductible,that deductible shall apply if it is greater than$250.
E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace
the property or furnish the labor and materials necessary for repairs thereto at your actual cost,
excluding profit or overhead charges.
Includes copyrighted material of ISO Properties., Inc.,with its permission.
CG 84 15 12 03 ® ISO Properties, Inc., 2003 Page 6 of 8
�r 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS
A. Paragraph 4.of Section II-Who Is An Insured is deleted and replaced by the following:
4. Any business entity acquired by you or incorporated or organized by you under the laws of any
individual state of the United States of America over which you maintain majority ownership
interest exceeding fifty percent, Such acquired or newly formed organization will qualify as a
Named Insured if there is no similar insurance available to that entity. However:
a. Coverage under this provision applies only until the expiration of the policy period in which
the entity was acquired or incorporated or organized by you,
b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the
wr entity was acquired or incorporated or organized by you.
c. Coverage B does not apply to "personal and advertising injury" arising out of an offense
committed before the entity was acquired or incorporated or organized by you.
d. Records and descriptions of operations must be maintained by the first Named Insured.
B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded
either by provisions of the Coverage Part or by other endorsements) attached to it.
11. DUTIES IN THE EVENT OF OCCURRENCE,OFFENSE,CLAIM OR SUIT
A. The requirements in Section IV -Conditions Paragraph 2.a. that you must see to it that we are notified
of an "occurrence" applies only when the "occurrence" is known to:
rri
1. You, if you are an individual;
2. A partner, if you are a partnership;
3. A member or manager, if you are a limited liability company;
4. An executive officer or designee, if you are a corporation;
5. A trustee, if you are a trust; or
6. A designee,if you are any other type of organization.
B. The requirements in Section IV • Conditions Paragraph 2.b. that you must see to it that we receive
written notice of a claim or "suit" will not be considered breached unless the breach occurs after such
claim or "suit" is known to:
yr, 1. You, if you are an individual;
2. A partner,if you are a partnership;
3. A member or manager if you are a limited liability company;
r 4. An executive officer or designee, if you are a corporation.
5. A trustee,if you are a trust; or
6. A designee, if you are any other type of organization.
+rr
Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall
not in itself constitute knowledge of the insured unless an officer or designee shall have received notice
from its agent, servant or "employee".
irr
ar
i
Includes copyrighted material of ISO Properties., Inc., with its permission.
CG 84 15 12 03 It ISO Properties, Inc., 2003 Page 7 of 8
w
12. BODILY INJURY
Paragraph 3. of the definition of "bodily injury" in the Section V-Definitions is replaced by the following:
3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental
anguish or death resulting from any of these at any time.
13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will
not enforce our right against any person or organization for whom you perform work under a written arl
contract that requires you to obtain this agreement from us,
i�
Oil= This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement.
ri
14. MEDICAL PAYMENTS
If Coverage C Medical Payments is not otherwise excluded, the Medical Expense limit provided by this
a policy shall be the greater of:
A. $10,000; orof
B. The amount shown in the Declarations.
15. CONTRACTORS AMENDMENT OF POLLUTION EXCLUSION(JOB SITES) so
�s
The following is added to Subparagraph f.(1)(d) of Paragraph 2., Exclusion f. of Section I:
(iv) "Bodily injury" or "property damage" to tangible property sustained outside a building and
caused by the release of "pollutants" brought to any premises, site or location in connection with
operations being performed by you or on your behalf by a contractor or subcontractor.
As used in this endorsement,the release of "pollutants": am
(aa) Begins on a clearly identifiable specific day during the policy period and ends in its entirety
not later than seventy-two(72) hours thereafter; to
(bb)Is discovered and reported to us within fifteen (15) days of the specific day it begins;
(cc) Is neither expected nor intended from the standpoint of any insured;
(dd)ls unrelated to any previous discharge,dispersal, seepage, migration, release or escape; and
n
(ee)Does not originate at or from a storage tank or other container, duct or piping which is below
the surface of the ground or water or which at any time has been buried under the surface of
the ground or water and then is subsequently exposed by erosion, excavation or any other
so
means.
As used in this endorsement,tangible property does not include water or land,which is below ground level
or not. W
Coverage provided hereunder does not apply to any discharge, dispersal, seepage, migration, release or
escape that is merely threatened or alleged rather than shown to have actually occurred. to
All other terms and conditions of your policy remain unchanged.
1W
Includes copyrighted material of ISO Properties., Inc., with its permission. ad
CG 84 15 12 03 ® ISO Properties, Inc., 2003 Page 8 of 8
16
� INSURANCE INFORMATION and
� REQUIREMENTS
ow
`CY �J!
��'I�i?
Insurance Requirements For City of Renton
The City of Renton requires the industry standard:
• $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate
• $1,000,000 Auto Liability(Needed if a vehicle will be used in performance of
work. This would include delivery of products to worksite)
err • $1,000,000 Excess Liability(if required in contract,can be in tandem with CGL)
• Proof of Workers' Compensation coverage (provide the number)
• $1,000,000 Professional Liability (if required in contract)
Requirements unique to the City of Renton:
rr
• Name the City of Renton as a Primary and Non-contributory Additional Insured
on the policy(Only applies to Commercial General Liability)
.r
• Due to a statement found at the upper right of the ACORD form, please provide
the endorsement page(s)from the Policy(ies), evidencing Primary&Non-
contributory coverage
.w
• The cancellation clause may state: 30 or 45 days written notice (lower
right corner of certificate)
• Put descriptive text of the project in the "Description of Operations" box
+rr • The certificate holder should read:
City of Renton
ATTN: (enter your City contact's name here and Department)
r 1055 South Grady Way
Renton,WA. 98057
it Direct any questions, comments or concerns to: Colleen Shannon— 425.430.7658
425.430.7650/main
425.430.7665/fax
cshannon@rentonwa.Rov
+�r
rrr
rw
AC-ORD TM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNY)
PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
rr CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
ow INSURED INSURER A:
INSURER B:
INSURER C:
�r 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 REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
y
INSR POLICY EFFECTIVE POLICY EXPIRATION
LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITED
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE An one fire $ 50,000
CLAIMS MADE 0 OCCUR MED EXP(Any one person) $ 5,000
COMMERCIAL
PERSONAL&ADV INJURY $ 1,000,000
GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
va ❑ POLICY ❑PROJECT ❑LOC PRODUCTS-COMP/OP AGG $ 1,000,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
X ANY AUTO (Ea accident) $ 1,000,000
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS (Per person) $
HIRED AUTOS
NON-OWNED AUTOS BODILY INJURY
(Per accident) $
PROPERTY DAMAGE
(Per accident) $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
❑ ANY AUTO N/A OTHER THAN EA ACC
+rr AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE
❑OCCUR ❑ CLAIMS MADE AGGREGATE
❑DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND WC STATU OTH-
EMPLOYERS'LIABILITY TORY LIMITS I ER
E.L.EACH ACCIDENT $
E.L.DISEASE-EA EMPLOYEEI $
E.L.DISEASE-POLICY LIMIT 1 $
dw OTHER
`w DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
City of Renton is named as an additional insured
sir
■r CERTIFICATE HOLDER ❑X ADDITIONAL INSURED;INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE
City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL
Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO
1055 South Grady Way THE LEFT.
Renton, WA. 98055 AUTHORIZED REPRESENTATIVE
aw
rr
POLICY NUMBER:
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following:
r COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization
City of Renton
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
;- WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization
shown in the Schedule but only with respect to liability arising out of your ongoing operations
performed for that insured.
W&
CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations
wry
WCIA Insurance Requirements
to
wr
• CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
Mw
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
Yrr
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that
may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR) shall assess
its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages.
�r
Coverages
(1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
• Premises and Operations
• Explosion,Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
• Broad Form Property Damage
�. • Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
Wo
(2) Automobile Liability including all
• Owned Vehicles
Im • Non-Owned Vehicles
• Hired Vehicles
aw (3) Workers'Compensation
• Statutory Benefits(Coverage A)- Show WA L&I Number
or (4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
r.
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
r wrongful acts, errors and/or omissions of the (CONTRACTOR)for damage sustained by reason of or in
the course of operations under this Contract.
(6) Pollution Liability - the City may require this coverage whenever work under this Contract involves
to pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
00
17 Insurance Forms.doc\
tr
w
ON LIMITS REQUIRED
The(CONTRACTOR)shall carry the following limits of liability as required below:
aw
Commercial General Liability
General Aggregate* $ 2,000,000
am Products/Completed Operations Aggregate $ 2,000,000
Each Occurrence Limit $ 1,000,000
Personal/Advertising Injury $ 1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments(Any One Person) $ 5,000
Stop Gap Liability $ 1,000,000
wwr *General Aggregate to apply per project(ISO Form CG2503 or equivalent)
Automobile Liability
Wwr
Bodily Injury/Property Damage $ 1,000,000
(Each Accident)
Workers'Compensation
Coverage A(Workers'Compensation)-Show WA L&I Number
�w
Umbrella Liability
Each Occurrence Limit $ 1,000,000
General Aggregate Limit $ 1,000,000
Products/Completed Operations Aggregate $ 1,000,000
Professional Liability(If required)
Each Occurrence/Incident/Claim $ 1,000,000
Aggregate $ 2,000,000
(The City may require the CONTRACTOR keep this policy in effect
for up to two(2)years after completion of the project)
Pollution Liability(If required) To apply on a per project basis
dw Per Loss $ 1,000,000
Aggregate $ 1,000,000
aaw
1W
w
to
17 Insurance Fonns.doc\
No
ww
ADDITIONAL REQUIREMENTS
(CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers
as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON
Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all
policies of insurance described above shall:
1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause(Cross Liability)
4 Policy may not be non-renewed cancelled or materially changed or altered unless forty-five 45 days
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
.r
The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the
minimum limits and requirements as stated above and shall famish to the CITY OF RENTON a new certificate
of insurance showing such coverage is in force.
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for
WX two(2)years after completion of the project.
M
4W
No
as
up
ow
to
N
17 Insurance Forms.doc\
PREVAILING MINIMUM HOURLY
� WAGE RATES
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No. Final
Project Madsen Creek Sediment Basin Cleaning Proiect—2010
SWP-27-3497 CAG No. CAG-
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
as employees for the period
from through in
atr accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State
Department of Labor & Industries. This form will be executed and submitted to the City of Renton
prior to or with the last pay request.
aar
Company Name
aa►
By:
aae
Title:
List of Subcontractors Used on the Project:
arr
r
aaa
aa.
rr
18a-City-Prevail-WagesForm.doc\
arr
Department of Labor and Industries
Prevailing Wage S.TATEME'ly QF INTENT,
T
��s,"T"''E� .
(360)902-5335
%vNG, w
W.lnt a.gov/,'TradesLicensing/Prevailin-Wage PAY P VA.� ' WAGESING
'uhlic Wolrks.Contiacl
$2-06`Filing Fee Required
• This form must be typed or printed in ink. Project Name
Contract,
Large,bold numbers match instructions on back of form.
• Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or priN.-ate)
+r1
• Once approved Zour form will be posted online at the above wehsite.
A I' Q 4I?iO tiVI T BE SIA ILD TC?THCS t>w I7Ia Address
'Contractor,company or agency name,address,city,state&:LIP+1
City State ZIP+4
Awarding Agency Project Contact Person Phone
_ 4111
I County where work was performed City where work was performed.
Bid—due tib ue date (mm/dd/yy) !Date contract awarded (mmldd/yy)
}
Will all work be subcontracted? Do you intend to use subcontractors?
❑ Yes ❑ No ❑ Yes ❑ No
Prime contractor(has contract with the public agency) Contractor Registration# E Expected job start date(mm/dd/yy) Do you intend to use apprentices?
E ❑. Yes ❑ No
Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe so
Indicate number of owners expected to perform work. of workers hourly fav benefits
1 C
w i
t �
1
i
f
t
Company name _ i Indicate total dollar amount of your contract
or time and materials if applicable.
Address I hereby certify that the above information is correct and that all
workers I employ on this Public Works Project will be paid no less
than the Prevailin- Wage Rate(s) as determined by the Industrial
City State Z1P+4 5
Statistician of the Department of Labor and Industries
i
Contractor Registration No. UBI Title Si-name
Industrial Insurance Account Number
Email address Phone number } , a --F r-L&LUst e,Only—
Check Number: ❑ S25 or $
I or L&I.IJse Onl} Issued By: ^_ _
APPROVED: Department of Labor and Industries
By
l Industrial Statistician f
F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency.
Canary copy—L&I
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
+++ Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the
date bids from primecontractor were due to the contract awarding agency.
Date work completed Missing or a date in the future.,
Date Intent Filed Massing-An.affidavit cannot be approved without the Statement of Intent to Pay
Prevailing Wages being filed.
so Craft/trade/occupation Craft hot'listed, not specific, or does not match prevailing wage occupation
listings.
(?wiper/Operators: If the work was performed by owners/partners,state
"O(wner/operator"under the"Craft°section,and the wage and fringe need notbe
completed. Do list the number of owners on the job. (Individuals who own less
than 30%of the company are not considered to be owner/operators and must be
paid prevailing wage)
All work subcontracted: If all work was performed by subcontractors, check
the appropriate box on the form.
Number of workers each trade Missing
Total number of hours worked each trade Missing
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified
hourly fringe benefits, as defined by RCW 39.12.010, that you actually provided
to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed
for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the
Prevailing Wage rate.
rYa
Apprentices" Missing information or apprentice not registered*. List each apprentice by name,
registration number,trade,stage of progression,beginning and ending dates of
work performed on the proiect(m/d/y to m/d1y),and rate of hourly pay and fringe
rrre benefits.
Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials").
irirr Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's
registration number need only indicate UBI (i.e.,janitorial, surveying, truck
driving).
10 Signature Missing—Affidavit must be signed by an authorized representative.
* Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid
Prevailing lourney level wages for the time preceding the date of registration Call (360) 902-5323 to verify registration. NOTE:
Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington
State Apprenticeship and Training Council to qualify for apprentice rates.
Wrr If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the
top of each form"Page 1 of 2", "Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted.
Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify
approval of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your
records.
Prevailing wage rates are available on the Internet at http://vjww.ini.wa.gov,/TradesLitensing/Prevailing`P%,Iaq
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT.OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call (360) 902-5335
rr
F7(1n_01)7_0n0 afdavit nfwaoec _harkrr 17_f14
Department of Labor and Industries
r
Prevailing kMDA;VIT;OF WAGES PAID,
Wage �
(360)902-5335 3 Public Works Contract
hrtp:,,'/www.Ini.wa.2ov,,Ti-adesLicensingov,TtadesLieensin PtevailinQWage 8vrr 525.00 Fil"' ia.'�' " R. t€ Ui r6d- w
• This form must be typed or printed'in ink. ProjecrNane Contract#
• Fill in all blanks or form will be returned for correction see back).
• Please allow a minimum of 10 working dayfS for processing. Contract Awarding Agency(public agency not federal or private)
• Once a roved,your form,will be osted online at tlae website above.
Contractor,company or agency naive;address,city;state&`ZIP+�f
City state` - ZIP+4
Ativarding Agency Project Contact Person Phone#
County where work was performed. City where;work was performed
Bid due date (mm/dilyy). Date contract awarded(nutr/dd/ye)
Date work completed (mm/dd/yy) Date Intent filed(mm/dd/yy)
Was all work subcontracted? Did you intend to use subcontractors?
Prime contractor(has contract with the public agency) Contractor Registration No. Yes 0 No Q Yes ❑ No
Job start date(mmldd/yy)
Craft/trade/occupation and apprentices(For apprentices,give name,registration#, Number Total#ofhours Rate of Rate of ilouriy
trade,dates of work on project,stage of progression,wage and fringe) of Workers worked—ea.trade Hourly Pay Fringe Benefits
number of owners that erformed work.
1>
1111
Company name Indicate total dollar amount of your contract
or time and materials if applicable. I
Address I hereby certify that the above information is correct and that all
i workers I employ on this Public Works Project will be paid no less 1111
City State ZIP+4
than the Prevailing Wage Rate(s) as determined by the Industrial
Statistician of the Department of Labor and Industries
Contractor Reaiatration No, GBI Title Signature
Industrial Insurance Account Number
E-mail address Phone number JFtir L�rI<I1se Oniy
_ i
Check Number: ❑ 525 or $ I
Fnr L&T l Ise Onii, Issued By: ----
APPROVED: Department of Labor and Industries f
By
Industrial Statistician t
I r
F700-007-000 affidavit of wages 12-04 After APPROVAL.,send white copy to Awarding AMency.
Canary copy—L&I ilii
How to expedite the processing of your. form:
sw
REQUIRED FOR PROCESSING ERRORS THAT CAUSE.REJECTION
Filing Fee No fee' wrong amount. $25:00 filing fee required.
®ir Bid Due Date and Date Contract Awarded Missing: Award date is before bid due elate. Prevailing Wage is based on the
date bids from prime contractor were due,to the contract awarding agency.
Date work completed Missing:or a date in the future:
Date Intent Filed Missing An affidavit cannot be approved without the Statement of intent to Pay
Prevailing Wages being filed,
so Craft/trade/occupation Craft not listed,not specific, or does not match prevailing wage occupation
listings
Owner/Operators: If the worts was performed by owners/partners, state
"Owner/Operato r",under the"Craft"section; and the wage and fringe need not be
completed. Do list the number of owners on..the job. (individuals who own less.
than 30%of the company are not considered to be owner/operators and must be
paid prevailing wage.)
All work subcontracted: If all work was performed by subcontractors, check
the appropriate box on the form.
Number of workers each trade Missing
II1� Total number of hours worked each trade Missing
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified
hourly fringe benefits, as defined by,RCW Al 2.010, that you actually provided
to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed
for the"Rate of Hourly Fringe Benefits if any, must equal or exceed the
Prevailing Wage rate.
+ire
Apprentices* Missing information or apprentice not registered`. List each apprentice by name,
registration number,trade,stage of progression, beginning and ending dates of
work performed on the project(m/d/y to m/d/y), and rate of hourly pay and fringe
rw benefits.
Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials").
Contractor Registration No.or UBI Missing or not registered. Companies not required to obtain a contractor's
registration number need only indicate UBI(i.e.,janitorial, surveying, truck
driving),
W Signature Missing—Affidavit must be signed by an authorized representative.
* Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid
Prevailing journey level wages for the time preceding the date of registration Call (360) 902-5323 to verify registration. MOTE:
Electrical and Plumber trainees registered with the Department of Labor and industries MUST ALSO be registered with the Washington
State Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the
ow top of each form"Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted.
Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify
go approval of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form_ Make a copy for your
records.
iw
Prevailing wage rates are available on the Internet at ht1p:/h.vvvw.lni.vva.00v1 radesLicensing/Prevailino`vVage
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
aw DEPT. OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call (360)902--5335
so F701-0n7_n00 aff,.i-ivit of u,gae -hgrkFr 17_Od
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.
KING COUNTY
EFFECTIVE 3-03-2010
(See Benefit Code Key)
Over irlr
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS at
JOURNEY LEVEL $40.03 1H 5D
BOILERMAKERS
JOURNEY LEVEL $56.53 1C 5N
No
BRICK MASON
BRICK AND BLOCK FINISHER $39.49 1M 5A
JOURNEY LEVEL $46.35 1M 5A
BUILDING SERVICE EMPLOYEES
JANITOR $17.98 2F 5S
TRAVELING WAXER/SHAMPOOER $18.39 2F 5S
WINDOW CLEANER(NON-SCAFFOLD) $22.65 2F 5S
WINDOW CLEANER(SCAFFOLD) $23.51 2F 5S
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
ilrrl
CARPENTERS
ACOUSTICAL WORKER $48.60 1H 5D
BRIDGE, DOCK AND WARF CARPENTERS $48.47 1 H 5D
CARPENTER $48.47 1H 5D
CREOSOTED MATERIAL $48.57 1H 5D
DRYWALL APPLICATOR $48.74 1H 5D
FLOOR FINISHER $48.60 1H 5D }
FLOOR LAYER $48.60 1H 5D
FLOOR SANDER $48.60 1H 5D
MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
$48.67 1H 5D
SAWFILER $48.60 1H 5D
SHINGLER $48.60 1H 5D
STATIONARY POWER SAW OPERATOR $48.60 1H 5D
STATIONARY WOODWORKING TOOLS $48.60 1H 5D
CEMENT MASONS
JOURNEY LEVEL $49.15 1M 5D
DIVERS &TENDERS
DIVER $100.28 1M 5D 8A
DIVER ON STANDBY $56.68 IM 5D
DIVER TENDER $52.23 1M 5D
SURFACE RCV&ROV OPERATOR $52.23 1M 5D
SURFACE RCV&ROV OPERATOR TENDER $48.85 1B 5A
DREDGE WORKERS
ASSISTANT ENGINEER $49.57 1T 5D 8L
ASSISTANT MATE(DECKHAND) $49.06 1T 5D 8L
BOATMEN $49.57 1T 5D 8L
ENGINEER WELDER $49.62 1T 5D 8L
Page 1
KING COUNTY
EFFECTIVE 3-03-2010
rrt
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
�t LEVERMAN, HYDRAULIC $51.19 1T 5D 8L
MAINTENANCE $49.06 1T 5D 8L
MATES $49.57 1T 5D 8L
rrs OILER $49.19 1T 5D 8L
DRYWALL TAPERS
JOURNEYLEVEL $48.79 1E 5P
irr
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEYLEVEL $25.34 1E 5L
ELECTRICIANS- INSIDE
CABLE SPLICER $61.95 2W 5L
CABLE SPLICER(TUNNEL)
$66.57 2W 5L
CERTIFIED WELDER $59.85 2W 5L
CERTIFIED WELDER(TUNNEL) $64.25 2W 5L
r CONSTRUCTION STOCK PERSON $31.83 2W 5L
JOURNEYLEVEL $57.74 2W 5L
JOURNEY LEVEL(TUNNEL) $61.95 2W 5L
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN
$15.37 2A 6C
JOURNEYLEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
wr CABLE SPLICER $59.79 4A 5A
CERTIFIED LINE WELDER $54.59 4A 5A
GROUNDPERSON $39.07 4A 5A
aw HEAD GROUNDPERSON $41.22 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A
JACKHAMMER OPERATOR $41.22 4A 5A
JOURNEY LEVEL LINEPERSON $54.59 4A 5A
g' LINE EQUIPMENT OPERATOR
$46.32 4A 5A
POLE SPRAYER $54.59 4A 5A
POWDERPERSON $41.22 4A 5A
go ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS
611� MECHANIC $67.91 4A 6Q
MECHANIC IN CHARGE $73.87 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.60 2K 5B
-jai FENCE ERECTORS
FENCE ERECTOR $15.18 1
FLAGGERS
iou JOURNEYLEVEL $33.93 1H 5D
GLAZIERS
JOURNEYLEVEL $48.61 1Y 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
as MECHANIC
$50.28 is 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $59.32 1 E 6L
HOD CARRIERS&MASON TENDERS
JOURNEYLEVEL $41.28 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
Page 2
KING COUNTY ;
EFFECTIVE 3-03-2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INLAND BOATMEN
CAPTAIN $48.39 1K 5B i1I11
COOK $45.36 1K 5B
DECKHAND $45.36 1K 5B
ENGINEER/DECKHAND $46.25 1K 513
MATE, LAUNCH OPERATOR $47.35 1K 5B
INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $31.49 1 at
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $24.91 1
TECHNICIAN $19.33 1
TV TRUCK OPERATOR $20.45 1
INSULATION APPLICATORS
JOURNEY LEVEL $48.47 1M 5D
IRONWORKERS
JOURNEY LEVEL $54.27 10 5A
LABORERS
ASPHALT RAKER $41.28 1H 5D
BALLAST REGULATOR MACHINE $40.03 1H 5D
BATCH WEIGHMAN $33.93 1H 5D
BRUSH CUTTER $40.03 1 H 5D
BRUSH HOG FEEDER $40.03 1H 5D
BURNERS $40.03 1H 5D
CARPENTER TENDER $40.03 1H 5D
CASSION WORKER $41.28 1H 5D
CEMENT DUMPER/PAVING $40.77 1H 5D
CEMENT FINISHER TENDER $40.03 1H 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D
CHIPPING GUN(OVER 30 LBS) $40.77 1H 5D
CHIPPING GUN(UNDER 30 LBS) $40.03 1H 5D
CHOKER SETTER $40.03 1H 5D
CHUCK TENDER $40.03 1H 5D
CLEAN-UP LABORER $40.03 1 H 5D
CONCRETE DUMPER/CHUTE OPERATOR $40.77 1 H 5D
CONCRETE FORM STRIPPER $40.03 1 H 5D ,
CONCRETE SAW OPERATOR $40.77 1 H 5D
CRUSHER FEEDER $33.93 1H 5D
CURING LABORER $40.03 1H 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $40.03 1H 5D
DITCH DIGGER $40.03 1 H 5D
DIVER $41.28 1H 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $40.77 1 H 5D
DRILL OPERATOR,AIRTRAC $41.28 1 H 5D
DUMPMAN $40.03 1H 5D
EPDXY TECHNICIAN $40.03 1H 5D
EROSION CONTROL WORKER $40.03 1H 5D
FALLER/BUCKER,CHAIN SAW $40.77 1H 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $30.84 1 H 5D
construction debris cleanup)
Page 3
KING COUNTY
EFFECTIVE 3-03-2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
am FINE GRADERS
$40.03 1 H 5D
FIRE WATCH $33.93 1 H 5D
FORM SETTER $40.03 1 H 5D
or GABION BASKET BUILDER $40.03 1H 5D
GENERAL LABORER $40.03 1H 5D
GRADE CHECKER&TRANSIT PERSON $41.28 1H 5D
GRINDERS $40.03 1H 5D
r
GROUT MACHINE TENDER $40.03 1H 5D
GUARDRAIL ERECTOR $40.03 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D
UK HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 5D
HIGH SCALER $41.28 1H 5D
we HOD CARRIER/MORTARMAN $41.28 1H 5D
JACKHAMMER $40.77 1H 5D
LASER BEAM OPERATOR $40.77 1H 5D
MANHOLE BUILDER-MUDMAN $40.77 1H 5D
dk MATERIAL YARDMAN $40.03 1H 5D
MINER $41.28 1H 5D
NOZZLEMAN, CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $40.77 1H 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $40.77 1H 5D
PILOT CAR $33.93 1H 5D
+rr PIPE POT TENDER $40.77 1H 5D
PIPE RELINER(NOT INSERT TYPE) $40.77 1H 5D
PIPELAYER&CAULKER $40.77 1H 5D
r PIPELAYER&CAULKER(LEAD) $41.28 1H 5D
PIPEWRAPPER $40.77 1H 5D
POT TENDER $40.03 1 H 5D
POWDERMAN $41.28 1H 5D
POWDERMAN HELPER $40.03 1H 5D
POWERJACKS $40.77 1H 5D
RAILROAD SPIKE PULLER(POWER) $40.77 1H 5D
rri RE-TIMBERMAN $41.28 1H 5D
RIPRAP MAN $40.03 1H 5D
RODDER $40.77 1H 5D
SCAFFOLD ERECTOR $40.03 1H 5D
SCALE PERSON $40.03 1H 5D
SIGNALMAN $40.03 1 H 5D
SLOPER(OVER 20") $40.77 1H 5D
SLOPER SPRAYMAN $40.03 1 H 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $40.77 1 H 5D
SPREADER(CONCRETE) $40.77 1H 5D
STAKE HOPPER $40.03 1H 5D
STOCKPILER $40.03 1H 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $40.77 1H 5D
TAMPER(MULTIPLE&SELF PROPELLED) $40.77 1H 5D
TOOLROOM MAN(AT JOB SITE) $40.03 1H 5D
TOPPER-TAILER $40.03 1H 5D
TRACK LABORER $40.03 1 H 5D
TRACK LINER(POWER) $40.77 1 H 5D
Page 4
KING COUNTY
EFFECTIVE 3-03-2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Coe Code Code
TRUCK SPOTTER $40.03 1 H 5D
TUGGER OPERATOR $40.77 1 H 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $40.03 1H 5D
VIBRATOR $40.77 1H 5D iM
VINYL SEAMER $40.03 1H 5D
WELDER $40.03 1 H 5D
WELL-POINT LABORER $40.77 1 H 5D to
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER&TOPMAN $40.03 1 H 5D
PIPE LAYER $40.77 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 $17.87 1 Illlflf
LATHERS
JOURNEY LEVEL $48.74 1H 5D
MARBLE SETTERS
JOURNEY LEVEL $46.35 1M 5A
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.40 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $34.87 28 6Z
PLASTERERS
JOURNEY LEVEL $46.63 1R 5B
PLAYGROUND&PARK EQUIPMENT INSTALLERS 06
JOURNEY LEVEL $8.55 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $66.44 1G 5A 10
POWER EQUIPMENT OPERATORS
ASPHALT PLANT OPERATOR $50.39 1T 5D 8P
ASSISTANT ENGINEERS $47.12 1T 5D 8P
BACKHOE, EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P
TONS
BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $51.51 1T 5D 8P
BACKHOE, EXCAVATOR,SHOVEL,OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P
METRIC TONS
BACKHOE, EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P
BACKHOE, EXCAVATOR,SHOVEL,TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P
BARRIER MACHINE(ZIPPER) $49.90 1T 5D 8P go
Page 5
KING COUNTY
EFFECTIVE 3-03-2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
BATCH PLANT OPERATOR,CONCRETE $49,90 1T 5D 8P
BELT LOADERS(ELEVATING TYPE) $49.48 1T 5D 8P
BOBCAT(SKID STEER) $47.12 1T 5D 8P
err BROKK-REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P
BROOMS $47.12 1T 5D 8P
BUMP CUTTER $49.90 1T 5D 8P
CABLEWAYS $50.39 1T 5D 8P
CHIPPER $49.90 1T 5D 8P
COMPRESSORS $47.12 1T 5D 8P
CONCRETE FINISH MACHINE-LASER SCREED $47.12 1T 5D 8P
CONCRETE PUMPS $49.48 1T 5D 8P
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 IT 5D 8P
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 5D 8P
METERS
CONVEYORS
$49.48 1T 5D 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P
CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P
CRANES, THRU 19 TONS,WITH ATTACHMENTS $49.48 1T 5D 8P
CRANES, 20-44 TONS,WITH ATTACHMENTS $49.90 1T 5D 8P
CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING JIB $50.39 1T 5D 8P
WITH ATACHMENTS)
CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $50.94 1T 5D 8P
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS, OR 250 FT OF BOOM(INCLUDING JIB $51.51 1T 5D 8P
WITH ATTACHMENTS)
�r CRANES,A-FRAME, 10 TON AND UNDER
$47.12 1T 5D 8P
CRANES,A-FRAME, OVER 10 TON $49.48 1T 5D 8P
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P
ATTACHMENTS
CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $49.90 1T 5D 8P
CRANES,OVERHEAD, BRIDGE TYPE(45-99 TONS) $50.39 1T 5D 8P
CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $50.94 1T 5D 8P
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $50.94 1T 5D 8P
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $51.51 1T 5D 8P
CRUSHERS $49.90 1T 5D 8P
Ab DECK ENGINEER/DECK WINCHES(POWER) $49.90 1T 5D 8P
DERRICK, BUILDING $50.39 1T 5D 8P
DOZER, QUAD 9, D-10,AND HD-41 $50.39 1T 5D 8P
ww DOZERS, D-9&UNDER $49.48 1T 5D 8P
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $49.48 1T 5D 8P
DRILLING MACHINE $49.90 1T 5D 8P
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $47.12 1T 5D 8P
EQUIPMENT SERVICE ENGINEER(OILER) $49.48 1T 5D 8P
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P
FORK LIFTS,(3000 LBS AND OVER) $49.48 1T 5D 8P
riri► FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 5D 8P
GRADE ENGINEER $49.90 1T 5D 8P
GRADECHECKER AND STAKEMAN $47,12 1T 5D 8P
irr GUARDRAIL PUNCH $49.90 1T 5D 8P
HOISTS, OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49.48 1T 5D 8P
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47.12 1T 5D 8P
Page 6
KING COUNTY
EFFECTIVE 3-03-2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49.48 1T 5D 8P
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50.39 IT 5D 8P
LOADERS,OVERHEAD(8 YD&OVER) $50.94 1T 5D 8P
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $49.90 1T 5D 8P to
LOCOMOTIVES,ALL $49.90 IT 5D 8P
MECHANICS,ALL $50.94 1T 5D 8P
MIXERS,ASPHALT PLANT $49.90 1T 5D 8P aw
MOTOR PATROL GRADER(FINISHING) $50.39 1T 5D 8P
MOTOR PATROL GRADER(NON-FINISHING) $49.48 1T 5D 8P
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $50.39 1T 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $47.12 1T 5D 8P
PILEDRIVER(OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P
PLANT OILER(ASPHALT,CRUSHER) $49.48 1T 5D 8P
POSTHOLE DIGGER,MECHANICAL $47.12 1T 5D 8P
POWER PLANT $47.12 1T 5D 8P
PUMPS,WATER $47.12 1T 5D 8P
QUICK TOWER-NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P
EQUIP so
RIGGER AND BELLMAN $47.12 1T 5D 8P
ROLLAGON $50.39 1T 5D 8P
ROLLER,OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P
ROTO-MILL, ROTO-GRINDER $49.90 1T 5D. 8P
SAWS,CONCRETE $49.48 1T 5D 8P
SCRAPERS-SELF PROPELLED, HARD TAIL END DUMP,ARTICULATING $50.39 1T 5D 8P
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $49.48 1T 5D 8P
SCRAPER-SELF PROPELLED, HARD-TAIL END DUMP,ARTICULATING $49.90 1T 5D 8P
OFF-ROAD EQUIPMENT(UNDER 45 YARDS) am
SHOTCRETE GUNITE $47.12 1T 5D 8P
SLIPFORM PAVERS $50.39 1T 5D 8P
SPREADER,TOPSIDER&SCREEDMAN $50.39 1T 5D 8P
SUBGRADE TRIMMER $49.90 1T 5D 8P
TOWER BUCKET ELEVATORS $49.48 1T 5D 8P
TRACTORS,(75 HP&UNDER) $49.48 1T 5D 8P
TRACTORS,(OVER 75 HP) $49.90 1T 5D 8P i
TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P
TRENCHING MACHINES $49.48 1T 5D 8P Alf
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $49.48 1T 5D 8P
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $49.90 1T 5D 8P
TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P
WELDER $50.39 1T 5D 8P
WHEEL TRACTORS, FARMALL TYPE $47.12 1T 5D 8P
YO YO PAY DOZER $49.90 1T 5D 8P
POWER LINE CLEARANCE TREE TRIMMERSi
JOURNEY LEVEL IN CHARGE $40.79 4A 5A
SPRAY PERSON $38.73 4A 5A
TREE EQUIPMENT OPERATOR $39.25 4A 5A wi
TREE TRIMMER $36.50 4A 5A
Page 7
KING COUNTY
EFFECTIVE 3-03-2010
(See Benefit Code Key)
r
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TREE TRIMMER GROUNDPERSON
$27.55 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $37.91 1
*a RESIDENTIAL BRICK MASON
JOURNEYLEVEL $46.35 1 M 5A
RESIDENTIAL CARPENTERS
JOURNEYLEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEYLEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
$48.79 1E 5P
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
rw RESIDENTIAL GLAZIERS
JOURNEYLEVEL $34.54 1H 5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEYLEVEL $17.60 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $23.03 1
RESIDENTIAL MARBLE SETTERS
IK JOURNEY LEVEL $24.09 1
RESIDENTIAL PAINTERS
JOURNEYLEVEL $24.46 1
w RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEYLEVEL $34.69 1
RESIDENTIAL REFRIGERATION &AIR CONDITIONING MECHANICS
JOURNEY LEVEL $62.56 1G 5A
w� RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $35.25 IR 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEYLEVEL $39.19 2X 5A
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEYLEVEL $36.81 2R 5C
RESIDENTIAL STONE MASONS
JOURNEYLEVEL
$46.35 1 M 5A
RESIDENTIAL TERRAZZO WORKERS
JOURNEYLEVEL $45.26 1M 5A
i` RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEYLEVEL $21.46 1
RESIDENTIAL TILE SETTERS
r �
JOURNEYLEVEL $25.17 1
ROOFERS
JOURNEY LEVEL $40.05 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A
s SHEET METALWORKERS
JOURNEY LEVEL(FIELD OR SHOP) $59.32 1E 6L
SHIPBUILDING&SHIP REPAIR
■r BOILERMAKER $32.56 1H 6W
CARPENTER $33.59 1B 6X
ELECTRICIAN $33.45 1 B 6X
HEAT&FROST INSULATOR $50.28 is 5J
LABORER $32.17 1 B 6X
Page 8
®w
KING COUNTY
r
EFFECTIVE 3-03-2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
MACHINIST $33.28 1B 6X
OPERATOR $35.61 1B 6X
PAINTER $33.21 113 6X
PIPEFITTER $33.18 1B 6X ■Il
RIGGER $33.17 1B 6X
SANDBLASTER $32.16 1B 6X
SHEET METAL $33.19 1B 6X
ori
SHIPFITTER $33.17 1B 6X
TRUCKER $33.04 1B 6X
WAREHOUSE $33.09 1 B 6X
WELDER/BURNER $33.17 1B 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 $39.19 2X 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $64.29 1X 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
STONE MASONS
JOURNEY LEVEL $46.35 1M 5A
STREET AND PARKING LOT SWEEPER WORKERS
JOURNEY LEVEL $19.09 1
SURVEYORS
CHAIN PERSON $9.35 1 at
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 $32.27 2B 5A
HOLE DIGGER/GROUND PERSON $18.10 2B 5A
INSTALLER(REPAIRER) $30.94 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A
SPECIAL APPARATUS INSTALLER 1 $32.27 2B 5A
llWf
SPECIAL APPARATUS INSTALLER II $31.62 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $32.27 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30.02 2B 5A
TELEVISION GROUND PERSON $17.18 2B 5A
TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A
TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A
TELEVISION TECHNICIAN $24.35 2B 5A
TREE TRIMMER $30.02 2B 5A
TERRAZZO WORKERS
JOURNEY LEVEL $45.26 1M 5A so
Page 9
KING COUNTY
EFFECTIVE 3-03-2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TILE SETTERS
JOURNEY LEVEL $21.65 1
TILE, MARBLE&TERRAZZO FINISHERS
1w FINISHER
$39.09 1 B 5A
TRAFFIC CONTROL STRIPERS
JOURNEYLEVEL $38.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS)
$45.63 1T 5D SL
ASPHALT MIX(OVER 16 YARDS) $46.47 IT 5D 8L
DUMP TRUCK $45.63 1T 5D 8L
DUMP TRUCK&TRAILER $46.47 1T 5D 8L
OTHER TRUCKS $46.47 1T 5D 8L
TRANSIT MIXER $23.45 1
aw WELL DRILLERS &IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $18.00 1
rr
rfr
■r
r
r�
�r
it
g
Page 10
s
BENEFIT CODE KEY - EFFECTIVE 03-03-2010 la
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. awl
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
IN
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 AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS 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 SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
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
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED 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.
0. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY ON
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.
Ed
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 03-03-2010
rrr
—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 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
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
rrir HOURS WORKED ON HOLIDAYS AND 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.
m 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) IN A
40 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
do EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE,ALL ADDITIONAL HOURS SHALL
BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8)
HOURS OR MORE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
err 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.
ow V. ALL HOURS WORKED ON 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.
ON W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
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.
rr X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED 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
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM(OR SUCH OTHER HOURS AS MAY BE AGREED
err UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER
DAY(10 HOURS PER DAY FOR A 4 X 10 WORKWEEK)AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.(EXCEPT FOR EMPLOYEES WHO ARE
ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL
BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY(10 IN A 4 X 10 WORKWEEK)
OR 40 HOURS DURING THAT WORKWEEK.)ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE
(12)HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
aw Z 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 THE STRAIGHT TIME RATE OF PAY IN
ADDITION TO HOLIDAY PAY.
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS 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.
■r 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.
BENEFIT CODE KEY-EFFECTIVE 03-03-2010
-3-
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
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY. ui
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.
L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN
MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE
OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED
MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
0. 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.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
S. 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, Irl
EXCEPT THE DAY AFTER THANKSGIVING,THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY,WHICH SHALL
BE PAID AT THE STRAIGHT TIME RATE IF WORKED,IN ADDITION TO HOLIDAY PAY.
T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS le
WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS
RATE SHALL INCLUDE HOLIDAY PAY.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. as
ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
to
V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP 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.
BENEFIT CODE KEY-EFFECTIVE 03-03-2010
r11
-4-
W. THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER
HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN-HOUR WEEKLY SCHEDULE, EITHER MONDAY
THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT
ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND
SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M.AND 6:00 A.M. AND ALL HOURS
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.
rr 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.
ar
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
rrr AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
rw 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).
aw
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).
+r
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).
to 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
Ow CHRISTMAS DAY(6).
J.. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7).
K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY
(9).
Yr
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
DAY(9).
rrr
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
or P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A
HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY.
or
BENEFIT CODE KEY-EFFECTIVE 03-03-2010
-5-
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,
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).
T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND THE DAY BEFORE OR
AFTER CHRISTMAS(9).
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.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS
- NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY,
THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
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, Of
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, W
INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS 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).
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. lrl
BENEFIT CODE KEY-EFFECTIVE 03-03-2010
-6-
to
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
rr CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
wo 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
IN EMPLOYEE'S CHOICE(9).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
ow 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
rr DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING
HOLIDAY(9).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). IF A HOLIDAY FALLS ON SATURDAY,THE
PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE
FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY.
NOTE CODES
8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE:
OVER 50'TO 100'-$2.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$3.00 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 220'-$4.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 220'-$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET
err C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
yw OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A: $0.75,LEVEL
B:$0.50,AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A& B: $1.00,
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL
B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25
wr
P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00,
CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50.
wr
4w
rr►
� ENVIRONMENTAL REGULATION
LISTING
REQUIREMENTS FOR THE PREVENTIEON OF ENVI'RONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATIJRA'L RESOURCES
In accordance with the provisions of Chapter 62, Laws of 1973, H.,B. 6211, :the Contract or shall
rrr secure any permits or licenses required by, and comply fully with all provisions of the following:
laws, ordinances,and resolutions:
King Count Ordinance No. 1521 requires Building and Land Development Division and
Hydraulics Division review of grading and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storrri drain design standards to be incorporated into
tw Project design standards to be incorpbrated,into project design liy Engineering Services. Review by
Hydraulics Division,
King County Ordinance No 800 No 900- No 1006 and Resolution No 8778 Na 24553 No
248.34 No 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for
disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply.
Review by Division of Solid Waste.
Puget Sound Air Pollution Control Agency Regulation 1- .A regulation to control the emission of air
4r contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control
Agency (King, Pierce,Snohomish, and Kitsap Counties)in accordance wiih'the Washington Clean
Air Act, R.C.W. 70.94,
an
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W-A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his
- operations, and to make such information available to the public. See Puget Sound Pollution
Control Agency Regulation 1.
r
R-C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water
of the State consistent with public health and public enjoyment thereof, the propagation and
protection of wildlife,birds, game, fish, and other aquatic life, and the industrial development of the
state, and to that end require the use of all known available and reasonable methods by industries
and others to prevent and control the pollution of the waters of the State of Washington. It is
wr unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides
for civil penalties of$5,000/day for each violation.
rrr
R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent
land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the
surface of the ground or into the waters of this State except at a solid waste disposal site for which
there is a valid permit.
R.C.W. 76-04.370. Provide for abatement of additional fire hazard (lands upon which there is forest
debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds,
and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or
spreads on property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest
fire conditions.
rrr
.r
H:1DIV 1SION.SIUTILI 'IE.SIWATER\RICK\Springbrook Sprinas\BIDSPEC.DOGbh
w
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF'PUBLIC NATURAL {
RESOURCUS
R.C.W. 70:94.660: Provides for issuance'of burning permits for abating or prevention of forest fire
aw _.
hazards, instruction:or agricultural operations.
R.C.W. 76-.04.314: Stipulates that everyone c_&,aring, land or clearing right-of-way shall pile and-
ow burn or dispose of by other satisfactory,.means, all :forest:.debris cut thereon, as rapidly as the
clearing or cutting progresses,-or. at such other times as the department may ,specify, and 'in
compliance with the lawrequiring;,burning perrruts:
R. C. W. 7844: Laws governing surface mining (includlrig sand, gravel, stone, and earth from
borrow pits) which provide for fees and permits, plan or operation;-reclamation plan, bonding, aiid
r inspection of operations.
W.A:C. 332-1$: Delineates all requirements of R.C.W. 76-04 pertaining to landclearing and
+rr burning.
U.S.ARMY CORPS OF ENGINEERS
Section,i of the River and Harbor Act of June 13 1902: Authorizes Secretary of Array and Corps
of Engineers to issue penniits ti any persons or corporation desiring to improve any navigable river
wr
at their own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the
Secretary of the Army, actingthrough the Corps of Engineers, to issue permits for the discharge of
WN dredged or fill material into the navigable waters at specified disposal sites. Perrnits may be denied
if it is determined that such discharge will have adverse effects on municipal water supplies, shell
fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
+.� Section 13 of the River and Harbor Act approved March 3,1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen
may file a complaint with the U.S.Attorney and share a portion of the fine.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying
r (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse
disposal sites and provides for Iand reclamation subsequent to these activities. A copy is available
at the Department of Public Works or Building and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit
acquired by Public Works and reviewed by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping,
quarrying and mining operations except on County right-of-way. Review by Building and Land
Development Division.
tow
H:IDIVISION.S\UTU-rTIE_S\IVATER\RICK\Spiingbrook SpringslBIDSPECDOUbh
+rr
REQUIREMENTS FOR THE PREVENNION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC"NATURAL RESOURCES
�w
WASHINGTON STATE DEPARTMENT OF FISERIES AND GAME
Chapter 112L Laws of 1949` Requires hydraulics permit on certain ;projects. (King County
Department of Public Works will obtain;)ow
"
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: ";Requires a National Pollutant Discharge Elimination System (NPDES) permit
before discharge of pollutants from a point source into the navigable waters of the State of
Washington.
W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or
ground water(succi as gravel washing, pit operations, or any operation which results in a discharge
w which contains turbidity).
W.A.C.508-12-100: Requires permit to use surface water.
err
W.A.C. 508712-190: Requires that changes toperibits,for water use,be reviewed by the Department
of Ecology whenever it is desired to change the purpose of use, the place of use, the point of
rr
withdrawal and/or the diversion of water.
W.A.C. 508-I2-220: Requires permit to use ground water.
arr W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
W.A.C_ 508-12-280: Requires permit to construct storage dam.
wr
W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public
Works secures one for design. Contractor secures one for his operation(false work design,etc.)
rwr
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
rc R.C.W. 76.04.150: Requires burning permit for all fres except for small outdoor fires for
recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves
the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and
70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
` R.C_W. 76.08.275: Operating permit required before operating power equipment in dead or down
timber.
R_C.W. 78.44.080: Requires permit for any surface mining operation(including sand, gravel,stone,
and earth from borrow pits)_
rr UNITED STATES ARMY CORPS OF ENGINEERS
Section I0 of River and Harbor Act of March 3 1899: Requires permit for construction (other than
aw bridges, see U. S. Coast Guard administered permits)on navigable waters (King County Department
of Public Works will obtain.)
r
H.IDIVISION.SIUTILrnE.SIWA7ER\RICK\Springbrook SpringsWDSPEC.DOC/bh
in
REQUIREMENTS FOR THE PREVENTION OF ENVIRONIVIENTAL POLLUTION AND"
Wr PRESERVATION OF PUBLIC NATURAL RESOURCES
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010 52.28.020 52.28030 52.28:040 52.28°6)50: Provides authority. for,
requirements of, and penalties for faiture to secure a fide permit for building an open fire within.a.
r fire protection district.
UNITED STATES COAST GUARD'
rr ';
Section 9 of River and Harbor Act of arc 3, I'899 General Bridge Act of March 23, 1306, and
General Bridge Act of 1946 as amended August 4 195b: <Requires a pemut:for coristructon'of
bridge on navigable waters (King,CoUr%ty Department of Public Works will obtain). Ding Comity
Department of Public Works will comply with pertinent: sections of the following laws 'while
securing the aforementioned peranrut Sean"on 4(f) of Department of Transportation Act, Natzoilal
err
Environmental Policy Act of 1969;W. Quality ImproveMeDt Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY
r
Section 9.02(4) (2)(iii) of Regulation I: Request for verification of population.density. Contractor
should be sure his operations are in eariipliance with Regulation I,partjed.larly Section9.02 (outdoor
fires),Section 9.04(particula(e matter-- dust), and Section 9.15 (preventing particulate matter froze
becoming airborne).
ENVIRONMENTAL PROTECTION AGENCY
it
Title 40, Chapter 1e, Part 61: Requires that the Environmental Protection Agency be notified five
(5) days prior to the demolition of any structure containing asbestos material (excluding residential
structures having fewer than five(5)dwelling units).
The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office
of the Director of Public Works,900 King County Administration Building, Seattle,WA. 98104.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices and no additional compensation
shall be made.
o
All permits will be available at construction site.
err
+r
H:IDIVISION.S\u7TI,t M.S\WATER\RICK\Springbrook Springs\13tDSPEC.DOCIbb
4W
of
Ak
� CITY OF RENTON
� SPECIAL PROVISIONS
City of Renton
SPECIAL PROVISIONS
�rr tl
SPECIAL PROVISIONS ............................................................................. 9
1-01 DEFINITIONS AND TERMS............................................................ 9
1-01.1 General...............oo—oo........o.......o.o.00.000000000.0000.o..000000..o...o_...o.....o.00.o. 9
1-01.3 Definitions......................................................................................... 9
1-02._BID PROCEDURES AND CONDITIONS:...............................
... 11
1-02.6 Preparation of Proposal.... ..o—000—o—000—o-......0000.00......_oo.00000.... 11
1-02.6(1) Proprietary Information .......................................................... 11
1-02.12 Public Opening of Proposals....................................................... 11
1-03 AWARD AND EXECUTION OF CONTRACT ............................ 11
1-03.1 Consideration of bids .................................................................... 11
1-03.2 Award of Contract......................................................................... 11
1-03.3 Execution of Contract................................................................... 12
1-04 SCOPE OF WORK.......................................................................... 12
1-04.2 Coordination of Contract Documents..o _o....000_...........o.....o.00... 12
1-04.3 Contractor-Discovered Discrepancies ......................................... 12
1-04.4 Changes.........o.00...._:oo...000—o—o-000—o-oo...o....—o—o—o....—......o_..._ 13
1-04.8 Progress Estimates and Payments................................................ 13
y1-04.11 Final Cleanup............................................................................... 13
1-05 CONTROL OF WORK.............o...__...........o........o.00...000-o—o—....o13
1-05.4 Conformity With and Deviation from Plans and Stakes ........... 13
1-05.4(3) Contractor Supplied Surveying.........__...o........__o......_000.00 14
�t.
1-05.4(4) Contractor Provided As-Built Information..............oo....oo....oo 15
1-05.7 Removal of Defective and Unauthorized Work.......................... 15
1-05.11(3) Operational Testing........—...........o....00000000_o._oo_000._o....o.... 17
1-05.14 Cooperation with Other Contractors........................................ 17
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed
Basin\2010 Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc1
1-05.18 Contractor's Daily Diary ............................................................ 18
1-06 CONTROL OF MATERIAL........................................................... 19
1-06.1 Approval of Materials Prior to Use.............................................. 19
1-06.2(1) Samples and Tests for Acceptance........................................... 19
1-06.2(2) Statistical Evaluation of Materials for Acceptance................ 19
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC........................................................................................................ 19
1-07.1 Laws to be Observed ..................................................................... 19
1-07.6 Permits and Licenses..................................................................... 19
1-07.9(5) Required Documents ................................................................20
1-07.11(11) City of Renton Affidavit of Compliance..............................20
1-07.12 Federal Agency Inspection..........................................................20
1-07.13(1) General.....................................................................................20 ,
1-07.16(l) Private/Public Property .............................................21
1-07.17 Utilities and Similar Facilities ....................................................22
1-07.17(1) Interruption of Services..........................................................23
1-07.18 Public Liability and Property Damage Insurance ................... 23
1-07.22 Use of Explosives..........................................................................26
1-07.23(1) Construction Under Traffic ...................................................26
1-08 PROSECUTION AND PROGRESS...............................................28
1-08.0 Preliminary Matters......................................................................28
1-08.0(1) Preconstruction Conference.....................................................28
1-08.1 Subcontracting. 29
..............................................................................
1-08.2 Assignment .....................................................................................30
1-08.3 Progress Schedule..........................................................................30
1-08.5 Time For Completion
1-08.6 Suspension of Work.......................................................................32
1-08.9 Liquidated Damages......................................................................32
1-08.11 Contractor's Plant and Equipment............................................33
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed
Basin\2010 Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc2
1-08.12 Attention to Work........................................................................33
1-09 MEASUREMENT AND PAYMENT..............................................33
1-09.1 Measurement of Quantities ..........................................................33
1-09.3 Scope of Payment...........................................................................34
1-09.7 Mobilization ....................................................................................35
1-09.9 Payments.........................................................................................35
1-09.9(1) Retainage ...................................................................................35
1-09.11(2) Claims..................................:....................................................37
1-09.13(3)8 Procedures to Pursue Arbitration.......................................38
1-09.14 Payment Scliedule (New Section):... ........ ..........................:......38
1-10 TEMPORARY TRAFFIC CONTROL..........................................40
1-10.1 General ...........................................................................................40
1-10.2(1)B Traffic Control Supervisor.................................................... 41 "
1-10.2(2) Traffic Control Plans................................................................ 41
1-10.3(3) Construction Signs.................................................................... 41
1-10.4 Measurement.................................................................................. 41
1-10.5 Payment.......................................................................................... 41
1-11 RENTON SURVEYING STANDARDS......................................... 42
2-01 CLEARING GRUBBING AND ROADSIDE CLEANUP...........47
2-01.1 Description ..................................................................................... 47
2-01.2 Disposal of Usable Material and Debris...................................... 47
2-01.5 Payment.......................................................................................... 47
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ............. 47
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs.................... 47
2-02.4 Measurement.................................................................................. 48
2-02.5 Payment.......................................................................................... 48
2-03 ROADWAY EXCAVATION AND EMBANKMENT..........o......oo. 48
2-03.3 Construction Requirements.......................................................... 48
2-03.4 Measurement...........000—....000—...oo—o.00.000-......-000000.....—........0000.o. 49
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-3497 Madsen Creek Sed
Basin\2010 Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc3
2-03.5 Payment..........................................................................................49
2-04 HAUL................................................................................................. 50
2-04.5 Payment..........................................................................................50
2-06 SUBGRADE PREPARATION........................................................50
2-06.5 Measurement and Payment......................................................... 50
2-09 STRUCTURE EXCAVATION........................................................50
2-09.1 Description ..................................................................................... 50
2-09.3(1)D Disposal of Excavated Material............................................ 50
2-09.4 Measurement..................................................................................50
2-09.5 Payment..........................................................................................51
5-04 ASPHALT CONCRETE PAVEMENT........................................... 52
5-06 TRENCH RESTORATION AND OVERLAY...............................54
7-01 DRAINS............................................................................................. 58
7-01.2 Materials.........................................................................................58
7-01.3 Construction Requirements..........................................................58
7-01.4 Measurement..................................................................................58
7-02 CULVERTS.......................................................................................58
7-02.2 Materials.........................................................................................58
7-04 STORM SEWERS............................................................................ 58
7-04.2 Materials.........................................................................................58
7-04.4 F
Measurement.................................................................................. 59
7-04.5 Payment.......................................................................................... 59
7-05 MANHOLES, INLETS,AND CATCH BASINS...........................59
7-05.3(1) Adjusting Manholes and Catch Basins to Grade................... 59
7-05.3(2) Abandon Existing Manholes.................................................... 60
7-05.3(3) Connections to Existing Manholes.......................................... 61
7-05.4 Measurement.........................:........................................................61
7-05.5 Payment.......................................................................................... 62
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS.............62
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed
Basin\2010 Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc4
7-08.3(1)C Bedding the Pipe ....................................................................62
7-08.3(2)A Survey Line and Grade.......................................................... 62
7-08.3(2)B Pipe Laying— General ...........................................................62
7-08.3(2)E Rubber Gasketed Joints ........................................................ 63
7-08.3(2)H Sewer Line Connections........................................................ 63
7-08.3(2)J Placing PVC Pipe......000.00000*000soos0000000000esos00000000e*e00000000000e000*0000 63
7-08.4 Measurement.................oo—o—...........000.00000*oo.00!00000*000000000000eoe000e000000 63
7-08.5 Payment.......................................................................................... 64
7-09 PIPE AND FITTINGS FOR WATER MAINS.............................. 64
7-09.3(15)A Ductile Iron Pipe................................................................... 64
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ........ 64
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene...64
7-09.3(19)A Connections to Existing Mains............................................ 65
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block................ 65
7-09.3(23) Hydrostatic Pressure Test....................................................... 65
7-09.3(24)A Flushing and ......................................................................... 66
7-09.3(24)D Dry Calcium Hypochlorite.................................................. 67
7-09.3(24)K Retention Period .............oo—o...__o... o.....oo...o.....____ 67
7-09.3(24)N Final Flushing and Testing................o......_...000...oo..._oo.00 o... 67
7-09.3(25) Joint Restraint Systems..........oo._....o—o—o—........—......oo.0000.00. 67
7-09.4 Measurement.....000000..o.o.00.o..o.o...o.......o....__.000000.........o.........oo.00000 69
7-09.5 Payment..........................................................................................69
7-12 VALVES FOR WATER MAINS......................................................70
7-12.3(1) Installation of Valve Marker Post.......oo......oo.000000....—.....oo-o—oo 70
7-12.3(2) Adjust Existing Valve Box to Grade........................................ 70
7-12.4 Measurement.........o...............o.......oo.000.000........_000.....--o—o—o—o—o 70
7-12.5 Payment.......................................................................................... 70
7-14 HYDRANTS...................0000.o.o.....o—o—o—e—o—es.oeses00000e*oo*00000*o*ooe000*e000 71
7-14.3(1) Setting Hydrants....................................................................... 71
L
H:\File Sys\SWP-Surface Water.Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed
Basin\2010 Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc5
7-14.3(3) Resetting Existing Hydrants....................................................72
7-14.3(4) Moving Existing Hydrants.......................................................72
7-14.5 Payment........................................................................................... 72
7-15 SERVICE CONECTIONS...............................................................72
7-15.3 Construction Details...................................................................... 72
7-15.5 Payment........... o.....o........o...0000...oo......oo--....---o.....o.......... 73
7-17 SANITARY SEWERS...................................................................... 73
7-17.2 Materials......oo.o....oo....o—....o..........000—.....oo-o-o--oo...—.....o—oo............ 73
7-17.3(1) Protection of Existing Sewerage Facilities.............................. 73
7-17.3(2)H Television Inspection..............................................................73
7-17.4 Measurement.................................................................................. 74
7-17.5 Payment........oo-.....oo-....oo—......o......-oo.......o...........—........—oo....o74
8-09 RAISED PAVEMENT MARKERS ................................................75
8-09.5 Payment.......................................................................................... 75
8-13 MONUMENT CASES,.....o.o.oeoo*00000*0000*ooesooes00000000*o*000*000eoeoos00000*000000 75
8-13.1 Description .....................................................................................75
8-13.3 Construction Requirements...........o—...o.......--oo...--.000..............o75
8-13.4 Measurement...........—0000.o—.......o....00000.........o.....—...oo...000—o....ooio 75
8-13.5 Payment.........................................................................................75
8-14 CEMENT CONCRETE SIDEWALKS..........................................76
8-14.3(4) Curing........................................................................................ 76
8-14.4 Measurement............oo-.....o...--o-o—oo.....000-...o...o—......o...oo....oo.00. 76
8-14.5 Payment76
8-17 IMPACT ATTENUATOR SYSTEMS............................................ 76
8-17.5 Payment.............-oo..................---.....o............o....—........---....o76
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND
ELECTRICAL............................................................................................ 77
8-20.2(1) Equipment List and Drawings.................................................77
8-22 PAVEMENT MARKING................................................................. 77
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed
Basin\2010 Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc6
8-22.1 Description ..................................................................................... 77
L
8-22.3(5) Installation Instructions........................................................... 78
8-22.5 Payment.......................................................................................... 78
8-23 TEMPORARY PAVEMENT MARKINGS..............--o....---- 78
8-23.5 Payment..........................................................................................78
8-24.3(1) Rock Wall.............—.......o—............—oo-.....000—oo.0000....-oo......-- 78
9-03.8(2) HMA Test Requirements........o.....o—o.......o—...—.....oo-o—o—o-o-80
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS .. 80
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ...................................... 80
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)........................ 80
171 9-05.7(2)A Basis for Acceptance (RC).....................................................81
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)................................. 81
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ...................81
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ..................................... 81
9-05.12(3) CPEP Sewer Pipe.................................................................... 82
9-05.14 ABS Composite Sewer Pipe........................................................82
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe.......o..............o....o.o...o. 82
9-08 PAINTS.............................................................................................. 83
9-08.8 Manhole Coating System Products......oo--....o......oo...oo.00.00.00...-83
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES......85
9-23.9 Fly Ash (RC)................................................................................... 85.
9-30 WATER DISTRIBUTION MATERIALS......................................85
9-30.3(1) Gate Valves (3inches to 12 inches)........................................... 85
9-30.3(3) Butterfly Valves......................................................................... 86
L
9-30.3(5) Valve Marker Posts................................................................... 86
L9-30.3(7) Combination Air Release/Air Vacuum Valves........................ 86
9-30.3(8) Tapping Sleeve and Valve Assembly......................o.......oo.......o 86
9-30.3(9) Blow-Off Assembly ...................................................................86
9-30.5 Hydrants......................................................................................... 87
H:\File Sys\SVP-Surface Water Projects\SVP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed
Basin\2010 Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc7
L
9-30.5(1) End Connections(RC).............................................................. 87
9-30.5(2) Hydrant Dimensions.................................................................87
9-30.6(3)B Polyethylene Pipe ................................................................... 87
9-30.6(4) Service Fittings..........................................................................87
9-30.6(5) Meter Setters ............................................................................. 87
r`
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed
Basin\2010 Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc8
SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, Commission, Department of Transportation, Secretary of
Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the
City of Renton acting through its City Council, employees, and duly authorized representatives for all
contracts administered by the City of Renton.
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
Act of god
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
rain, windstorm,high water or other natural phenomenon of unusual intensity for the specific locality .
of the work, which might reasonably have been anticipated from historical records of the general
locality of the work, shall not be construed as an act of god.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency.
Contract Price
Either the unit price,the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and
reads bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the
lowest responsible and responsive Bidder for the work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to
the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract
time begins.
Contract Completion Date: The date by which the work is contractually required to be
completed.
Final Acceptance Date: The date the Contracting Agency accepts the work as complete
per the contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public works project.
H:\File-Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc9
Inspector
Owner's authorized representative assigned to make necessary observations of the work performed or
being performed, or of materials furnished or being furnished by Contractor.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed
substitution. '
The responsibility and cost of furnishing necessary evidence, demonstrations, or other information
required to obtain the approval of alternative materials or processes by the Owner shall be entirely
borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as"Contract Bond"defined in the Standard Specifications.
Plans
The contract plans and/or standard plans which show location, character, and dimensions of
prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be
bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a
part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings"
or "Standard Details" generally used in specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to Engineer's points,this shall mean all marks, bench marks,reference
points, stakes, hubs,tack, etc., established by Engineer for maintaining horizontal and vertical control
of the work.
Provide
Means"furnish and install"as specified and shown in the Plans.
Secretary,Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Planning/Building/Public
Works Administrator.
Shop Drawings
Same as"Working Drawings"defined in the Standard Specifications.
Special Provisions
Modifications to the standard specifications and supplemental specifications that apply to an
individual project. The special provisions may describe work the specifications do not cover. Such
work shall comply first with the special provisions and then with any specifications that apply. The
Contractor shall include all costs of doing this work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by Engineer at request of Contractor by means of drawings or documents
necessary, in the opinion of Engineer,for the proper execution of the work. Such drawings and
instructions are consistent with the Contract Documents.
s
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc10
r
r..
Utility
Public or private fixed improvement for the transportation of fluids,gases,power, signals, or
communications and shall be understood to include tracks, overhead and underground wires, cables,
pipelines, conduits, ducts, sewers,or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.6 Preparation of Proposal
The third paragraph is revised as follows:
All prices shall be in legible figures and words written in ink or typed.The proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the decimal
point), each unit price shall also be written in words; where a conflict arises the written words shall
prevail.
1-02.6(1) Proprietary Information
1-02.6(1)is a new section.
Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable)
f formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW
42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for
such claim of exemption. The Department(or State)will give notice to the vendor of any request for
disclosure of such information received within 5 (five)years from the date of submission. Failure to
so label such materials or failure to timely respond after notice of request for public disclosure has
been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in
fact, so exempt.,
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless
so stated in the call for bids or special provisions.The City reserves the right however to award all or
any schedule of a bid to the lowest bidder at its discretion.
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
The contract, bond form, and all other forms requiring execution, together with a list of all other
forms or documents required to be submitted by the successful bidder, will be forwarded to the
successful bidder within 10 days of the award. The number of copies to be executed by the
Contractor shall be determined by the Contracting Agency.
H:\File.Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc11
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as
required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency,the
successful bidder shall provide any pre-award information the Contracting Agency may require under
Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any work begin within the project limits or within Contracting Agency-furnished sites. The
Contractor shall bear all risks for any work begun outside such areas and for any materials ordered
before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the Contracting Agency to possess a valid
City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation
activities.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2,2 over 3,3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to Division 1-99 APWA Supplement
6. Amendments to the Standard Specifications,
7. Division 1-99 APWA Supplement
8. WSDOT/APWA Standard Specifications for Road,Bridge and Municipal Construction
9. Contracting Agency's Standard Plans(if any)
10. WSDOT/APWA Standard Plans for Road,Bridge and Municipal Construction
Section 1-04.3 is a new section:
1-04.3 Contractor-Discovered Discrepancies
Upon receipt of award of contract, Contractor shall carefully study and compare all the components
of the Contract Documents and other instructions, and check and verify all field measurements.
Contractor shall, prior to ordering material or performing work, report in writing to Engineer any
H:\File Sys\SWP-Surface Water Projects\SWT-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.do02 .,
error, inconsistency, or omission in respect to design or mode of construction,which is discovered. If
Contractor, in the course of,this study or in the accomplishment of the work, finds any discrepancy
between the Plans and the physical condition of the locality as represented in the Plans, or any such
errors or omissions in respect to design or mode of construction in the Plans or in the layout as given
by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing,
and Engineer will promptly check the same. Any work done after such discovery, until correction of
Plans or authorization of extra work is given, if Engineer fmds that extra work is involved, will be
done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-
04.4 of the Standard Specifications.
1 1-04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate
such proposals by the Contractor on a case-by-case basis.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
unless another specific method of calculating lump sum payments is provided elsewhere in the
specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the
engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
contract documents then final clean up shall be considered incidental to the contract and to other pay
item and no further compensation shall be made.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey
work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in
these specifications, as being provided by the Engineer. All costs for this survey work shall be
included in"Contractor Supplied Surveying,"per lump sum.
The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing
lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11.
The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation
slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site which has been prepared to permit construction staking to
proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied
surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer
or Contractor supplied surveyor adequate time for setting stakes.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc13
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of
replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be deducted from monies due or to become
due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum
points used to determine any variation from a straight line or grade. Any such variation shall, upon
discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for
any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the Engineer.
All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these
specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by
the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the
Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these
field notes shall be provided the Engineer upon request and upon completion of the contract work the
field book or books shall be submitted to the Engineer and become the property of the Contracting
Agency.
If the survey work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
survey work and the survey work will be completed by the Engineer at the Contractor's expense.
Costs for completing the survey work required by the Engineer will be deducted from monies due or
to become due the Contractor.
All costs for survey work required to be performed by the Contractor shall be included in the prices
bid for the various items which comprise the improvement or be included in the bid item for
"Contractor Supplied Surveying" per lump sum if that item is included in the contracts.
1-05.4(3) Contractor Supplied Surveying
Section 1-05.4(3)is a new section:
When the contract provides for Contractor Supplied Surveying,the Contractor shall supply the survey
work required for the project. The Contractor shall retain as a part of the Contractor Organization an
experienced team of surveyors under the direct supervision of a professional land surveyor licensed
by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1-
11.
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and
omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a
manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the
satisfaction of the Engineer before the survey work may be continued.
The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to
protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's
intent to remove any survey stakes and/or points before physically removing them.
The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor
shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for
the project.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc14
If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and
specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer
may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work
as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied
surveying from moneys owed to the Contractor.
Payment per Section 1-04.1 for all work and materials required for the full and complete survey work
required to complete the project and as-built drawings shall be included in the lump sum price for
"Contractor Supplied Surveying."
1-05.4(4) Contractor Provided As-Built Information
Section 1-05.4(4)is a new section:
It shall be the contractors responsibility to record the location prior to the backfilling of the trenches,
by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed
during his work as covered under this project.
It shall be the contractor's responsibility to have his surveyor locate by centerline station, offset and
elevation each major item of work done under this contract per the survey standard of Section 1-11.
Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves,
vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards,
' Hydrants,Major Changes in Design Grade,Vaults,Culverts, Signal Poles,Electrical Cabinets.
After the completion of the work covered by this contract, the contractors surveyor shall provide to
the City the hard covered field book(s) containing the as-built notes and one set of white prints of the
project drawings upon which he has plotted the notes of the contractor locating existing utilities, and
one set of white prints of the project drawings upon which he has plotted the as-built location of the
new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and
signature certifying its accuracy.
All costs for as-built work shall be included in the contract item "Contractor Supplied Surveying,"
lump sum.
1-05.7 Removal of Defective and Unauthorized Work
Section 1-05.7 is supplemented as follows:
Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the
intent of the Contract and without expense to Owner, and shall bear the expense of making good all
work of other contractors destroyed or damaged by such removal or replacement.
If Contractor does not remove such condemned work and materials and commence re-execution of
the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in
the Standard Specifications. In that case,Owner may store removed material.
If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date
of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar
days' written notice, sell such materials at public or private sale, and deduct all costs and expenses
incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the
net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the
amount of any deficiency from any funds otherwise due Contractor.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is discovered, the Contractor shall promptly, upon written order by the
Contracting Agency, return and in accordance with the Engineer's instructions, either correct such
Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc15
it with non-defective and authorized Work, all without cost to the Contracting Agency. If the
Contractor does not promptly comply with the written order to correct defective and/or unauthorized
Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or
unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to
Correct Defective and/or Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting
Agency's rights under any law to obtain damages and recover costs resulting from defective and/or "
unauthorized work discovered after one year but prior to the expiration of the legal time period set
forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied
arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the
tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for
their protection, or any rights under any law permitting such persons to look to funds due the
Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and
notice of its provisions shall be given to all persons furnishing materials for the Work when no formal
contract is entered into for such materials.
1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete,the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. To be considered
substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental work,replacement of temporary substitute facilities, or
correction of repair work remains to reach physical completion of the work.
The Contractor's request shall list the specific items of work in subparagraph two above that remains
to be completed in order to reach physical completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If after this inspection,the Engineer concurs with the Contractor that the Work is substantially
complete and ready for its intended use,the Engineer,by written notice to the Contractor,will set the
Substantial Completion Date.If, after this inspection the Engineer does not consider the Work
substantially complete and ready for its intended use,the Engineer will,by written notice, so notify
the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion,whichever is
applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption,
the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the work physically complete and ready for Final Inspection.
1-05.11(2) Final Inspection Date
When the Contractor considers the Work physically complete and ready for Final Inspection, the
Contractor,by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc16
L-1
will set a date for Final Inspection.The Engineer and the Contractor will then make a final Inspection
and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection
revels the Work incomplete of unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued
vigorously, diligently, and without interruption until physical completion of the listed deficiencies.
t.,
This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written
Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, rake
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing , of the date upon which the Work was considered physically complete, that date
shall constitute the Physical completion date of the Contract, but shall not imply all the obligations of
the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3
working days'notice of the time for each test and inspection. If the inspection is by another authority
than Engineer, Contractor shall give Engineer a minimum of 3 working days'notice of the date fixed
for such inspection. Required certificates of inspection by other authority than Engineer shall be
too secured by Contractor.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
( * ***)
The Final Acceptance date shall be that date in which the Renton City Council formally approves
acceptance of the Contract.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
Contractor shall afford Owner and other contractors working in the area reasonable opportunity for
the introduction and storage of their materials and the execution of their respective work and shall
properly connect and coordinate Contractor's work with theirs.
Other utilities,districts,agencies,and contractors who may be working within the project area are:
1. Puget Sound Energy(gas and electric)
2. AT&T Broadband
3. QWest Communications
4. City of Renton(water, sewer,transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service
cabinet.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc17
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this
Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is
commonly available through commercial outlets. The Diary must contain the Project and Number; if
the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept
and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily
basis and must accurately represent all of the project activities on each day.
At a minimum,the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of work accomplished during the day with adequate references to
the Plans and Contract Provisions so that the reader can easily and accurately identify said
work in the Plans. Identify location/description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or
any third party in any manner.
5. Listing of any materials received and stored on- or off-site by Contractor for future
installation,to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of Contractor's employees working during each day by category of
employment.
9. Listing of Contractor's equipment working on the site during each day. Idle equipment on
the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by
Owner or other party during each day.
11. Entries to verify the daily(including non-work days) inspection and maintenance of traffic
control devices and condition of the traveled roadway surfaces. Contractor shall not allow
any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature,
quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by Contractor's official representative on the project.
Contractor may use additional sheets separate from the diary book if necessary to provide a complete
diary record,but they must be signed, dated,and labeled with project name and number.
It is expressly agreed between Contractor and Owner that the Daily Diary maintained by
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any
potential claims or disputes that might arise during this Contract. Failure of Contractor to
maintain this Diary in the manner described above will constitute a waiver of any such claims
or disputes by Contractor.
Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report.
H:\File Sys\SWP-Surface Water ProjectslSWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc18
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall
Linclude the quantity, manufacturer and model number, if applicable, of materials and equipment to be
installed under the Contract. This list will be checked by Engineer as to conformity with the Contract
Documents. Engineer will review the lists within 10 working days, noting required corrections.
Contractor shall make required corrections and file 2 corrected copies with Engineer within one week
after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve
Contractor from responsibility for suitability for the intended purpose, nor for deviations from the
Contract Documents.
1-06.2(1) Samples and Tests forAcceptance
Section 1-06.2(1)is supplemented a follows:
LThe finished Work shall be in accordance with approved samples. Approval of samples by Engineer
does not relieve Contractor of responsibility for performance of the Work in accordance with the
Contract Documents.
1-06.2(2) Statistical Evaluation of Materials forAcceptance
Section 1-06.02(2) is supplemented by adding the following:
i Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
lit Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
Contractor shall erect and properly maintain, at all times, as required by the conditions and progress
of the work, all necessary safeguards for protection of workers and the public; shall post danger signs
warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible
employee on the construction site whose duty shall be the enforcement of safety. The name and
position of such person so designated shall be reported in writing to Engineer by Contractor.
Contractor shall, at all times, enforce strict discipline and good order among all employees and shall
not employ any person unfit or not skilled in the work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by Contractor.
'1-Q7.5 Environmental Regulations Proiect SWO-27-2057
Section 1-07.5 is supplemented as follows:
(* ****)
The Contractor shall comply with all construction related provisions of the HPA and other
permits obtained by the City.
The Contractor shall be responsible for making any changes required by the agencies, and
payment of any fines, for violations of any construction related provisions. The City will not
make additional compensation for any changes or fines due to the Contractors violations.
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
LCleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc19
The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
Contractor shall be required to comply with all conditions of the permits, easements, and rights of
entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all
easements and rights of entry. y
All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply
with the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the work, and inspection fees in connection therewith shall be secured and
paid for by Contractor. If Owner is required to secure such permits, permission under franchises,
licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against
Contractor and deducted from any funds otherwise due Contractor.
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower
tier subcontractors,regardless of project's funding source. tin
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11) is new:
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the
"City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be
bound in the bid documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications and are made
a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended,
are less restrictive than Washington State Law,then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier
subcontracts, together with the wage rates. The Contractor shall also ensure that this section,
REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and
lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will
be provided with extra copies of the FHWA 1273, the amendments thereto,the applicable wage rates,
and this Special Provision.
1-07.13(1) General
Section 1-07.13(1)is supplemented as follows:
During unfavorable weather and other conditions, the contractor shall pursue only such portions of
the work as shall not be damaged thereby.
No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist, unless by special means or precautions
acceptable to the engineer,the contractor shall be able to overcome them.
H:\File Sys\SWP-Surface Water Projects\SWR27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc20
,t
L
1-07.15 Temporary Water Pollution/Erosion Control
Delete the first paragraph,and replace it with the following:
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
protecting the work,nearby land, streams , and other bodies of water, the Contractor shall perform all
work in strict accordance with all Federal, State, and local laws and regulations governing waters of
the State, as well as permits,acquired for the project.
1-07_14 Responsibility for Damage = , Project SWP-27-2057
Section 1-07.14 is supplemented by adding the following:
All references to the"State", "Commission", Secretary» "Department", «, and officers and employees
of the State"shall read"Contracting Agency".
1-07.16(1) Private/Public Property
Section 1-07.16(1)is supplemented by adding the following:
1 The Contracting Agency will obtain all easements and franchises required for the project. The
contractor shall limit his operation to the areas obtained and shall not trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection with the work under
the contract together with the right of access to such lands. The contractor shall not unreasonably
encumber the premises with his equipment or materials.
The contractor shall provide, with no liability to the Contracting Agency, any additional land and
access thereto not shown or described that may be required for temporary construction facilities or
storage of materials. He shall construct all access roads, detour roads, or other temporary work as
required by his operations. The contractor shall confine his equipment, storage of material, and
t operation of his workers to those areas shown and described and such additional areas as he may
provide.
A. General. All construction work under this contract on easements, right-of-way, over private
property or franchise, shall be confined to the limits of such easements,right-of-way or franchise. All
work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of
damage. The contractor shall schedule his work so that trenches across easements shall not be left
open during weekends or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The contractor shall remove such existing structures as may be necessary for
the performance of the work and, if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures which may be damaged as a result of
L
the work under this contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns,and other surface improvements which are damaged by actions of the contractor
shall be restored as nearly as possible to their original condition.
Prior to excavation on an easement or private right-of-way,the contractor shall strip top soil from the
trench or construction area and stockpile it.in such a manner that it may be replaced by him, upon
completion of construction. Ornamental trees and shrubbery shall be carefully removed with the
earth surrounding their roots wrapped in burlap and replanted in their original positions within 48
hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of
equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to
trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches
have been backfilled. The lawn area shall be cleaned by sweeping or other means,of all earth and
debris.
The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc21
side sewer contractors for all work, including excavation and backfill, on easements or rights-of-way
which have lawn areas. All fences,markers,mailboxes,or other temporary obstacles shall be
removed by the contractor and immediately replace, after the trench is backfilled, in their original
position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in
advance of any work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering and/or other
construction activity under this contract shall be restored to their original condition or better. The
original condition shall be established by photographs taken and/or inspection made prior to
construction. All such work shall be done to the satisfaction of the property Owners and the
Contracting Agency at the expense of the contractor.
D. Streets. The contractor will assume all responsibility of restoration of the surface of all
streets(traveled ways)used by him if damaged.
In the event the contractor does not have labor or material immediately available to make necessary
repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make
the necessary repairs and the cost of such repairs shall be paid by the contractor.
The contractor is responsible for identifying and documenting any damage that is pre-existing or
caused by others. Restoration of excavation in City streets shall be done in accordance'with the City
of Renton Trench Restoration Requirements, which is available at the Public Works Department
Customer Services counter on the 6th floor,Renton City Hall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to
Engineer. Information and data shown or indicated in the Contract Documents with respect to
existing underground utilities or services at or contiguous to the project site are based on information
and data furnished to Owner and Engineer by owners of such underground facilities or others, and
Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to
be understood that other aboveground or underground facilities not shown in the Plans may be
encountered during the course of the work.
All utility valves,manholes,vaults, or pull boxes which are buried shall be conspicuously marked in a
fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be
determined by the Engineer or utility personnel under adverse conditions, (inclement weather or
darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume
that every property parcel will be served by a service connection for each type of utility.
Contractor shall check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. Contractor shall resolve all crossing and clearance problems
with the utility company concerned. No excavation shall begin until all known facilities, in the
vicinity of the excavation area,have been located and marked.
In addition to Contractor having all utilities field marked before starting work, Contractor shall have
all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48 Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract, Contractor shall notify the Underground
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc22
rUtilities Location Center by telephone of the planned excavation and progress schedule. Contractor is
also warned that there may be utilities on the project that are not part of the One Call system. They
must be contacted directly by Contractor for locations.
Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
Existingutilities for telephone,
power, gas, water, and television cable facilities shall be adjusted or
relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments
may be completed before Contractor begins work, or may be performed in conjunction with the
contract work. Contractor shall be entirely responsible for coordination with the utility companies
and arranging for the movement or adjustment, either temporary or permanent, of their facilities
within the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, Contractor shall continue the construction process on other aspects
of the project whenever possible. No additional compensation will be made to Contractor for reason
of delay caused by the actions of any utility company and Contractor shall consider such costs to be
incidental to the other items of the contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in
advance of the Contractor's operations. If potholing is not included as a bid item then it shall be
considered incidental to other work. The Contractor shall submit all potholing requests to the
Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the
t Contractor shall provide potholing at Engineer's request.
In no way shall the work described under Utility Potholing relieve Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
Payment
Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with
r` Section 1-09.6 of the Standard Specifications and these Special Provisions:
"Utility Potholing,"Force Account
"Resolution of Utility Conflicts,"Force Account
1-07.17(1) Interruption of Services
Section 1-07.17(1)is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an outage of
utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than
48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration
of outages,and shall estimate the length of time service will be interrupted and so notify the users. In
the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be
made. Temporary service, if needed,will be arranged by Contractor at no cost to Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary
overhead lighting to meet above requirements shall be incidental to the various unit and lump sum
items of the Contract;no separate payment will be made.
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(1) General
The contractor shall obtain and maintain in full force and effect, from the Contract Execution
Date to the Completion Date, public liability and property damage insurance with an insurance
L
H:\File Sys\SWP-Surface Water Projects\SWT-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc23
company(ies) or through sources approved by the State Insurance Commissioner pursuant to
RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.The
coverage shall protect against claims for bodily injuries, personal injuries, including accidental
death, as well as claims for property damages which may arise from any act or omission of the
Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage
and limits established under the term of the Contract for work are in full force and effect during
the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance
policy effecting coverage(s) required on the contract prior to the date work commences. Failure
of the Contractor to fully comply during the term of the Contract with the requirements
described herein will be considered a material breach of contract and shall be caused for
immediate termination of the Contract at the option of the Contracting Agency.
1-07.18(2) Coverages
As part of the response to this proposal, the Contractor shall submit a completed City of Renton
Insurance Information form which details specific coverage and limits for this contract.
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years m'
after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4. Possess a minimum A.M. Best rating of AVII(A rating of A XII or better is preferred.)
If any insurance carrier possesses a rating of less than AVII, the City may make an
exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the
Contractor to fully comply during the term of the contract with these requirements will be
considered a material breach of contract and shall be cause for immediate termination of the
contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, the City of Renton shall not be deemed or construed to have
assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own
risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable).
• Explosion, Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
tkt
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc24
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
C. Workers'Compensation
• Statutory Benefits(Coverage A)- Show Washington Labor&Industries Number
D. Umbrella Liability(when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes Professional
Liability, (i.e. architectural, engineering, advertising, or computer programming) the
CONTRACTOR shall maintain professional liability covering wrongful acts, errors
and/or omissions of the CONTRACTOR for damage sustained by reason of or in the
course of operations under this Contract.
F. The Contracting Agency reserves the right to request and/or require additional
coverages as may be appropriate based on work performed(i.e. pollution liability).
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees
and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work.The
City reserves the right to request copies of insurance policies, if at their sole discretion it is
deemed appropriate.Further,all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self-
insurance carried by CITY OF RENTON.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause(Cross Liability)
D. Policy may not be non-renewed, canceled or materially changed or altered unless forty-
five (45) days prior written notice is provided to CITY OF RENTON. Notification
shall be provided to CITY OF RENTON by certified mail.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the contractor from
liability in excess of such limits. The CONTRACTOR shall carry the following limits of
liability as required below:
Commercial General Liability
General Aggregate* $2,000,000 **
Products/Completed Operations Aggregate $2,000,000 **
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000
Medical Payments(Any One Person) $5,000
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers'Compensation
Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc25
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations.Aggregate $1,000,000
Professional Liability(If required) y.
Each Occurrence/Incident/Claim $1,000,000
Aggregate $2,000,000
The City may require the CONTRACTOR to keep professional liability coverage in effect for up
to two(2)years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general
aggregate or other aggregate limits are reduced. At their own expense,the CONTRACTOR will
reinstate the aggregate to comply with the minimum limits and requirements as stated in Section
1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing
such coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance mv
>„
by submitting to the CONTRACTING AGENCY the following:
1. City of Renton Insurance Information Form(attached herein)without modification.
2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as
specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other
requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder";
B. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the
company, its agents or representatives".
C. Amend the cancellation clause to state: "Policy may not be non-renewed,
canceled or materially changed or altered unless 45 days prior written notice is
provided to the City". Notification shall be provided to the City by certified mail.
For Professional Liability coverage only, instead of the cancellation language specified
above, the City will accept a written agreement that the consultant's broker will provide
the required notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under such
restrictions as may be required by the proper authorities. Explosives shall be handled and used in
strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The
individual in charge of the blasting shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
1-07.23(1) Construction Under Traffic
Section 1-07.23(1)is supplemented by adding the following:
(******)
The contractor shall be responsible for controlling dust and mud within the project limits and on any
street which is utilized by his equipment for the duration of the project. The contractor shall be
prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary
by the engineer,to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no compensation will be
made for this section.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc26
Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be
transmitted to the Contractor and prompt action in correcting them will be required by the Contractor.
Contractor shall maintain the roads during construction in a suitable condition to minimize affects to
vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits during
working hours. One lane shall be provided in each direction for all streets during non-working hours.
Contractor shall provide one driveable roadway lane and maintain convenient access for local and
commuter traffic to driveways, businesses, and buildings along the line of Work throughout the
course of the project. Such access shall be maintained as near as possible to that which existed prior
to the commencement of construction. This restriction shall not apply to the paving portion of the
construction process.
Contractor shall notify and coordinate with all property owners and tenants of street closures, or other
restrictions which may interfere with their access—at least 24 hours in advance for single-family
residential property, and at least 48 hours in advance for apartments, offices, and commercial
property. Contractor shall give a copy of all notices to Engineer.
When the abutting owners'access across the right-of-way line isto be eliminated and replaced under
the Contract by other access, the existing access shall not be closed until the replacement access
facility is available.
All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not
open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or
covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway
remains closed to public traffic. Steel plates must be anchored.
1-07.24 Rights of Way
Section 1-07.24 is supplemented by adding the following:
Street right of way lines, limits of easements. and limits of construction permits are indicated on the
Drawings. The Contractor's construction activities shall be confined within these limits unless
arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and
tri easements, both permanent and temporary, necessary for carrying out the completion of the Work.
Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a
duly issued Addendum.
Whenever any of the Work is accomplished on or through property other than public tight of way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements are included in the Contract Provisions or made available to the Contractor as soon as
practical after they have been obtained buy the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so
noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where
right of way, easements or rights of entry have not been acquired until the Engineer certifies to the
Contractor that the right of way or easement is available or that the right of entry had been received.
If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements,rights of entry of right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes
entry onto easements and private property where private improvements must be adjusted.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc27
The Contractor shall be responsible for providing, without expense or liability of the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this contract.The statement shall be signed by the private property owner,
or proper authority acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained or, in the case of a
release, that the restoration of the property has been satisfactorily accomplished. The statement shall
include the parcel number, address and date of signature. Written releases must be filed with the
Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
Section 1-08.0 is a new section with subsection:
1-08.0 Preliminary Matters
1-08.0(1) Preconstruction Conference
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional
documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part
of the Work the Contractor shall carefully study and compare the Contract Documents and check and
verify pertinent figures shown therein and all applicable field measurements. The Contractor shall
promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor
may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such other
interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
4 Contractor's plan of operation and progress schedule(3+copies)
4 Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with Bid)
4 List of materials fabricated or manufactured off the project
+ Material sources on the project
4 Names of principal suppliers
4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
4 Weighted wage rates for all employee classifications anticipated to be used on Project
4 Cost percentage breakdown for lump sum bid item(s)
4 Shop Drawings(bring preliminary list)
4 Traffic Control Plans(3+copies)
4 Temporary Water Pollution/Erosion Control Plan
In addition,the Contractor shall be prepared to address:
Bonds and insurance
Project meetings—schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than Contractor
Compliance with Contract Documents
Acceptance and approval of work
Labor compliance,payrolls,certifications
Safety regulations for Contractors'and Owner's employees and representatives
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc28
r ,
Suspension of work,time extensions
Change order procedures
Progress estimates-procedures for payment
Special requirements of funding agencies
Construction engineering,advance notice of special work
Any interpretation of the Contract Documents requested by Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the work
Processing and administration of public complaints
Easements and rights of entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and Contractor should be
prepared for their review and discussion of progress schedule and coordination.
1-08.1 Subcontracting
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7
calendar days prior to start of a subcontractor's work.
Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by
the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor.
Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in
the Contract Documents shall create any contractual relation between any subcontractor and Owner.
Contractor shall be responsible for making sure all subcontractors submit all required documentation,
forms, etc.
1-08.1(3) Hours of Work
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal
straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m.
and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The
normal straight time 8-hour working period for the contract shall be established at the preconstruction
conference or prior to the Contractor commencing the Work.
If a Contractor desires to perform work-on holidays, Saturdays, Sundays, or before 7:00 a.m. or after
6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work
such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not
required. Such requests shall be submitted to the Engineer no later than noon on the working day
prior to the day for which the Contractor is requesting permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the
hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control
requirements. Approval to continue work during these hours may be revoked at any time the
contractor exceeds the Contracting Agency's noise control regulations or complaints are received
from the public or adjoining property owners regarding the noise from the Contractor's operations.
The Contractor shall have no claim for damages or delays should such permission be revoked for
these reasons.
Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight time
working hours Monday through Friday may be given subject to certain other conditions set forth by
the Contracting Agency or Engineer. These conditions may include but are not limited to : requiring
the Engineer or such assistants as the Engineer may deem necessary to be present during the Work;
requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid
Contracting Agency employees who worked during such times; considering the Work performed on
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc29
Saturday and holiday as working day with regards to the Contract Time; and considering multiple
work shifts as multiple working days with respect to Contract Time even though the multiple shifts
occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews;
personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting
Agency employees when in the opinion of the Engineer such work necessitates their presence.
1-08.1(3)Reimbursement for Overtime Work of Contracting Agency Employees
Where the Contractor elects to work on a Saturday, Sunday,or other holiday,of longer than an 8-hour
work shift on a regular working day, as defined in the Standard Specifications, such work shall be
considered as overtime work. On all such overtime work an inspector will be present, and a survey
crew may be required at the discretion of the Engineer.The Contractor shall reimburse the
Contraction Agency for the full amount of the straight time plus overtime costs for employees of the
Contracting Agency required to work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from
the amount due or to become due the Contractor.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
Contractor shall not assign any moneys due or to become due to Contractor hereunder without the
prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs,
withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
Preconstruction Conference. The schedule shall be prepared using the critical path method(CPM),
preferably using Microsoft Project or equivalent software. The schedule shall contain this
information,at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a complete
and functional project are considered. Any activity that has a scheduled duration exceeding 30
calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar
days.
The schedule shall clearly indicate the activities that comprise the critical path. For each activity
not on the critical path,the schedule shall show the float, or slack,time.
2. Procurement of material and equipment.
3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall
be shown as separate activities.
4. Work to be performed by a subcontractor, agent,or any third party.
5. Allowances for delays that could result from normal inclement weather (time extensions due to
inclement weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others)to locate, monitor, and adjust
their facilities as required.
Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion
of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any
other activity of other contractors, the availability of all or portions of the job site, or special
provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall
provide such revised schedule within 10 days of request.
If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind
schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule
indicating how the remaining work items will be completed within the authorized contract time.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc30
Contractor shall promptly report to Engineer any conditions which Contractor feels will require
revision of the schedule and shall promptly submit proposed revisions in the progress schedule for
acceptance by Engineer. When such changes are accepted by Engineer,the revised schedule shall be
followed by Contractor.
Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth
specific work to be performed the following week, and a tentative schedule for the second week.
Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the
progress schedule a minimum of two times per month. Failure, without just cause, to maintain
progress in accordance with the approved schedule shall constitute a breach of Contract. If, through
no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require
Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will
thereafter, in all respects, apply in lieu of the original schedule.
Failure of Contractor to follow the progress schedule submitted and accepted, including revisions
thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or
any portion of the job site,and will relieve Owner of any responsibility for delays to Contractor in the
performance of the work.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly
schedules shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is supplemented as follows:
Notice to Proceed will be given after the contract has been executed and the contract bond and
evidence of insurances have been approved and filed by the Owner. The Contractor shall not
commence the Work until the Notice to Proceed has been given by the Engineer.The Contractor shall
commence construction activities on the Project Site within ten days of the Notice to Proceed Date.
The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption
until physical completion of the work. There shall be no voluntary shutdowns or slowing of
operations b the Contractor without prior approval of the Engineer. Such approval shall not relieve the
Contractor from the Contractual obligation to complete the work within the prescribed Contract Time.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer. The Contract Time will be stated in"working days", shall
begin on the Notice To Proceed Date, and shall end on the Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically
suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day,November 11,
Thanksgiving Day,the day after Thanksgiving, and Christmas Day. The day before Christmas shall be
a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a
holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day
occurs on a Saturday, the two preceding working days shall be observed as holidays. When
Christmas day occurs on a Sunday, the two working days following shall be observed as holidays.
When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a
non-working day and when they fall on a Sunday the following Monday will be counted as a non-
working day. The Contract Time has been established to allow for periods of normal inclement
weather which, from historical records, is to be expected during the Contract Time, and during which
periods, work is anticipated to be performed. Each successive working day,beginning with the Notice
to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time
as it occurs except a day or part of a day which is designated a nonworking day or an Engineer
determined unworkable day.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc31
The Engineer will furnish the Contractor a weekly report showing (1) the number of working days
charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3)
the number of working days remaining in the Contract Time; (4)the number of nonworking days; and
(5) any partial or whole days the Engineer declared unworkable the previous week. This weekly
report will be correlated with the Contractor's current approved progress schedule. If the Contractor
elects to work 10 hours a day and.4 days a week (a 4-10 schedule) and the fifth day of the week in
which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that
week will be charged as a working day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a
written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will
be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial Completion,
Physical Completion,and Completion Dates are specified in Sections 1-05.11 and 1-05.12.
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall
provide the Contracting Agency with copies of purchase orders for all equipment items deemed
critical by the Contracting Agency, including but not limited to signal controller materials, lighting
standards, and signal standards required for the physical completion of the contract. Such purchase
orders shall disclose the estimated delivery dates for the equipment. 31
All items of work which can be performed without delivery of the critical items shall start and be
completed as soon as possible. At that time, Engineer may suspend the work upon request of
Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a
purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
Contractor will be entitled to only one such suspension of time during the performance of the work 3
and during such suspension shall not perform any additional work on the project. Upon delivery of
the critical items, contract time will resume and continue to be charged in accordance with Section 1WA
-
08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in
writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the
written notice from Owner to Contractor to do so.
Contractor shall not suspend work under the Contract without the written order of Owner.
If it has been determined that Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays and shall be based upon Contractor's 31
diligently pursuing the work at a rate not less than that which would have been necessary to complete
the original Contract Work on time.
1-08.9 Liquidated Damages 36
Section 1-08.9 is supplemented as follows:
In addition, Contractor shall compensate Owner for actual engineering inspection and supervision -3
costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor
costs will be billed to Contractor at actual costs, including administrative overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any provision of this
Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs,
including reasonable attorneys fees,from Contractor.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc32
Q,.
1-08.11 Contractor's Plant and Equipment
The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of
his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
contractor's plant and equipment in the performance of any work on the site of the work.
The use by the Owner of such plant and equipment shall be considered as extra work and paid for
accordingly.
Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site
from the time contractor's operations have commenced until final acceptance of the work by the
engineer and the Owner. The contractor shall employ such measures as additional fencing,
barricades, and watchmen service, as he deems necessary for the public safety and for the protection
of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured
areas.
1-08.12 Attention to Work
Section 1-08.12 is a new section:
The contractor shall give his personal attention to and shall supervise the work to the end that it shall
be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times
be represented by a competent superintendent who shall have full authority to execute the same, and
to supply materials, tools, and labor without delay, and who shall be the legal representative of the
contractor. The contractor shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost
i percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
list the items included in the lump sum together with a unit price of labor, materials, and equipment
for each item. The surnmation of the detailed unit prices for each item shall add up to the lump sum
bid. The unit price values may be used as a guideline for determining progress payments or
deductions or additions in payment for ordered work changes.
Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the
following manner. Where items are specified to be paid by the cubic yard, the following tally system
shall be used.
All trucks to be employed on this work will be measured to determine the volume of each truck.
Each truck shall be clearly numbered,to the satisfaction of Engineer,and there shall be no duplication
of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name,date and time of delivery
4 Location of delivery,by street and stationing on each street
5 Place for Engineer to acknowledge receipt
6 Pay item number
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc33
7 Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each
truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to
the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay
quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery
of materials. Tickets not receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication
of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project.
All tickets received that do not contain the following information will not be processed for payment:
1. Truck number
2. Truck tare weight(stamped at source)
3. Gross truck load weight in tons(stamped at source)
4. Net load weight(stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
3-
7. Place for Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name 3
1-69.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
"Payment" clause of each Section of the Standard Specifications, will be the only items for which
compensation will be made for the Work described in or specified in that particular Section when the
Contractor performs the specified Work. Should a Bid Item be listed in a"Payment" clause but not in
the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated
as included in or incidental to a pay item in the contract and is not work that would be required to
complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as 3
for Extra Work pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous. 3-1
If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form
requires that said unit Bid Item price cover and be considered compensation for certain work or
material essential to the item, then the work or material will not be measured or paid for under any
other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the
Specifications shall be considered as including all of the Work required, specified, or described in that
particular Section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid form.When items are to be"furnished"under one payment item and"installed"
under another payment item, such items shall be furnished FOB project site, or, if specified in the
Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and
installed" under these conditions, shall be the responsibility of the Contractor with regard to storage
until such items are incorporated into the Work or, if such items are not to be incorporated into the
work, delivered to the applicable Contracting Agency storage site when provided for in the
f'
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc34
Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be
made on monthly estimates to the extent allowed.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of
an office, buildings, and other facilities necessary for work on the project;providing sanitary facilities
for Contractor's personnel; and obtaining permits or licenses required to complete the project not
furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone, facsimile
machine, and copy machine during all hours Contractor is working on the jobsite; and a table and
chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization,"Lump Sum.
1-09.9 Payments
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by Engineer by
receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and
other such evidence of Contractor's right to payment as Engineer may direct.
Contractor shall submit a progress report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the progress
schedule(see Section 1-08.3).
1-09.9(1) Retainage
Section 1-09.9(1)is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims have been
filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor.
In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to
satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is
required to satisfy any claims by Owner against Contractor, until such claims have been finally
settled.
Neither the final payment nor any part of the retained percentage shall become due until Contractor, if
requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in
full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge
or information,the release and receipts include all labor and materials for which a lien could be filed:
but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond
satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all
payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled
to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees.
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain
Amounts
Section 1-09.9(2)is a new section:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc35
In addition to monies retained pursuant to RCW 60.28 and subject to RXW 39.04.250, RCW 39.12
and RCW 39.76,the Contractor authorizes the Engineer to withhold progress payments due or deduct
an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may
be necessary to cover the Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been
filed.
2. Where the Contractor has not paid fees or charges to public authorities of municipalities
which the contractor is obligated to pay.
3. Utilizing material,tested and inspected by the Engineer, for purposes not connected with
the Work(Section 1-05.6)
4. Landscape damage assessments per Section 1-07.16.
5. For overtime work performed by City personnel per Section 1-08.1(4)
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's
approved progress schedule which indicates the Work will not be complete within the
Contract Time.When calculating an anticipated time overrun,the Engineer will make
allowances for weather delays,approved unavoidable delays,and suspensions of the
Work.The amount withheld under this subparagraph will be base upon the liquidated
dames amount per day se forth in Contract Documents multiplied by the number of days
the Contractor's approved progress schedule, in the opinion of the Engineer,indicates the
Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations under the
contract, including but not limited to:
a. Failure of the Contractor to perform any of the Contractor to provide the Engineer
with a field office when required by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes,markers, etc.,or to provide adequate
survey work as required by Section 1-05.5.
c. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu
of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls,Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor of subcontractor an=of any tier as required
by Section 1-07.9.
f. Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW) as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this section to a party or parties who are entitled to payment.
Disbursement of such funds, if the Engineer elects to do so will be made only after giving the
Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and
if prior to the expiration of the 15-calendar day period,
1. no legal action has commenced to resolve the validity of the claims, and
2. the Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this 1<
section will be made. A payment made pursuant to this section shall be considered as payment
make under the terms and conditions of the Contract. The Contracting Agency shall not be liable
to the Contractor for such payment make in good faith.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc36
1-09.9(3) Final Payment
Section 1-09.9(2)is a new section:
Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the Final Payment shall be and shall operate as a release:
1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
in stated amounts as may be specifically excepted in writing by the Contractor;
2. for all things done or furnished in connection with the Work;
3. for every act and neglect by the Contracting Agency; and
4. for all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or the
Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to
investigate and act upon findings of non-compliance with the WMBE requirements of the Contract;
nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,
or obtaining such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency,the Contractor shall submit an affidavit,
on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority
(MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify
the amounts paid to the DB,MBE or WBE subcontractors regardless of tier.
On Federally-funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or
gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the contract,the Contracting Agency reserves the right
to establish a completion date and unilaterally accept the contract. Unilateral acceptance will occur
only after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents, If voluntary compliance is not achieved, formal notification of
the impending unilateral acceptance will be provided by certified letter from the Engineer to the
Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents.
The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the
Engineer requesting the necessary documents. This reservation by the Contracting Agency to
unilaterally accept the contract will apply to contracts that are completed in accordance with Section
1-08.5 of for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance
of the contract by the Contracting Agency does not in any way relieve the Contractor of the
provisions under contract or of the responsibility to comply with all laws, ordinances, and regulations
— Federal, State, or local — that affect the contract. The dated the Contraction Agency unilaterally
signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12).
1-09.11(2) Claims
Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in
this section for any claim shall operate as a waiver of the claims by the Contractor as provided in
Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
...such claims or causes of action shall be brought in the Superior Court of the county where the work
is performed.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc37
1-09.13(3)B Procedures to Pursue Arbitration -3
Section 1-09.13(3)B is supplemented by adding:
******) WM It
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a
petition for review by the superior court of King County, Washington. The grounds for the petition
for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing
their findings and conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the contractor unless it is the
board's majority opinion that the contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne by the contractor.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc38
1-09.14 Payment Schedule (New Section) Project SViIP-27-349
General -Scope
A. Payment for the various Bid Items, as further specified herein, shall include all
compensation to be received by the CONTRACTOR for furnishing all tools, equipment,
supplies, and manufactured articles, and for all labor, operations, and incidentals
appurtenant to the items of work being described, as necessary to complete the
various items of the WORK all in accordance with the requirements of the Contract
Documents, including all appurtenances thereto, and including all costs of compliance
with the regulations of public regulations of public agencies having jurisdiction,
including Safety and Health Administration of the US Department of Labor(OSHA).
B. The Owner shall not pay for material quantities that exceed the actual measured
amount used and approved by the ENGINEER.
C. It is the intention of these specifications that the performance of all work under the bid
for each item shall result in the complete construction, in an accepted operating
condition, of each item.
Work and material a not specifically listed In the proposal but required in the plans,
specifications, and general construction practice, shall be considered incidental to the
construction of the project and the Contractor shall include the cost within the unit bid
prices. No separate payment will be made for incidental items.
1-09.14(1) Basic Bid (New Section)
This section is an outline of the basic bid items that will determine the low bidder for this
project. Measurement and Payment, where described in a bid item, shall supercede
Measurement and Payment listed in other sections of the Special Provisions and Standard
Specifications.
Basis For Award
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedule items of all schedules set forth in
the bid forms to be considered responsive for award. Partial bids will not be accepted.
The total price of all schedules will be used to determine the successful low responsive
bidder.
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.
Permits, Award, and Construction
The award and execution of the contract is contingent upon the City obtaining the required
Army Corps of Engineers and Department of Ecology permits, and provided that there is
sufficient time to execute the contract and complete all work that is governed by the Army
H:\File Sys\SWP-Surface Water Prcjects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010 Cleaning\1601
2010 FINAL SPEC-Madsen\22-Bid Item Section I-09-14.doc
Section 1-09.14 Bid Items, Page 1 of 7
Corps of Engineers, Department of Ecology, and/or WDFW HPA permits within the
allowable permit time limitations.
All work below the ordinary high water line shall be completed by deadline in the
permits, September 15, even if the deadline occurs before the last working day in the
contract.
Bid Item 1 Mobilization (LS)
This bid item includes the complete cost of furnishing and providing,complete and in-place
all work and materials necessary to move and organize equipment and personnel onto the
job site, provide and maintain all necessary support facilities and utilities, prepare the site for
construction operations, and maintain the site and surrounding areas during construction.
This item also includes final cleanup, dressing and trimming the project area after
construction, and the moving all personnel and equipment off the site after the work is
completed. All debris and excess materials shall be removed from the project area at the
end of the job.
Work Day Restrictions
Work restrictions are listed below.
Mon. Tues. Weds. Thurs. Fri. Sat., Sun
August No work
On weekends
U it
Is a
Sept. it is
6 NO it "
t
NO WORK- Sept. 6—City Holiday
Machinery shall not be started before 7:00 am.
The Contractor shall plan the work such that all work below the ordinary high water
line is completed by no later than September 15 to comply with the HPA permit. The
Contractor is responsible for complying with the HPA permit, the Army Corps Permits that
are issued, and all other permits, per Special Provisions section 1-07.5.
The Contractor shall prepare a Work Plan, which shall include the following:
A. Proposed construction schedule and sequence for all major items of work.
B. Mobilization Plan showing the proposed location for storage of all equipment and
materials proposed to be located at the site.
C. Traffic Control Plan.
D. Sediment Disposal: identify disposal site(s) that will be used and provide copies of
permits and contact information.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010 Cleaning\1601
2010 FINAL SPEC-Madsen\22-Bid Item Section I-09-14.doc
Section 1-09.14 Bid Items, Page 2 of 7
The Work Plan shall be submitted to the Cit for review,, revision, and approval within 10
days of the contract award.
Measurement of Mobilization, Cleanup, and Demobilization shall be per lump sum.
Seventy percent (70%) of this item will be paid after the Contractor is fully in operation and
construction of the Project has begun. The remaining thirty percent (30%) of this item will be
k included in the pay estimate issued at the completion of the work provided that all
1 equipment has been removed from the Project, as-built drawings are submitted and
approved by the Owner, and the cleanup is acceptable to the Owner.
Payment for this item will be made at the lump sum bid amount bid, and considered
complete compensation for all materials, equipment, and labor required to complete this
item of work in accordance with the Contract Documents.
Bid Item 2 Traffic Control (LS)
The Contractor shall prepare a Traffic Control Plan for review and approval by the City. The
plan shall address the proposed working area, signage, flaggers, contractor access to the
working area, truck and-equipment haul routes, and public access during construction. The
Plan shall address any proposed lane and sidewalk closures needed for construction
activities.
Traffic control and signage will be needed for trucks entering and leaving SR-169.
Truck hauling shall be limited to the hours of 8:00 am to 4:00 PM on SR-169.
Work Hours
Allowable work hours are given in Special Provisions Section 1-08, and as may be noted in
the plans and specifications. Actual work hours may be limited by those approved in the
Traffic Control Plan. The City may revise the work hours and Traffic Control Plan to address
traffic problems or complaints. All adjustments to the work hours, the Traffic Control Plan,
and signage are considered incidental and no additional payment will be made for
adjustments.
Debris Control
The Contractor is responsible for controlling mud and dust on any route used by trucks or
equipment, as noted in Special Provisions Section 1-07.23. The Contractor shall be
prepared to use sweeping, power sweepers, watering trucks, and other means necessary to
avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. Cleaning
the road is considered incidental and no additional payment will be made for this work.
Payment will be prorated over the construction period.
Payment for traffic control for work will be made at the measuredercenta a amount for the
P 9
pay period times the unit bid price, said payment will be complete compensation for all labor,
materials, equipment, preparing and conforming to the approved Traffic Control Plan,
provide for public convenience and safety, detours, flagging, barricades, sequential arrow
boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete
this item of work in conformance with the Contract Documents and the Manual on Uniform
Traffic Control Devices (MUTCD).
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010 Cleaning\1601
2010 FINAL SPEC-Madsen\22-Bid Item Section I-09-14.doc
Section 1-09.14 Bid Items, Page 3 of 7
Bid Item 3 Construct Bypass Dam, Divert Creek, Rescue Fish, and Drain Sediment
Basin (I-S)
This item includes all work needed for construction of temporary bypass dam, diversion of
the creek from the work areas,and draining the sediment basin.
See of previous cleaning photos for examples of the work and techniques needed.
During all work approximately 3/4 of the flow shall be kept moving downstream so the
downstream creek is not dewatered and fish life is not adversely affected.
Upstream Bypass Dam and Creek Diversion
The upstream bypass dam will be constructed upstream of the sediment basin, next to the
24-inch bypass pipe inlet. The bypass dam will divert the entire flow from the creek into the
24-inch bypass pipe to prevent water from flowing to the sediment basin. The bypass dam
will be at least as high as the top of the bypass pipe, plus 6 inches. One type of material
that may be used for the bypass dam is sandbags (or media bags) and plastic sheeting,
keyed into the creek bed to limit potential underflow. The contractor may propose other
material for the bypass dam as long as it meets needs for a dam and complies with the
permit requirements. Dirt fill shall not be used to construct the bypass dam. Water shall be
kept flowing to the downstream creek at all times.
It may be necessary to install a second dam downstream of the first dam and install a sump
pump to collect any water running under the first bypass dam and redirect it back into the
bypass pipe. Pumping may be required 24-hours a day to keep water from flowing to the
sediment basin
The work shall be planned and executed so the temporary bypass dam will be completed
early in the morning (approx. 8 to 11 am), and the remainder of the day can be used for
draining the sediment basin and fish rescue.
Drain Sediment Basin
After the bypass dam is constructed and the creek is diverted, the sediment basin will be
completely drained using a portable pump. The pump intake screen will comply with the
Fisheries requirements. A separate screen, in addition to the pump intake screen, may be
needed.
The contractor shall not discharge sediment laden water to the creek.
Water with excess sediment may be discharged to a grassy area to filter the sediment out
and allow clean water to run to the creek.
Fish Rescue
All fish and other aquatic life shall be rescued from the creek and sediment basin, and
transferred to the downstream creek per the HPA and Fisheries regulations.
At a minimum the Contractor shall have the following at the site for fish rescue from the
sediment basin:
• three laborers dedicated for fish rescue,
• four nets (approx. 6"x 8") with handles,
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010 Cleaning\1601
2010 FINAL SPEC-Madsen\22-Bid Item Section I-09-14.doc
Section 1-09.14 Bid Items, Page 4 of 7
• four buckets for capturing fish,
• a portable gas pump with an intake strainer meeting Fisheries requirements
( see HPA#13 1/8" intake screen sized for a surface velocity of 0.4 fps ).
The contractor shall have the equipment on site for City inspection the day before installing
the bypass and draining the basin. If the equipment is not satisfactory, or the workers are
not onsite the day of installing the bypass, installing the bypass and draining the basin shall
not proceed.
Fish rescue shall start with the workers walking the creek bed and rescuing all aquatic life
immediately after the bypass structure is completed. Fish rescue shall continue while the
sediment basin is being drained. Workers shall repeatedly walk the creek bed and sediment
basin and continue to capture any fish present until the basin is drained. It may be
necessary to use hip waders to reach fish in the middle of the basin. It will be difficult to
wade through the silt sediment in the basin. Each bucket shall be emptied within 1 hour
after the first fish is placed in it. Captured fish shall be released to the creek downstream of
the flow splitter structure.
Payment for this item will be made at the lump sum amount bid, and considered complete
compensation for all design, labor equipment and materials required to complete this item of
work in accordance with the Contract Documents. Payment will be prorated as the work is
accomplished.
Bid Item 4 Remove, Haul, and Dispose of Sediment (LS)
This item includes removing the accumulated sediment from all locations.
Sediment in the sediment basin shall be excavated using a smooth bucket to avoid
damaging the rip-rap rock layer on the sides of the basin.
Sediment removal and hauling shall comply with the Work Day Restrictions.
This item includes loading the material into vehicles and hauling offsite for disposal. All
costs for excavation, loading, hauling, and disposal shall be included in the bid price.
Sediment Basin and Channel
Sediment in the basin shall be removed down the grades shown on the plans, and as
directed by the City. The City may adjust the extent of sediment removal as needed.
The Contractor may need to hand dig test holes to confirm the location and elevation of the
rip-rap layer along the sides of the sediment basin at the start of construction, and during
excavation, when needed.
The accumulated sediment in the channel at the south end of the sediment basin will be
removed to restore the area so it is similar to the existing creek grade, and provides an even
slope into the sediment basin. The Contractor will review the extent of sediment removal
with the City before proceeding. The City may adjust the extent of sediment removal as
needed.
All adjustments for sediment removal are considered incidental. No extra payment will be
made for any adjustments directed by the City.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010 Cleaning\1601
2010 FINAL SPEC-Madsen\22-Bid Item Section 1-09-14.doc
Section 1-09.14 Bid Items, Page 5 of 7
Sediment Disposal
The Contractor shall provide the disposal site per Standard Specifications 2-03.3(7)C.
Standard Spec. 2-03.3(7)B, Item 2 does not apply: all costs for hauling and disposal shall be
included in the unit bid price. Excavated materials shall be hauled to a waste site secured
by the Contractor and shall be disposed of in such a manner as to meet all requirements of
state, county and municipal regulations regarding health, safety and public welfare. Before
starting work the contractor shall identify all disposal sites that will be used, and provide
copies of all applicable permits and licenses showing that the sites meet the applicable
regulations for sediment disposal.
Based on the previous pond cleaning, and general quantity estimates, approximately 1000
cy of sediment may need to be removed from the basin. The actual amount of sediment
removed may vary from the estimate. The lump sum bid price will not be.adjusted if the
actual quantity varies from the estimate.
Measurement for this item shall be per lump sum.
Payment for this item will be made at the lump sum bid amount, and shall be considered
complete compensation for all materials, tools, labor, equipment,.excavation, haul, and
disposal required to complete the work as shown on the Plans, as directed by the City, and
in accordance with the Contract Documents. Payment will be prorated as the work is
accomplished
Bid Item 5 Refill Basin, Remove Bypass Dam, Restore Bank (LS)
This item includes refilling the sediment basin with water, restoring flow into the sediment
basin, removing all temporary bypass dams, and restoring any banks and vegetationu
disturbed by the work.
During the refilling process approximately 3/4 the creek flow shall be kept flowing to the
downstream channel at all times. The Contractor shall plan the work so that the basin can
be filled overnight by allowing approximately 1/4 the flow into the basin. After the majority of
the basin is filled overnight, the temporary bypass dam can be removed the next day.
This item includes any and all work needed to restore the banks next to the sediment basin
after cleaning, including but not limited to regrading the banks, replacing rip-rap, grading,
raking, and topsoil placement.
Payment for this item will be made at the lump sum amount bid, and shall be considered
complete compensation for all materials, tools, labor, equipment, excavation, haul, and
disposal required to complete the work as shown on the Plans, as directed by the City, and
in accordance with the Contract Documents.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010 Cleaning\1601
2010 FINAL SPEC-Madsen\22-Bid Item Section I-09-14.doc
Section 1-09.14 Bid Items, Page 6 of 7
-Bid Item 6 Hydroseed (SF)
This item includes furnishing and installing hydroseed, fertilizer, and mulch on the inner
banks of the sediment basin, the top of the banks and access road, and on any areas where
vegetation is sparse or was disturbed by the work. All areas for hydroseeding shall be
identified and review with the City for approval prior to placement.
Hydroseeding shall be per Special Provisions Section 9-14.5(7).
r
The bottom 3 feet of the basin side slope (measured vertically) does not have to be
hydroseeded since it will be submerged when the basin is filled with water.
The contractor shall submit seed vendor's certification for the grass seed mixture, indicating
percentage by weight, percentage of purity, germination, and weed seed for each grass
species.
After hydroseeding is completed the Contractor shall spread a layer of straw mulch over the
area for temporary erosion control. Straw much shall be about 1" to 2" thick and applied at a
rate of approx. 2 bales per 1000 sf.
Measurement for this item will be determined by measuring the actual square feet of
disturbed area to be seeded.. Measurement will be made by the City per the approved area.
The bid quantity for this item is included to provide a common proposal for bid purposes.
The actual quantity used in construction may vary.
Payment for this item will be made by at the unit price amount bid, and shall be considered
complete compensation for all materials, tools, labor, and equipment required to complete
the work as shown on the Plans, as directed by the City, and in accordance with the
Contract Documents.
Bid Item 7: Minor LS Changes 9 (LS)
This item is intended for use by the City to pay for any minor changes that may be needed
for project construction, and are not included as work under other bid items. The unit
contract price for Minor Changes shall be as shown by the City on the Schedule of Prices.
At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu
of the more.formal change order procedure as outlined in Standard Specifications Section 1-
04.4(1).
Any work and payment under this item must be authorized in writing by the City Project
Manager or Supervisor. Payment will be determined in accordance with Standard
Specification Section 1-09.4.
Measurement of Minor Change shall be per lump sum.
Payment for this item will be prorated for the changes and amounts approved in writing by
the City. If no changes are authorized the final payment for this bid item will be $0 (zero).
" H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010 Cleaning\1601
2010 FINAL SPEC-Madsen\22-Bid Item Section I-09-14.doc
Section 1-09.14 Bid Items, Page 7 of 7
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be
all items described in Section 1-10, including,but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing and other
channelization devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manner
for that device;
2. Furnishing traffic control labor,equipment, and supervisory personnel for all traffic control
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to
specifically pay for this work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project.
6. Removing existing signs as specified or a directed by the engineer and delivering to the
City Shops or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for
traffic control at the work site. The traffic control plan shall include descriptions of the
traffic control methods and devices to be used by the prime contractor, and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs during periods when they are not
needed.
If no bid item "Traffic Control" appears in the proposal then all work required by these sections will
be considered incidental and their cost shall be included in the other items of work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services which could not be usually anticipated by a prudent contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental,
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account. Additional items
required as a result of the contractor's modification to the traffic control plan(s) appearing in the
contract shall not be covered by the provisions in this paragraph.
If the total cost of all the work under the contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
decrease.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc40
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of Contractor and all methods and equipment used will be subject to the approval of
Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Trak Control Devices.
Contractor shall not proceed with any construction until proper traffic control has been provided to
the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against
Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete
the Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A TCS shall be on the project whenever traffic control labor is required or as authorized by the
Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the contract.
During nonwork periods, the TCS shall be able to be on the job site within a 45-minute time period
after notification by the Engineer.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2)is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation of
the traffic control plan and take prompt action to correct any problems that become evident during
operation.
1-10.3 Flagging, Signs,and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond
grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3)paragraph 4 is supplemented as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs.
All costs for the work to provide Class A or Class B construction signs shall be included in the unit
contract price for the various other items of the work in the bid proposal.
1-10.4 Measurement
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of"Traffic Control".
No adjustment in the lump sum bid amount will be made for overtime work or for use of relief
flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc4l
Payment for all labor,materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
"Trak Control,"lump sum.
The lump sum contract price shall be full pay for all costs not covered by other specific pay items in
the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required
by the contract and as directed by the Engineer in conformance with accepted standards and in such a
manner as to maximize safety, and minimize disruption and inconvenience to the public.
Progress payment for the lump sum item"Traffic Control"will be made as follows:
1. When in initial warning signs for the beginning of the project and the end of construction
signs are installed and approved by the Engineer, 30 percent of the amount bid for the item
will be paid.
2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a
prorated basis in accordance with the total job progress as determined by progress
payments.
The item "Traffic Control" will be considered for an equitable adjustment per Section 1-04.6 only
when the total contract price increases or decreases by more than 25 percent.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s),
pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary
flaggers will be paid under the item for traffic control
The Lump Sum contract price shall be full pay for all costs for the labor provided for performing
those construction operations described in Section 1-10.3(1)and as authorized by the Engineer.
The Lump Sum contract price shall be full pay for all costs for performing the work described in
Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles
necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all
Contracting Agency-furnished signs
The Lump Sum contract price shall be full pay for all costs involved when a person performs the
duties described in Section 1-10.2(1)B including when performing traffic control labor duties.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or
vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2).
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1-11.1(1) Responsibility for surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements established
by the Board of Registration for Professional Engineers and Land Surveyors under the
provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc42
All horizontal control for projects must be referenced to or in conjunction with a minimum of
two of the City of Renton's Survey Control Network monuments. The source of the coordinate
values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC
332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for
ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992
or comparable classification in future editions of said document. The angular and linear closure
and precision ratio of traverses used for survey control shall be revealed on the face of the
survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control
Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1,
1989 or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both
shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton
benchmark does not exist within 3000 feet of a project, one must be set on or near the project in
a permanent manner that will remain intact throughout the duration of the project. Source of
elevations (benchmark) will be shown on the drawing, as well as a description of any bench
marks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used
and the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments,measurements,and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a
sketch and a record of control and base line traverses describing station occupations and what
measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall
be unique within a complete job. The preferred method of point numbering is field notebook,
page and point set on that page. Example: The first point set or found on page 16 of field book
348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City
or the original field notebook(s) used by the surveyor will be given to the City. For all other
work, surveyors will provide a copy of the notes to the City upon request. In those cases where
an electronic data collector is used, a hard copy print out in ASCII text format will accompany
the field notes.
1-11.1(5) Corners and Monuments
Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument
is usually set at such points to physically reference a corner's location on the ground.
Monument Any physical object or structure of record which marks or accurately references:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc43
• A corner or other survey point established by or under the supervision of an individual
per section 1-11.1(1) and any corner or monument established by the General Land
Office and its successor the Bureau of Land Management including section subdivision
corners down to and including one-sixteenth comers; and
• Any permanently monumented boundary, right of way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or
light poles, or any non-single family building. Control or Base Line Surveys shall consist of
such number of permanent monuments as are required such that every structure may be observed
for staking or "as-builting" while occupying one such monument and sighting another such
monument. A minimum of two of these permanent monuments shall be existing monuments,
recognized and on record with the City of Renton. The Control or Base Line Survey shall
occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1
herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
North orientation should be clearly presented and the scale shown graphically as well as noted.
The drawing must be of such quality that a reduction thereof to one-half original scale remains
legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18
inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
photographic mylar of the drawing will be submitted to the City of Renton and, upon their
review and acceptance per the specific requirements of the project,the original will be recorded
with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar,
and the original or a photographic mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of Renton's Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if each
point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation (corresponding with that in
the field notes), a. brief description of the point, and northing, easting, and elevation (if
applicable)values,all in ASCII format, on IBM PC compatible media.
141.1(7) Precision Levels
Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of
section 1-05 and 1-11.1.
Vertical surveys for the establishment of bench marks shall meet or exceed the standards,
specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Bench marks must possess both permanence and vertical stability. Descriptions of bench marks
must be complete to insure both recoverability and positive identification on recovery.
1-11.1(8) Radial and Station—Offset Topography
Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc44
All points occupied or back sighted in developing radial topography or establishing baselines for
station--offset topography shall meet the requirements of section 1-11.1 herein.
The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by 1)spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic
Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling
with elevation differences determined in at least two directions for each point and with
misclosure of the circuit not to exceed 0.1 feet.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not
exceed 0.1 foot's error as to side shots.
I-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey)per City of Renton Codes,
TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built"
survey must be based on the same base line or control survey used for the construction staking
survey for the improvements being "as-built". The "as-built" survey for all subsurface
improvements should occur prior to backfilling. Close cooperation between the installing
contractor and the "as-builting" surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for 'as-built shall meet the requirements of section 1-11.1(4) herein and
submitted with stamped and signed "as-built" drawings which includes a statement certifying the
accuracy of the "as built".
The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be
observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other
recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In
situations where such markers are impractical or in danger of being destroyed, e.g., the front
corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot
line to a tack in lead in the curb. The relationship between the witness monuments and their
respective corners shall be shown or described on the face of the plat or survey of record, e.g.,
"Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of
said line with the curb." In all other cases the corner shall meet the requirements of section 1-
11.2(1)herein.
All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1-
11.2(2)herein. If the monument falls with in a paved portion of a right of way or other area, the
monument shall be set below the ground surface and contained within a lidded case kept
separate from the monument and flush with the pavement surface,per section 1-11.2(3).
In the case of right of way centerline monuments all points of curvature(PC),points of tangency
(PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection,PI,
for the tangents of a curve fall within the paved portion of the right of way, a monument can be
set at the PI instead of the PC and PT of the curve.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc45
For all non corner monuments set while under contract to the City of Renton or as part of a City
of Renton approved subdivision of property, a City of Renton Monument Card(furnished by the
city) identifying the monument; point of intersection (PI), point of tangency (PT), point of
curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a
description of the monument, a minimum of two reference points and NAD 83/91 coordinates
and NAVD 88 elevation shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24
inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or
tagged with the surveyor's identification number. The specific nature of the marker used can be
determined by the surveyor at the time of installation.
1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard
Plans page H031 and permanently marked or tagged with the surveyor's identification number.
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page
H031.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc46
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
(rtrtrtrtrtrt)
The limits of clearing and grubbing (construction limits) shall be defined as being the construction
limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or
adjacent to the limits of clearing and grubbing are damaged and require removal,the Contractor shall
remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing
limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged
shall be replaced in kind at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries,
beauty bark, decorative gravel or rock,bushes, and shrubbery shall be protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation equipment, trees,
shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the
construction limits that they wish to save. The Contractor shall give property owners 10 days'
written notice prior to removing landscaping materials. All landscaping materials that remain in
the construction limits after that time period shall be removed and disposed of, by the Contractor, in
accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans.
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows:
(rtrtrtrt#*)
The Contractor shall dispose of all debris by Disposal Method No.2—Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described
herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and
directed by the Engineer.
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3)is revised and supplemented as follows:
Item"1."Is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces
to some off-project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic
before pavement patching has been completed, temporary mix asphalt concrete patch shall be
required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after
backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or
MC hot mix shall be used at the discretion of the Engineer.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc47
2-02.4 Measurement
Section 2-02.4 replaces the existing vacant section:
Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot
along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment,
but shall be included in other items of Work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting",per Lineal Foot.
"Remove Sidewalk",per Square Yard.
"Remove Curb and Gutter",per Lineal Foot.
"Cold Mix",per Ton
"Remove Asphalt Concrete Pavement,"per square yard.
"Remove Cement Concrete pavement," per square yard.
"Remove existing ,"per
All costs related to the removal and disposal of structures and obstructions including saw cutting,
excavation, backfilling and temporary asphalt shall be considered incidental to and included in other
items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie
within an excavation area and are not mentioned as separate pay items,their removal will be paid for
as part of the quantity removed in excavation. If they are mentioned as a separate item in the
proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be
included in the quantity calculated for excavation.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits
shown on the plans. Suitable excavated material shall be used for embankments, while surplus
excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method. Any changes to the proposed work as
directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
submitted to the Contractor for his review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
Engineer, shall not be paid for. All work and material required to return these areas to their original
conditions,as directed by the Engineer, shall be provided by the Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown
on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the
compaction of the final layer. In cut sections, fine grading shall begin within the final six(6) inches
of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in
grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
grades and elevations shown. Care shall be taken not to excavate below the specified grades. The
contractor shall maintain all excavations free from detrimental quantities of leaves,brush, sticks,trash
and other debris until final acceptance of the Work.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc48
Following removal of topsoil or excavation to grade and before placement of fills or base course, the
subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may
warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken
to place excavated material at the optimum moisture content to achieve the specified compaction.
Any native material used for fill shall be free of organics and debris and have a maximum particle
size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated
with water. The measures may include sloping to drain, compacting the native materials, and
diverting runoff away from the materials. If the Contractor fails to take such preventative measures,
any costs or delay related to drying the materials shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
materials, to the optimum moisture content: If sufficient acceptable native soils are not available to
complete construction of the roadway embankment,Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a
subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
03.14 of the Standard Specifications shall be used.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
At the discretion-of the engineer, roadway excavation, borrow excavation, and unsuitable foundation
excavation-by the cubic yard(adjusted for swell)may be measured by truck in the hauling vehicle at
the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket
shall have the truck number,time and date,and be approved by the engineer.
2-03.5 Payment
Section 2-03.5 is revised as follows:
Payment for embankment compaction will not be made as a separate item.All costs for embankment
compaction shall be included in other bid items involved. Payment will be made for the following bid
items when they are included in the Proposal:
"Roadway Excavation Including Haul,"Per Cubic Yard
"Unsuitable Foundation Excavation Including Haul,"Per Cubic Yard
"Gravel Borrow Including Haul,"Per Ton
When the Engineer orders excavation below subgrade, unit contract prices for roadway excavation
and haul shall apply, unless the work and/or equipment to perform the work differs materially from
the excavation above subgrade, then payment will be in accordance with the item "Unsuitable
Foundation Excavation Including Haul". In this case,all items of work other than roadway excavation
shall be paid at unit contract prices.
The unit contract price per cubic yard for"Roadway Excavation Including Haul" shall be full pay for
excavating, loading,placing, or otherwise disposing of the material.
The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul" shall
be full pay for excavating, loading, and disposing of the material.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc49
Payment for embankment compaction will not be made as a separate item.All costs for embankment
compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment A
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and
included in the,unit price of other units of work.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the
construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
prices.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
muck, swampy or unsuitable materials including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be included
in the unit contract price for structure excavation,Class A or B.
The third paragraph is replaced with:
If the contract includes structure excavation, Class A or B, including haul,the unit contract price shall
include all costs for loading and hauling the material the full required distance, otherwise all such
disposal costs shall be considered incidental to the work.
2-09.4 Measurement
Section 2-09.4 is revised and supplemented as follows:
Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary
sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the
neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc50
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A",per cubic yard.
"Structure Excavation Class B",per cubic yard.
"Structure Excavation Class A Incl.Haul",per cubic yard.
�w
"Structure Excavation Class B Incl.Haul",per cubic yard.
Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at
the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit
contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the
Contractor excavates deeper than the plans or Engineer requires,the Contracting Agency will not pay
for material removed from below the required elevations. In this case, the Contractor, at no expense
to the Contracting Agency, shall replace such material with concrete or other material the Engineer
approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be
full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid
price of other items of work if "Structure Excavation" or "Structure Excavation Incl Haul" are not
listed as pay items in the contract.
"Shoring or Extra Excavation Class B",per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and
other work required when extra excavation is used in lieu of constructing shoring. If select backfill
material is required for backfilling within the limits of the structure excavation, it shall also be
required as backfill material for the extra excavation at the Contractor's expense. Any excavation or
backfill material being paid by unit price shall be calculated by the Engineer only for the neat line
measurement of the excavation and shall not include the extra excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of
the excavation is such that shoring or extra excavation is required as determined by the Engineer,then
shoring or extra excavation shall be considered incidental to the work involved and no further
compensation shall be made.
"Gravel Backfill(Kind)for(Type of Excavation)",per cubic yard or per Ton.
"Controlled Density Fill",per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of
the Engineer that such per ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel
backfill is not being used for its designated purpose shall be grounds for the Engineer to deny
payment for such load tickets.
k.r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc51
5-04 ASPHALT CONCRETE PAVEMENT
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the
mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The
contractor must submit the mix design using DOT Form 350-042 EF. Verification of the
mix design by the Contracting Agency is not needed. The Project Engineer will determine
anti-strip requirements for the HMA.
The mix design will be the initial job mix formula (JMF) for the class of mix. Any
additional adjustments to the JMF will require the approval of the Project Engineer and
may be made per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial
evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, and pavement repair. Other nonstructural applications as approved by the Project
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer. The proposal quantity of HMA that is accepted by commercial
evaluation will be excluded from the quantities used in the determination of nonstatistical
evaluation.
Item 7 is deleted
5-04.5(1)A Price Adjustments for Quality of HMA
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on
Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor"f"
All aggregate passing: 1 1/2", 119
,3/4",
'/2", 3/8"and No. 4 sieves 2
All aggregate passing No. 8,No 16,
No. 30,No. 50,No. 100 3
All aggregate passing No.200 sieve 20
Asphalt binder 52
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc52
�wr A pay factor will be calculated for sieves listed in Section 9-03.8(7)for the class of HMA and
for the asphalt binder.
1. Noustatistical Evaluation. Each lot of HMA produced under Nonstatisical
Evaluation and having all constituents falling within the tolerance limits of the job
mix formula shall be accepted at the unit contract price with no further evaluation.
When one or more constituents fall outside the nonstatistical acceptance tolerance
limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-
06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be
used in the calculation of the CPF and the maximum CPF shall be 1.00. When less
than three sublots exist, backup samples of the existing sublots or samples from the
street shall be tested to provide a minimum of three sets of results for evaluation.
2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial
Evaluation and having all constituents falling within the tolerance limits of the job
mix formula shall be accepted at the unit contract price with no further evaluation.
When one or more constituents fall outside the commercial acceptance tolerance
limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate
rpt CPF. The commercial tolerance limits will be used in the calculation of the CPF and
the maximum CPF shall be 1.00. When less than three sublots exist, backup samples
of the existing sublots or samples from the street shall be tested to provide a
' minimum of three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE
NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix
Compliance Price Adjustment will be calculated as the product of the NCMF,the quantity of HMA in
the lot in tons, and the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor will
be considered 1.00 in calculating the composite pay factor.
5-04.5(1)A Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming
Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic
difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment
will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and
the unit contract price per ton of the mix.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECI4LL PROVISIONS-2006v02.doc53
5-06 TRENCH RESTORATION AND OVERLAY (moved from 8-20.3)
New Section Added:
CITY OF RENTON
TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
Amended April 4,2005 by Ordinance 5131
SECTION 1 PURPOSE
The purpose of this code section is to establish guidelines for the restoration of City streets disturbed
by installation of utilities and other construction activities. Any public or private utilities, general
contractors, or others permitted to work in the public right-of-way will adhere to the procedures set
forth in this policy.
SECTION 2 DEFINITIONS
Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer,
or their designated representative.
SECTION 3 HOURS OF OPERATIONS
Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by
the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer.
SECTION 4 APPLICATION
1. The following standards shall be followed when doing trench or excavation work within
the paved portion of any City of Renton right-of-way.
2. Modifications or exemptions to these standards may be authorized by the
Planning/Building/Public Works Administrator,or authorized representative, upon
written request by the permittee,their contractor or engineer and demonstration of an
equivalent alternative.
SECTION 5 INSPECTION
The Engineer may determine in the field that a full street-width(edge-of-pavement to edge-of-
pavement)overlay is required due to changes in the permit conditions such as,but not limited to the
following:
1. There has been damage to the existing asphalt surface due to the contractor's equipment.
2. The trench width was increased significantly or the existing pavement is undermined or
damaged.
3. Any other construction related activities that require additional pavement restoration.
SECTION 6 CITY OF RENTON STANDARDS
1. All materials and workmanship shall be in accordance with the City of Renton Standard
and Supplemental Specifications(current adopted version)except where otherwise noted
in these Standards.Materials and workmanship are required to be in conformance with
standards for the Standard Specifications for Road,Bridge, and Municipal Construction
prepared by the Washington State Chapter of the American Public Works Association
(APWA)and the Washington State Department of Transportation(WSDOT) and shall
comply with the most current edition,as modified by the City of Renton Supplemental
Specifications.
An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard
Specifications.A"Layton Box"or equal may be used in place of the power-
propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the
Standard Specifications. "Plate Compactors"and"Jumping Jacks" SHALL NOT
be used in lieu of rollers.
2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details,
unless modified by the City Permit. Surfacing depths shown in the Standard Details are
HA\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc54
minimums and may be increased by the Engineer to meet traffic loads or site
conditions.
SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS
All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a
minimum of one foot(1')outside the trench width. The top two inches(2")of asphalt shall be
ground down to a minimum distance of one foot(1')beyond the actual outside edges of the trench
and shall be replaced with two inches(2")of Class B asphalt,per City of Renton Standards. At the
discretion of the engineer,a full street width overlay may be required.
Lane-width or a full street-width overlay will be determined based upon the location and length of the
proposed trench within the roadway cross-section. Changes in field conditions may warrant
implementation of additional overlay requirements.
1. Trenches(Road Crossings):
a The minimum width of a transverse patch (road crossing)shall be six and one-half
feet(6.5'). See City of Renton Standard Plan Drawing#HR—23 (SP Page: H032A).
b Any affected lane will be ground down two inches(2")and paved for the entire width
of the lane.
c Patch shall be a minimum of one foot(1')beyond the excavation and patch length
shall be a minimum of an entire traveled lane.
d If the outside of the trenching is within three feet(3')of any adjacent lane line,the
entire adjacent traveled lane affected will be repaved
e An area including the trench and one foot(1')on each side of the trench but not less
than six and one half feet(6.5')total for the entire width of the affected traveled lanes
will be ground down to a depth of two inches(2").A two-inch(2")overlay of Class
B asphalt will be applied per City standards.
2. Trenches Running Parallel With the Street:
a The minimum width of a longitudinal-patch shall be four and one-half feet(4.5'). See
City of Renton Standard Plan Drawing #HR-05 (SP Page H032).
b If the trenching is within a single traveled lane,an entire lane-width overlay will be
required.
c If the outside of the trenching is within three feet(3')of any adjacent lane line,the
entire adjacent traveled lane affected will be overlaid.
d If the trenching is greater than, or equal to 30%of lane per block(660-foot maximum
block length), or if the total patches exceed 12 per block,then the lanes affected will
be overlaid.Minimum overlay shall include all patches within the block section.
e The entire traveled lane width for the length of the trench and an additional ten feet
(10')at each end of the trench will be ground down to a depth of two inches (2").A
two-inch(2")overlay of Class B will be applied per City standards.
3. Potholing:
Potholing shall meet the same requirements as trenching and pavement restoration.
Potholing shall be a minimum of one foot(1')beyond the excavation. All affected lanes
will be ground down to a depth of two inches(2")and paved not less than six and one
half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5')in
length,width or diameter shall be restored to trench restoration standards. In all cases,
potholes shall be repaired per Renton Standard Plan#HR05 (SP Page H032).
Restoration requirements utilizing vactor equipment will be determined by the
engineer.
SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING
The contractor in all cases can remove the pavement in the replacement area instead of grinding out
the specified two inches(2")of asphalt. Full pavement replacement to meet or exceed the existing
pavement depth will be required for the area of pavement removal.
H:\File Sys\SWP-Surface Water Projects\SWT-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECI4,L PROVISIONS-2006v02.doc55
SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION
REQUIREMENTS
1. Trench restoration shall be either by a patch or overlay method, as required and indicated
on City of Renton Standard Plans#HR-05,HR-23, and HR-22(SP Pages#H032,11032A,
and H033).
2. All trench and pavement cuts,which will not be overlaid, shall be made by sawcut or
grinding. Sawcuts shall be a minimum of two feet(2')outside the excavated trench
width.
3. All trenching within the top four feet(4') shall be backfilled with crushed surfacing
materials conforming to Section 4-04 of the Standard Specifications. Any trenching over
four feet(4')in depth May use materials approved by the Engineer or Materials Lab for
backfilling below the four-foot(4')depth. If the existing material(or other material)is
determined by the Engineer to be suitable for backfill,the contractor may use the native
material,except that the top six inches (6")shall be crushed surfacing top course
material. The trench shall be compacted to a minimum ninety-five percent(95%)
density, as described in Section 2-03 of the Standard Specifications. In the top six feet
(6)of any trench,backfill compaction shall be performed in eight to 12-inch(8-12")lifts.
Any trench deeper than six feet(6)may be compacted in 24-inch lifts,up to the top six-
foot(6)zone.
All compaction shall be performed by mechanical methods. The compaction tests may
be performed in maximum four-foot(4')vertical increments. The test results shall be
given to the Engineer for review and approval prior to paving. The number and location
of tests required shall be determined by the Engineer.
4. Temporary restoration of trenches for overnight use shall be accomplished by using MC
mix(cold mix),Asphalt Treated Base(ATB), or steel plates,as approved by the
Engineer. ATB used for temporary restoration may be dumped directly into the trench,
bladed out and rolled. After rolling,the trench must be filled flush with asphalt to
provide a smooth riding surface. If the temporary restoration does not hold up,the
Contractor shall repair the patch within eight hours of being notified of the problem by
the City. This requirement applies 24 hours per day, seven days a week. In the event that
the City determines to repair the temporary patch,the contractor shall reimburse the City
in an amount that is double the City's cost in repairing the patch,with the second half of
the reimbursement to represent City overhead and hidden costs.
5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required
and indicated on City of Renton Standard Plans#HR-05,HR-23, and HR-22 (SP Pages
#14032,H032A, and H033)or as directed by the Engineer. The grade of asphalt shall be
AR-4000W. The materials shall be made in conformance with Section 9-02.1(4)of the
Standard Specifications.
6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be
emulsified asphalt grade CSS-1,as specified in Section 9-02.1(6)of the Standard
Specifications.Tack shall be applied as specified in Section 5-04 of the Standard
Specifications.
7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of
the Standard Specifications; except those longitudinal joints between successive layers of
asphalt concrete shall be displaced laterally a minimum of twelve inches(12"), unless
otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance
with Section 9-03.8 of the Standard Specifications.
All street surfaces,walks or driveways within the street trenching areas shall be feathered
and shimmed to an extent that provides a smooth-riding connection and expeditious
drainage flow for the newly paved surface.
Feathering and shimming shall not decrease the minimum vertical curb depth below four
inches(4")for storm water flow. The Engineer may require additional grinding to
increase the curb depth available for storm water flow in areas that are inadequate.
Shimming and feathering, as required by the Engineer, shall be accomplished by raking
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc56
L
out the oversized aggregates from the Class B mix as appropriate.
Surface smoothness shall be per Section 5-04.3(13)of the Standard Specifications. The
paving shall be corrected by removal and repaving of the trench only. Asphalt patch
depths will vary based upon the streets being trenched. The actual depths of asphalt and
the work to be performed shall be as required and indicated on City of Renton Standard
- Plans#HR-05,HR-23, and HR-22 (SP Pages#H032,H032A, and H033).
Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%)of
density as determined by WSDOT Test Method 705. The number of tests required shall
be determined by the Engineer.
Testing shall be performed by an independent testing lab with the results being supplied
. . to the Engineer. Testing is not intended to relieve the contractor from any liability for the
trench restoration. It is intended to show the inspector,and the City,that the restoration
meets these specifications.
8. All joints shall be sealed using paving asphalt AR-4000W.
9. When trenching within the unpaved roadway shoulder(s),the shoulder shall be restored
to its original condition, or better.
10. The final patch or overlay shall be completed as soon as possible and shall not exceed
fifteen(15)working days after first opening the trench. This time frame may be adjusted
if delays are due to inclement paving weather or other adverse conditions that may exist.
However,delaying of final patch or overlay work is subject to the Engineer's approval.
The Engineer may deem it necessary to complete the work within the fifteen(15)
working day time frame and not allow any time extension. Should this occur, the
Contractor shall perform the necessary work,as directed by the Engineer.
11. A City of Renton temporary Traffic Control Plan(from Renton Transportation
Engineering)shall be submitted and approved by the Engineer a minimum of three(3)
working days prior to commencement of work.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS
REQUIRED
The Permittee will be required to remove utility locate marks on sidewalks only within the
Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job
completion.
L
I"
L
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
I Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc57
7-01 DRAINS
7-01.2 Materials
The second paragraph of Section 7-01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
aluminum coated (aluminized) corrugated iron with Asphalt Treatment 1, zinc coated (galvanized)
steel with Asphalt Treatment 1, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated
polyethylene(PE)at the option of the Contractor unless the Plans specify the type to be used.
7-01.3 Construction Requirements
Section 7-01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed
with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the
tubing.
The sixth paragraph is revised as follows:
PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in
Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless
otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing
underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as
recommended by the manufacturer of the tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
When the contract does not include "structure excavation Class B" or "Structure excavation Class B
including haul" as a pay item all costs associated with these items shall be included in other contract
pay items.
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch,
or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I
or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum
alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or a
aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC.
7-04 STORM SEWERS
7-04.2 Materials
The second paragraph of Section 7-04.2 is revi�replaced as follows:
(******)
Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it
shall be understood that steel is zinc coated(galvanized),Asphalt Treatment I Coated corrugated iron
or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5.
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the specifications to which the materials or products were manufactured. The
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc58
Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates
showing nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and
products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform
field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's
own expense.
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation measured
along the invert and will include the length through elbows, tees, and fittings. The number of linear
feet will be measured from the center of manhole or from the center of catch basin to center of catch
basins and similar type structures.
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full
pay for all work to complete the installation, including adjustment of inverts to manholes. When no
bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as
shown in the standard plans, shall be considered incidental to the pipe and no additional payment
shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
included in the unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm
sewer pipe,and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for"Removal of
Structure and Obstruction". No separate payment will be made.
7-05 MANHOLES, INLETS,AND CATCH BASINS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:.
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal"boot or approved equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1)is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be
adjusted to the finished elevations per standard detail BR29, SP Page B074, prior to final acceptance
of the work. Manholes in unimproved areas shall be adjusted to 6"above grade.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc59
In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed
rock or gravel shall be constructed to a point approximately eight inches below the subgrade and
covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar
manner. The contractor shall carefully reference each manhole so that they may be easily found upon
completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and
manhole castings shall be constructed to the finished grade of the roadway surface. Excavation
necessary for bringing manholes to grade shall center about the manhole and be held to the minimum
area necessary. At the completion of the manhole adjustment, the void around the manhole shall be
backfilled with materials which result in the section required on the typical roadway section, and be
thoroughly compacted.
In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and
adjusted in the same manner as outlined above except that the final adjustment shall be made and cast
iron frame be set after forms have been placed and checked. In placing the concrete pavement,
extreme care shall be taken not to alter the position of the casting in any way.
In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at
which time the center of each manhole shall be carefully relocated from references previously
established by the contractor. The pavement shall be cut in a restricted area and base material be
removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing
the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the
concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and
removed to a neat circle,the diameter of which shall be equal to the outside diameter of the cast iron
frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or
Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is
replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day
following placement of the concrete,the edge of the asphalt concrete pavement, and the outer edge of
the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed
and compacted with hand tampers and a patching roller. The complete patch shall match the existing
paved surface for texture, density, and uniformity of grade. The joint between the patch and the
existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and
shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside
throat of the manhole shall be thoroughly mortared and plastered.
Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be
adjusted to grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On
asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not
embedded in the gutter section shall be solidly embedded in concrete also.The concrete shall extend a
minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the
frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
existing concrete pavement and edge of the casting shall be painted with hot asphalt cement.
Adjustments in the inlet structure shall be constructed in the same manner and of the same material as
that required for new inlets.The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to
grade in the same manner as for manholes.
Valve box castings: Adjustments of valve box castings shall be made in the same manner as for
manholes.
7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2)is revised as follows:
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a "
depth of at least 4 feet below the revised surface elevation, all connections plugged,the manhole base
shall be fractured to prevent standing water, and the manhole filled with sand and compacted to
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc60
1�.
90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part
of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and
cover shall be salvaged and all other surplus material disposed of.
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3)is supplemented by adding the following:
Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb
inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new
pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the engineer or
where shown on the plans,additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to
"Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as
necessary to match the new pipe configuration and as shown on the construction plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing
structure, or the connection of a new structure to a existing line. No "connection to existing" will be
accepted at the location of new installation, relocation and adjustment of line manholes, catch basins
or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's
operations shall be repaired or replaced at his own expense.
The unit bid price per each shall be full compensation for all labor,materials and equipment required.
7-05.3(5) Manhole Coatings
Section 7-05.5 is an added new section:
All new sanitary sewer manholes shall be coated as specified below. The following coating system
specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer
manholes.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep of brush off blast)
Application: Shop/Field
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT)
Finish: Two or more coats of Wasser MC-Aroshield(min.4.0 mils DFT)
Color: White
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be
the distance from finished rim elevation to the invert of the lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered
incidental to the unit contract price of the new item and no further compensation shall be made.
Adjustment of existing structures and miscellaneous items such as valve boxes shall be measured by
"Adjust Existing______," per each, which shall be full pay for all labor and materials including all
concrete for the completed adjustment in accordance with Section 7-05.3(1) and the City of Renton
Standard Details.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc61
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
(******)
"Adjust Existing ,"per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to
make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the
schedule of prices then the work will be considered incidental and its cost should be included in the
cost of the pipe.
"Connect to Existing Catch Basin,"per each.
"Connect Structure to existing pipe,"per each.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
(******)
Pipe bedding for PVC sewer pipe shall consist of clean,granular pea gravel consistent with section 9-
03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material
under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the
compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
(******)
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11
in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a
laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the
written approval of the Engineer.
7-08.3(2)B Pipe Laying—General
Section 7-08.3(2)B is supplemented by adding the following:
(******)
Checking of the invert elevation of the pipe may be made by calculations from measurements on the
top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At
manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the
(eight-tenths)flow elevation,unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and
free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be
placed directly on rough ground but shall be supported in a manner which will protect the pipe against
injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or
coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or
coating shall be repaired, or a new undamaged pipe shall be furnished and installed.
H:\File,Sys\SWP-Surface Water Projects\SWP-27—Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc62
I"
The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not
damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced.
All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position
in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be
closed with water tight expandable type sewer plugs at the end of each day's operation or whenever
the-pipe openings are left unattended. The use of burlap,wood, or other similar temporary plugs will
l ' not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
ENGINEER may change the alignment and/or the grades. Except for short runs which may be
permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which
is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by
the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints has been made, proper gasket placement shall be checked with a
feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
(******)
Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or
joint system. Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
Section 7-04.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed
for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the
existing main is constructed of vitrified clay,plain or reinforced concrete, cast or ductile iron pipe,the
existing main shall be core drilled.
Connections (unless booted connections have been provided for) to existing concrete manholes shall
be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole
coupling equal to the Johns-Manville Asbestos-Cement collar,or use a conical type flexible seal equal
to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the
Engineer.
7-08.3(2)J Placing PVC Pipe
Section 7-08.3(2)J is an added new section:
In the trench,prepared as specified in Section 7-02.3(1)PVC pipe shall be laid beginning at the lower
end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6"
below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a
structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of
connection.
7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations,
shall be measured by the cubic yard, including haul,as specified in 2-09, or by the TON.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc63
7-08.5 Payment
Section 7-08.5 is replaced with:
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Gravel Backfill for Foundations Class ",per cubic yard,or Ton.
"Gravel Backfill for Pipe Zone Bedding",per cubic yard, or Ton.
All costs associated with furnishing and installing bedding and backfill material within the pipe zone
in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit
contract price for the type and size of pipe installed.
"Plugging Existing Pipe",per each.
"Commercial Concrete",per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl.Haul",per cubic yard.
Unless specifically identified and provided as separate items, structure excavation, dewatering and
backfilling shall be incidental to pipe installation and no further compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit
contract price per foot for the size and type of pipe being jointed.
"Shoring or Extra Excavation Class B",per square foot.
If this pay item is not in the contract,then it shall be incidental.
7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3(15)A Ductile Iron Pipe
The first paragraph of Section 7-09.3(15)A is revised as follows:
Long radius(500 feet or more)curves, either horizontal or vertical,may be laid with standard pipe by
deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the
Contractor can assume that the curves can be made by deflecting the joints with standard lengths of
pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The
amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not
exceed one half of the manufacturer's printed recommended deflections.
7-09.3(15)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over)
Section 7-09.3(15)B is supplemented as follows:
Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
The title and text of section 7-09.3(17)has been revised as follows:
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall
also be installed on all appurtenances, such as pipe laterals,couplings, fittings, and valves, with 8 mil.
polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 orAWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall
be repaired in accordance with ANSUAWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the
pipe and no additional payment shall be allowed.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc64
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised and supplemented as follows:
The Contractor may be required to perform the connection during times other than normal working
hours. The Contractor shall not operate any valves on the existing system . Water system personnel
will operate all valves on the existing system for the contractor when required.
No work shall be performed on the connections unless a representative of the water department is
present to inspect the work.
When not stated otherwise in the special provisions or on the plans all connections to existing water
mains will be done by City forces as provided below:
City Installed connections:
L 1. Connections to existing piping and tie-ins are indicated on the drawings. The contractor
must verify all existing piping, dimensions,and elevations to assure proper fit.
,. 2. Connections to the existing water main shall not be made without first making the
necessary arrangements with the Engineer in advance.
A two-week advance notice shall be required for each connection which requires a cutting of the
existing water mains or a shut-down of the existing water mains. The City reserves the right to re-
schedule the connection if the work area is not ready at the scheduled time for the connection.
Work shall not be started until all the materials, equipment and labor necessary to properly complete
the work are assembled on site.
The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements,
excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at
the connection areas before the scheduled time for the connection by the City. The Contractor shall
provide all materials necessary to install all connections as indicated on the construction plans,
including but not limited to the required fittings, couplings,pipe spools, shackle materials to complete
the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at
the connections, backfill and surface restoration at the locations shown on the plans for the
connections to the existing water mains.
The City will cut the existing main and assemble all materials.
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block
Section 7-09.3(21)has been supplemented by adding the following:
(******)
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to
The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be
blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly
formed with plywood or other acceptable forming materials and shall not be poured around joints.
The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall
be installed in accordance with section 7-11.3(15).
Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include
reinforcing steels, shackle rods, installation and removal of formwork.
Blocking shall be commercial concrete(hand mixed concrete is not allowed)and poured in place.
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23)is supplemented and revised as follows:
A hydrant meter and a back flow prevention device will be used when drawing water from the City
system. These may be obtained from the City by completing the required forms and making required
L
H:\File Sys\SVP-Surface Water Projects\SVP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc65
security deposits. There will be a charge for the water used. Before applying the specified test
pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents
are not located at all high points, the contractor shall install corporation cocks at such points so that
the air can be expelled as the line is filled with water. After all the air has been expelled, the
corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test,
the corporation cocks shall be removed and plugged.
The quantity of water required to restore the pressure shall be accurately determined by either 1)
pumping from an open container of suitable size such that accurate volume measurements can be
made by the Owner or,2)by pumping through a positive displacement water meter with a sweep unit
pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per
revolution.The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors,as follows:
1. The quantity of water lost from the main shall not exceed the number of gallons per hour as
listed in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour test period.
All water used to perform hydrostatic pressµre shall be charged a usage fee.
Allowable leakage per 1000 ft. of pipeline* in GPH
Nominal Pipe Diameter in inches
PSI 6" 8" 10" 12" 16" 20" 24"
450 0.95 1.27 1.59 1.91 2.55 3.18 3.82
400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.75 1.00 1.24 1.49 1.99 2.49 2.99
250 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage will be the
sum of the computed leakage for each size. For those diameters or pressures not listed, the formula
below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula
L= P
7400
in which:
L= Allowable leakage,gallons/hour
N= No.of joints in the length of pipeline tested
D= Nominal diameter of the pipe in inches
P= Average test pressure during the leakage test,psi
The paragraph stating that"There shall not be an appreciable or abrupt loss in pressure during the 15
minute testep riod."Is deleted.
Section 7-09.3(24)A shall be revised and supplemented as follows:
(******)
7-09.3(24)A Flushing and "Poly-pigging"
Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated
material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap
shall be provided large enough to develop a velocity of at least 2.5 fps in the main.
,
The Poly-pig shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A
durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be
cylinder shaped with bullet nose or squared end.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc66
The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing
shall be done after disinfection."is deleted.
Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's
standard detail. Water containing chlorine residual in excess of that carried in the existing water
system, shall not be disposed into the storm drainage system or any water way.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D has been replaced with:
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
Section 7-09.3(24)K has been revised as follows:
Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this
period, the chlorine residual at pipe extremities and at other representative points shall be at least
25 mg/l.
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N has been revised as follows:
Before placing the lines into service, a satisfactory report shall be received from the local or State
health department or an approved testing lab on samples collected from representative points in the
new system. Samples will be collected and bacteriological tests obtained by the Engineer.
Section 7-09.3(25) is a new additional section:
7-09.3(25) Joint Restraint Systems
General:
Where shown on the plans or in the specifications or required by the engineer,joint restraint system
" (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by star
national products, 1323 Holly avenue PO box 258, Columbus Ohio 43216,unless an equal alternate is
approved in writing by the engineer.
Materials:
Steel types used shall be:
High strength low-alloy steel(cor-ten),ASTM A242,heat-treated,superstar"SST" series.
High strength low-alloy steel(cor-ten),ASTM A242, superstar"SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled,pressed and forged steel shapes.
Joint restrainer system components:
" Tiebolt: ASTM A242 e 2 zinc plated or hot-di al " "
type p p galvanized. SST 7:5/8 for 2 and 3
mechanical joints, 3/4" for 4" to 12" mechanical joints,ASTM A325, type 3D, except tensile
strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and
60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures
reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Yr Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc67
SS e for 7/8" rod. same T 7. SST 77: 3/4" same as SST 7 except 1" e
ASTM specification as p y
ASTM specification as SST 7.
Tienut: heavy hex nut for each tiebolt: SSB: 5/8" and 3/4",ASTM A563, grade C3, or zinc
plated. S8: 5/8"and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized
Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to
aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM
A563,grade C3. SIO: for 5/8" and 3/4"tierods,ASTM A563, grade A.
Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip
galvanized. SS12: 5/8" and 3/4" diameter,ASTM A242, type 2;ANSI 131.1. 512: 5/8" and
3/4"diameter,ASTM A36,A307.
Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436.
517:ANSI B18.22.1.
Installation:
Install the joint restraint system in accordance with the manufactures instructions so all joints
are mechanically locked together to prevent joint separation. Tiebolts shall be installed to
pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot
pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into
tiecouplings. Arrange tierods symmetrically around the pipe.
Pipe Diameter Number of 3/4"
Tie Rods Required '
411........................................2
6"........................................2
811........................................3
1011.......................................4
12".......................................6
1411.......................................8
1611.......................................8
1811....... ...............................8
20".......................................10
2411.......................................14
3011.......................................(16-7/8"rods)
3611.......................................(24-7/8"rods)
Where a manufactures mechanical joint valve or fitting is supplied with slots for "T" bolts instead of
holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide
adequate space for locating the tiebolts.
Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater
than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to
keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be
mechanical joint pipe and tiebolts shall be installed as rod guides at each joint:
Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be
galvanized. All disturbed sections will be painted, to the inspector's satisfaction, with koppers
bitomastic no. 300-m,or approved equal.
Where poly wrapping is not required all tiebolts, tienuts, tiecouplings,tierods and tiewashers may be
galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers
bitumastic no. 800-m,or approved equal.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc68
Tiebolts,tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of
the pipe and no additional payment shall be made.
7-09.4 Measurement
Section 7-09.4 is revised as follows:
1' Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the
calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in
accordance with Section 1-09.
Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard
�r when these items are included as separate pay items. If not included as separate pay items in the
contract,then thrust blocking and dead-man blocks shall be considered incidental to the installation of
the water main and no further compensation shall be made.
Measurement for payment for connections to existing water mains will be per each for each
connection to existing water main(s)as shown on the plans.
7-09.5 Payment
Section 7-09.5 is revised and supplemented as follows:
"___Pipe for Water Main and Fittings In. Diam.",per lineal foot.
The unit contract price per linear foot for each size and kind of " Pipe for Water Main In.
Diam." shall be full pay for all work to complete the installation of the water main including but not
limited to trench excavating, bedding, laying and jointing pipe and fittings, backfilling, concrete
thrust blocking, installation of polyethylene wrap, cleaning by poly-pigs, vertical crosses for insertion
and removal of poly-pigs, temporary thrust blocks and blow-off assemblies, testing, flushing,
disinfecting the pipeline, shackle rods, abandoning and capping existing water mains, removing
miscellaneous pipes,removing and salvaging existing hydrant assemblies, and other appurtenances to
be abandoned as shown on the plans,and cleanup.
"Concrete Thrust Blocking and Dead-Man Blocks",per cubic yard.
The unit contract price bid for "Concrete Thrust Blocking and Dead-Man Block" Shall be for the
complete cost of labor, materials, equipment for the installation of the concrete thrust blocks and
dead-man blocks, including but not limited to excavation, dewatering,haul and disposal of unsuitable
materials, concrete, reinforcing steel, shackle rods and formwork. If this item is not included in the
contract schedule of prices, then thrust blocking and dead-man blocks shall be considered incidental
to the installation of the pipe and no further compensation shall be made.
"Connection to Existing Water Mains",per each.
The unit contract price per each connection to existing water mains shall be for complete
compensation for all equipment, labor, materials required for the connections to the existing water
mains.
Payment for "removal and replacement of unsuitable material" will be considered incidental to or
calculated under other bid items and no further compensation will be made.
"Bank Run Gravel for Trench Backfill",per cubic yard or ton.
The unit contract price per cubic yard or ton for"Bank Run Gravel for Trench Backfill" shall be full
pay for all work to furnish, place, and compact the material in the trench. Also included in the unit
contract price is the disposal of excess and unusable material excavated from the trench.
"Foundation Material",per ton or cubic yard.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc69
Payment at the unit contract price for"foundation material" shall be full compensation for excavating
and disposing of the unsuitable material and replacing with the appropriate foundation material per
Section 9-30.7B(1).
7-12 VALVES FOR WATER MAINS
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1)has been revised as follows:
Where required, a valve marker post shall be furnished and installed with each valve. Valve marker ,
posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of
the post exposed above grade.
The rest of this section is deleted.
Section 7-12.3(2) is a new section:
7-12.3(2) Adjust Existing Valve Box to Grade
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-
05.3(1) of the Renton Standards. Valve box adjustments shall include, but not be limited to, the
locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in a fully operable
condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2")
below finished grade.
7-12.4 Measurement
Section 7-12.4 is supplemented by adding the following:
Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay
item in the Contract; if not a separate pay item but required to complete the work, then value box
adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not
be included in this measurement item.
7-12.5 Payment
Section 7-12.5 is replaced with the following:
"Gate Valve from 4 inch to 10 inch in diameter and Valve Box," per each.
The unit contract price per each for the valve of the specified size, shall be full pay for all labor,
equipment and material to furnish and install the valve complete in place on the water main, including
trenching,jointing, blocking of valve, painting, disinfecting, hydrostatic testing, cast-iron valve box
and extensions as required,valve nut extensions,adjustment to final grade.
12 inch Gate Valve and Concrete Vault, per each.
The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor,
equipment and material to furnish and install the valve complete in place on the water main, including
trenching, jointing, blocking of valve, by-pass assembly, cast-iron casting and cover, ladder rung,
concrete risers as required,adjustment to final grade.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc70
16 inch and larger Butterfly Valve and Concrete Vault," er each.
The unit contract price per each for the 16" and larger butterfly valve assembly, shall be full pay for
all labor, equipment and material to furnish and install the valve complete in place on the water main,
including trenching,jointing, blocking of valve, painting, disinfecting, hydrostatic testing, concrete
vault, cast-iron casting and cover, ladder, concrete risers as required, adjustment to final grade.
"Blow-off assembly,"per each.
The unit contract price per each for each blow-off assembly shall be for all, labor, equipment and
material to complete the installation of the assembly per the City of Renton Water Standard Detail,
latest revision.
"Air-Release/Air-Vacuum Valve Assembly,"per each.
The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment
and material to complete the installation of the assembly including but not limited to, excavating,
tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing,
flushing, and disinfection, meter box and cover, at location shown on the plans, and per City of
Renton Standard Detail, latest revision.
"Adjust Existing Valve Box to Grade(RC),"per each.
The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for
all labor,material,tools and equipment necessary to satisfactorily complete the work as defined in the
Contract Documents, including all incidental work. If not included as a separate pay item in the
Contract,but required to complete other work in the Contract,then adjustment of valve boxes shall be
considered incidental to other items of work and no further compensation shall be made.
7-14 HYDRANTS
7-14.3(1) Setting Hydrants
Paragraph four and five of Section 7-14.3(1)is revised and the section is supplemented as follows:
After all installation and testing is complete, the exposed portion of the hydrant shall be painted with
two field coats.The type and color of paint will be designated by the Engineer.
Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by
the Engineer.
Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1
and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with
the water standard detail. Upon completion of the project, all fire hydrants shall be painted to The
City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-
655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for
installation with connections to 6", 8"AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise
specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown
unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ),
6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x S" Stortz adapter, cast iron
valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts
(only if hydrants are outside right-of-way).
Joint restraint(Shackle Rods)shall be installed in accordance with Section 7-11.3(15).
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
�"` Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc71
7-14.33) Resetting Existing.Hydrants
Section'!-14.3(3)is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the same
type.
7-14.3(4) Moving Existing Hydrants
Section 7-14.3(4)is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the same
type.
7-14.5 Payment
Section 7-14.5 is revised as follows:
Payment will be made,in accordance with Section 1-04.1, for each of the following bid items that are
included in the proposal:
"Hydrant Assembly",per each.
The unit contract price per each for"Hydrant Assembly" shall be full pay for all work to furnish and
install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles,tie rods, concrete
blocks, gravel, and painting and guard posts required for the complete installation of the hydrant
assembly as specified. The pipe connecting the hydrant to the main shall be considered incidental and
no additional payment shall be made.
"Resetting Existing Hydrants",per each.
The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to
reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made. . Guard
posts, shown on the plans shall be incidental to the contract.
"Moving Existing Hydrants",per each.
The unit contract price per each for"Moving Existing Hydrant" shall be full pay for all work to move
the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made . Guard
posts, shown on the plans shall be incidental to the contract.
7-15 SERVICE CONECTIONS
7-15.3 Construction Details
Section 7-15.3 is supplemented as follows:
Pipe materials used to extend or replace existing water service lines shall be copper.
Where installation is in existing paved streets, the service lines shall be installed by a trenchless
percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails,
regular open trench methods may be used.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc72
7-15.5 Payment
Section 7-15.5 is revised as follows:
Payment will be made in accordance with Section 1-04.1, for the following bid item when it is
included in the proposal:
"Service Connection In.Diam.",per each.
The unit contract price per each for "Service Connection In. Diam." shall be full pay for all
work to install the service connection, including but not limited to, excavating or (hoe-hogging),
tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing,
flushing,and disinfection of the service connection.
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 is replaced with the following:
Pipe used for sanitary sewers may be:
Rigid Thermoplastic
Concrete
PVC(Polyvinyl Chloride)
Ductile Iron
All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified.
It is not intended that materials listed are to be considered equal or generally interchangeable for all
applications. The Engineer shall determine from the materials listed those suitable for the project, and
shall so specify in the specifications or plans.
Materials shall meet the requirements of the following sections.
Plain Concrete Storm Sewer Pipe 9-05.7(1)
Reinforced Concrete Storm Sewer Pipe 9-05.7(2)
Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1)
Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2)
Ductile Iron Sewer Pipe 9-05.13
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1)is supplemented by adding the following:
When extending an existing sewer, the downstream system shall be protected from construction
debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall
be the contractor's responsibility to maintain this screen or trap until the new system is placed in
service and then to remove it. Any construction debris which enter the existing downstream system,
shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the
first manhole is set, it's outlet shall be plugged until acceptance by the Engineer.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following:
Once the television inspection has been completed the contractor shall submit To the Engineer the
written reports of the inspection plus the video tapes. Said video tapes are to be in color and
compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high
density VHS Tapes.The tapes will be run at standard speed SP(15/16 I.P.S.).
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.do03
7-17.4 Measurement
Section 7-17.4 is supplemented as follows:
Measurement of"Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard
in place,measured by the neat line dimensions shown in the Plans, or by the Ton on truck tickets.
7-17.5 Payment
Section 7-17.5 is revised and supplemented as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are
included in the proposal:
"Plain Conc. Sewer Pipe_In.Diam.",per linear foot. ;,
"Cl. Reinf. Conc. Sewer Pipe In.Diam.",per linear foot.
"PVC Sanitary Sewer Pipe In.Diam.",per linear foot.
"Ductile Iron Sewer Pipe In.Diam.",per linear foot.
The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay
for furnishing, hauling, and assembling in place the completed installation including all wyes, tees,
special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the
completion of the installation to the required lines and grades.
"Testing Sewer Pipe",per linear foot.
The unit contract price per linear foot for"Testing Sewer Pipe" shall be full pay for all labor,material
and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for
"Testing Sewer Pipe"is included it shall be considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material",per cubic yard.
The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall ,
be full pay for all work to remove unsuitable material and replace and compact suitable material as
specified in Section 7-08.3(1)A.
"Bank Run Gravel for Trench Backfill Sewer",per cubic yard, or Ton.
The unit contract price per cubic yard, or Ton for"Bank Run Gravel for Trench Backfill Sewer" shall
be full pay for all work to furnish,place,and compact material in the trench.
"Television Inspection",per linear foot.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc74
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
Section 8-09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type 1",per each.
"Raised Pavement Marker Type 2",per each.
"Raised Pavement Marker Type 3- In.",per each.
"Recessed Pavement Marker",per each.
The unit contract price per each for "Raised Pavement Marker Type I", "Raised Pavement Marker
Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker"shall
be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers
in accordance with these Specifications including all cost involved with traffic control unless traffic
control is listed in the contract as a separate pay item.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
This work shall consist of furnishing and placing monument cases and covers, in accordance with the
Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans
or as staked by the Engineer or by the Contractor supplied surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible for
assuring that a registered surveyor references the existing monuments prior to construction. After
construction is complete, the monuments shall be re-established by the surveyor in accordance with
RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the contract unless specifically called out to be paid as a bid item.
8-13.5 Payment
Section 8-13.5 is supplemented by adding the following:
"Reset Existing Monument"per each.
Resetting an existing monument impacted by construction shall be incidental unless included as a pay
item in the Schedule of Prices.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc75
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(4) Curing
Section 8-14.3(4)is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications y
shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The
curing agent shall be applied immediately after brushing and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof paper or
plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather.
During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular
traffic shall be excluded for such additional time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly
placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete
shall be removed and replaced at the expense of the Contractor.
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
When the contract contains a pay item for"Curb Ramp,Cement Concrete,"the per each measurement
shall include all costs for the complete installation per the plans and standard details including
expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and
disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base
materials and all other work, materials and equipment required per Section 8-14 shall be included in
the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and
specified to be paid as separate pay items.
If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans call for
such installation,then quantities shall be measured with and paid for under the bid items for Curb and
Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt
concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt
Concrete."
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete,"per each.
Payment for excavation of material not related to the construction of the sidewalk but necessary
before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with
the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul
and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades
shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Conc.
Sidewalk"and the per each contract price for"Curb Ramp,Cement Concrete."
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
Section 8-17.5 is supplemented by the following:
If no pay item is included for temporary impact attenuators then all costs to provide and install shall
be considered a part of the pay item for"Traffic Control."
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc76
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL
8-20.2(1) Equipment List and Drawings
Paragraphs four of Section 8-20.2(1)are revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the following types of
standards called for on this project:
1. Light standards with or without pre-approved plans.
2. Signal standards with or without pre-approved plans.
.; 3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8-20.2(1)is deleted.
Paragraph six of Section 8-20.2(1)is deleted.
Section 8-20.2(1)is supplemented as follows:
The Contractor also shall submit either on the signal standard shop drawings or attached to the signal
standard shop drawings all dimensions to clearly show the specific mast arm mounting height and
signal tenon locations for each signal pole to be installed.
0.
MOVED TO SECTION 5-06been supplemented by a the fellewing-.-
, .`
TRENCH RESTORATION AND STREET OVERLAY REQUIREAIENTS
Amended Ayi is-r,:.vv
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
See detail sheet.
Skip Center Line(Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot
unit consisting of a 9-foot line and a 15-foot gap.- Skip center strip is used as center line delineation
on two-lane or three-lane,two-way highways.
Double Yellow Center Line(Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center
stripe is used as center line delineation on multilane,two-way highways and for channelization.
Approach Line(New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements,to separate high occupancy vehicle lanes from general purpose lanes, for islands,
hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet
apart.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc77
Lane Line(Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same
direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and
a 15-foot gap.
Two Way Left Turn Line(Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated
by a 4-inch space.The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot
line and a 15-foot space.The solid line shall be installed to the right of the broken line in the direction
of travel.
Crosswalk Line(Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
See detail sheet.
Stop Line(Replacement)
A SOLID WHITE line 12, 18,or 24 inches wide as noted on the Contract plans.
8-22.3(5) Installation Instructions
Section 8-22.3(5)is revised as follows:
(******)
A manufacturer's technical representative need not be present at the initial material installation to
approve the installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
(******)
"Approach Stripe,"per linear foot.
"Remove Paint Line ....."wide," per linear foot.*
"Remove Plastic Line ......"Wide," per linear foot.*
"Remove existing traffic markings, "per lump sum.*
*The linear foot contract price for"Remove Paint Line" and "Remove Plastic Line" and the lump sum
contract price for "Remove existing traffic markings" shall be full compensation for furnishing all
labor, tools, material, and equipment necessary for removal of existing traffic markings as per the
plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of
prices,then the removal of old or conflicting traffic markings required to complete the channelization
of the project as shown on the plans or detail sheets shall be considered incidental to other items in
the contract and no further compensation shall be made.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the contract for installation or for removal of temporary pavement
markings then all costs associated with these items are considered incidental to other items in the
contract or included under"Traffic Control," if that item is included as a bid item.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc78
8-24.3(1) Rock Wall Added-SWP-27-
.. .... . .... .. . ....... .. . .. ...
Section 8-24.3(1)is supplemented with the following:
8-24.3(1)F Construction Requirements (new section)
The rock unloading at the site will be done in such a manner as to segregate the rock by the size
ranges indicated in the preceding paragraph.
The walls shall be started by excavating a trench,not less than 6 inches or more than one foot in depth
below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below
the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be
trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall
start as soon as possible upon the completion of the cut or fill section.
Rock selection and placement shall be such that there will be no open voids in the exposed face of the
wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a
minimum of voids. Particular attention shall be given to the placing and keying together of the final
course of all rockeries. The final course shall have a continuous appearance and be placed to
minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery
so that the wall will be stable and have a stable appearance. The rocks shall be carefully placed by
mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right
angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the
back of the rockery. Each row of rocks will be seated as tightly and evenly as possible on the rock
below in such a manner that there will be no movement between the two. After setting a course of
rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void
sufficient to pass a 2 inch square probe.
8-24.3(1)F.1 Rockery Backfill
The wall backfill shall consist of 1-1/2 inch minus crushed rock or gravel conforming to section 9-
03.9(3). This material will be placed to an 8 inch minimum thickness between the entire wall and the
cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches
below the course of rocks placed. The backfill will be placed after each course of rocks. Any
backfill material on the bearing surface of the rock course will be removed before setting the next
course.
8-24.3(1)F.2 Drain Pipe
A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the rockeries as shown
in the standard plans, and connected to the storm drainage system where shown.
8-24.3(1)F.3 Rejection Of Material
The inspector will have the authority to reject any defective material and to suspend any work that is
being improperly done, subject to the final decision of the engineer. All rejected material will be
removed from the construction site and any rejected work shall be repaired or replaced at no
additional cost to the Owner.
8-24.3(1)G Measurement
Measurement of the finished rock wall for payment will be made from the footing grade to the top of
the wall and rounded to the nearest square yard.
8-24.3(1)H Payment
Payment will be made under the item "rock retaining wall",per square yard.
The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place
and shall include all work, materials, and equipment required to complete the installation, including
drainage pipe and all other items.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc79
(January 5,2004)
9-03.8(2) HMA Test Requirements
Section 9-03.8(2)is supplemented with the following:
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be *** $$1$$ *** million.
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the
constituents of the mixture at the time of acceptance shall conform to the following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate,percent passing
1",3/4", '/2", and 3/8"sieves ±6% ±8%
U.S.No.4 sieve ±6% ±8%
U.S.No. 8 sieve ±6% ±8%
U.S.No. 16 sieve ±4% ±6%
U.S.No. 30 sieve ±4% ±6%
U.S.No. 50 sieve ±4% ±6%
U.S.No. 100 sieve ±3% ±5%
U.S.No.200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
VMA 1.5%below minimum value in 9-03.8(2)
VFA min. and max. as listed in 9-03.8(2)
Va 2.5%minimum and 5.5%maximum
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The
tolerance limit for aggregate shall not exceed the limits of the control points section, except the
tolerance limits for sieves designated as 100%passing will be 99-100.
9-05 DRAINAGE STRUCTURES CULVERTS AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9-05.4 is revised as follows:
(******)
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type 11.
Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized
coating applied inside and out following welding is acceptable and shall be asphalt treatment coated.
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9-05.7(2)is replaced by the following:
(******)
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be
Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in
conformance with ASTM C150. No admixture shall be used unless otherwise specified.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-200602.doc80
9-05.7(2)A Basis for Acceptance(RC)
Section 9-05.7(2)A is supplemented by the following:
All pipe shall be subject to(1) a three-edge-bearing strength (D-load)test in accordance with ASTM
C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA
C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3)is replaced by the following:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained
single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall
be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(4)is supplemented by the following:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9-05.9 is replaced with:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
Certificate of Compliance stating that the materials furnished comply in all respects with these
Specifications. The Engineer may require additional information or tests to be performed by the
Contractor at no expense to the State.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or a continuous helical welded seam
paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized)
corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall
be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and
shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to
outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the
outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The
maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to:the direction
of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch
and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a
stiffener shall be included midway between ribs,having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be
effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The
bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and
9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch+ 1/8 inch
wide (measured outside to outside) and a minimum of.4375 inch high (measured as the minimum
vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc81
u�.
ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable
tolerance of+ 10 percent.
9-05.12(3) CPEP Sewer Pipe
Section 9-05.12(3)is a new additional section:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin .
which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C
per ASTM,D1248. In addition, the pipe shall comply with all material and stiffness requirements of
AASHTO M294.
9-05.14 ABS Composite Sewer Pipe
Section 9-05.14 is deleted
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated by using a continuous helical lock seam with a seam gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch
deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that
can be effectively jointed with coupling bands. 33
For narrow pitch spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8
inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to
center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of
the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch
wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum
vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of
ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius
of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10
percent.
{
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1 6012010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc82
9-08 PAINTS
9-08.8 Manhole Coating System Products
Section 9-08.8 is a new section and subsections:
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System: C1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface In accordance with SSPC
Preparation: SP-7(Sweep or brush off
blast)
Application: Shop/Field The drying
time between coats shall
not exceed 24hours in
any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of
Wasser MC-Aroshield
high solids urethane(2.0
DFT)Finish:Two or
more coats of Wasser
MC-Aroshield(min. 4.0
DFT)
Color: White
9-14.5(7) Hydroseed Bid Item (New Section) Added Project SWP-27-2057
9-14.5(7)A Description
Contractor shall Hydroseed disturbed areas - as a result of the construction activities -
adjacent to the sedimentation pond and stockpile areas.
9-14.5(7)B Products
Submittals
Submit seed vendor's certification for required grass seed mixture, indicating percentage by
weight, and percentages of purity, germination, and weed seed for each grass species.
A. Perform seeding work only after planting and other work affecting ground surface has
been completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established.
Erect signs and barriers as required.
C. Provide watering equipment as required.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc83
Materials, Seed
A. On the pond slopes the following grass/forb mixes shall be used at a rate of 65 Ib/acre:
Red fescue Festuca rubra 25%
Colonial bentgrass Agrostis tennis 25%
Meadow foxtail Alopecurus pratense 40%
Water smartweed Polygonum hydropiperoides 10%
B. Wood Cellulose Fiber Mulch: Degradable green dyed wood cellulose fiber free from
weeds or other foreign matter toxic to seed germination and suitable for hydromulching.
C. Soil Binder or Tacking Agent: Liquid concentrate diluted with water forming a
transparent 3-dimensional film-like crust permeable to water and air and containing no
agents toxic to seed germination. Contractor shall comply with all environmental
regulations and manufacturers recommendations regarding fertilizer use.
9-14.5(7)C Transportation, Delivery, Storage and Handling
A. Submit seed vendor's certification for required grass seed mixture, indicating percentage
by weight, and percentages of purity, germination, and weed seed for each grass
species.
9-14.5(7)D Installation
A. Perform seeding work only after planting and other work affecting ground surface has
been completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established.
Erect signs and barriers as required.
C. Provide watering equipment as required.
D. Limit preparation to areas which will be immediately seeded.
E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches.
F. Grade area to be seeded. Remove ridges and fill depressions as required to drain.
G Seed immediately after preparation of bed. Spring seeding shall occur between April 1
and June 1 and fall seeding shall occur between August 15 and October 31 or at such
other times acceptable to the City.
H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed
as a result of construction operations.
I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles
per hour.
J. The contractor shall use the double application method for all hydroseeding as follows:
Mulching is
A. Mulch cover shall be applied at 2,000 lbs/acre as follows:
1. First application: 100 percent seed mix with 25 percent of mulch.
2. Second application: tackifier with 75 percent of mulch
Tacking Agent
A. Tacking agent shall be applied by approved hydraulic equipment. distribution and
discharge lines shall be equipped with a set of hydraulic discharge spray nozzles
which will provide a uniform distribution of the material. Tacking agent shall be
applied at 80 gal/acre. Contractors shall comply with all environmental regulations
and manufacturers recommendations.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\16012010 FINAL SPEC-Madsen\20a-SPECI4,L PROVISIONS-2006v02.doc84
9-14.5(7)E Cleaning
A. Perform cleaning during installation of the work and upon completion of the work.
Remove from the site all excess materials, debris and equipment. Repair damage to
any project features.
9-14.5(7)F Warranty
Hydroseeding
A. Hydroseeded areas will be inspected 1 week after germination to determine if coverage
of seeding is acceptable.
B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be
obtained by watering and maintaining until final acceptance. Areas which fail to provide
a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until
the coverage required herein is obtained.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
9-30 WATER DISTRIBUTION MATERIALS
9-30.1(1) Ductile Iron Pipe (RC)
Section 9-30.1(1)is revised as follows:
1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C 151. Ductile
iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. . All other
ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans.
9-30.3(1) Gate Valves (3inches to 12 inches)
Section 9-30.3(1)is replaced with:
Valves shall be designed for a minimum water,operating pressure of 200 PSI. Gate valves shall be
Iowa List 14,Mueller Company No.A2380,Kennedy, or M&H.
Approval of valves other than models specified shall be obtained prior to bid opening.
All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and
extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See
Water Standard Detail for 12" gate valve assembly vault and 1"bypass installation.
Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with
bronze wedging device and O-ring stuffing box.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA
Standard C509 latest revisions.
All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion
protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts
prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest
revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc&5
equipped with one(1)anti-friction washer. The resilient gate valve shall have rubber sealing surfaces
to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast.
Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve
materials meet the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown
on the project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series
2370,Kennedy.
Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves
less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as
required.
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and
shall be installed in a concrete vault per City of Renton Standard Details, latest revision.
9-30.3(3) Butterfly Valves
Section 9-30.3(3)is supplemented by adding the following:
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
9-30.3(5) Valve Marker Posts
Section 9-30.3(5)has been deleted and replaced with the following:
The valve markers shall be fabricated and installed in conformance with the Standard Drawings.
Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue
label "water."
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7)has been supplemented as follows:
Air and vacuum release valves shall be APCO-Valve and Primer Corp, "Heavy-Duty," combination
air release valve, or equal.
Installation shall be per the City of Renton Standard Detail, latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is
approximate. The installation shall be set at the high point of the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
Section 9-30.3(8)is revised as follows:
Tapping sleeves shall be cast iron,ductile iron epoxy-coated steel,or other approved material.
Section 9-30.3(9)is a new section:
(******)
9-30.3(9) Blow-Off Assembly
Permanent blow-off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of
blow-off permanent blow-off assembly shall be per City of Renton Water Standard Detail, latest
revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s)
shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at
location shown on the plans.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECIAL PROVISIONS-2006v02.doc86
Temporary blow-off assemblies for testing and flushing of the new water mains will not be included
under this item and shall be considered incidental to the contract and no additional payment shall be
made.
9-30.5 Hydrants
Section 9-30.5 is supplemented by adding the following:
(******)
Fire hydrants shall be Iowa, Corey Type(opening with the pressure)or approved equal conforming to
AWWA C-502-85. Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929,
Mueller Super Centurion 200, conforming to AWWA C-502-85.
9-30.5(1) End Connections (RC)
Section 9-30.5(1)is supplemented by adding the following:
Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid
proposal description.
9-30.5(2) Hydrant Dimensions
Section 9-30.5(2)is replaced with the following:
Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against
pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve
opening(M.V.O.) of 5 1/4 inches,two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2
threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60
degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall
have a 1-1/4"pentagon operating nut opened by turning counter clockwise(left).
The two 2-1/2 hose nozzles shall be fitted with cast iron threaded caps with operating nut of the
same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene
gaskets for positive water tightness under test pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz
adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end
portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to
weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter
with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions.
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
Polyethylene pipe shall not be used.
9-30.6(4) Service Fittings
Section 9-30.6(4)has been revised as follows:
Fittings used for copper tubing shall be compression type with gripper ring.
9-30.6(5) Meter Setters
Section 9-30.6(5)has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters, latest
revision
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3497 Madsen Creek Sed Basin\2010
Cleaning\1601 2010 FINAL SPEC-Madsen\20a-SPECI4L PROVISIONS-2006v02.doc87
WSDOT AMENDMENTS
The latest version of the WSDOT Amendments are hereby
incorporated into Bid Document.
Section 1 of the Amendments follows.
The remaining sections may be downloaded from the
WSDOT web site, if needed.
aw
1 INTRO.AP1
2 INTRODUCTION
to 3 The following Amendments and Special Provisions shall be used in conjunction with the
4 2010 Standard Specifications for Road, Bridge, and Municipal Construction.
5
"■ 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this contract
9 and supersede any conflicting provisions of the Standard Specifications. For informational
10 purposes, the date following each Amendment title indicates the implementation date of the
11 Amendment or the latest date of revision.
12
13 Each Amendment contains all current revisions to the applicable section of the Standard
14 Specifications and may include references which do not apply to this particular project.
15
16 02.AP1
17 SECTION 1-02, BID PROCEDURES AND CONDITIONS
18 January 4, 2010
19 1-02.7 Bid Deposit
20 In the first paragraph, the third sentence is revised to read:
21
22 For projects scheduled for bid opening in Olympia, the proposal bond may be in hard
23 copy or electronic format via Surety2000.com or Insurevision.com and BidX.com.
nr 24
25 1-02.9 Delivery of Proposal
26 In the first paragraph, the first sentence is revised to read:
27
28 For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and
29 submitted in the envelope provided with it, or electronically via Expedite software and
30 BidX.com at the location and time identified in Section 1-02.12.
31
32 The following new paragraph is inserted after the first paragraph:
33
34 For projects scheduled for bid opening in the Region, each Proposal shall be sealed
35 and submitted in the envelope provided with it, at the location and time identified in
36 Section 1-02.12. The Bidder shall fill in all blanks on this envelope to ensure proper
37 handling and delivery.
38
39 06.AP1
40 SECTION 1-06, CONTROL OF MATERIALS
41 April 5, 2010
42 1-06.1 Approval of Materials Prior to Use
43 This section is supplemented with the following new sub-section:
44
45 1-06.1(4) Fabrication Inspection Expense
46 In the event the Contractor elects to have items fabricated beyond 300 miles from
47 Seattle, Washington the Contracting Agency will deduct from payment due the
48 Contractor costs to perform fabrication inspection on the following items:
49
rir
ASSEMBLED AMENDMENTS 1
1 Steel Bridges and Steel Bridge components
2 Cantilever Sign Structures and Sign Bridges
3 a Cylindrical, Disc, Pin, and Spherical Bearings
4 0 Modular Expansion Joints
5 0 Additional items as may be determined by the Engineer.
6
7 The deductions for fabrication inspection costs will be as shown in the Payment Table
8 below.
9
Zone Place of Fabrication Reduction in Payment
1 Within 300 airline miles None
from Seattle
2 Between 300 and 3,000 $700.00 per*inspection day .r
airline miles from Seattle
3 Over 3,000 airline miles $1,000 per*inspection day,
from Seattle but not less than $2,500 per
tri
10 *Note -An inspection day includes any calendar day or portion of a calendar
11 day spent inspecting at or traveling to and from a place of fabrication.
12
13 Where fabrication of an item takes place in more than one zone, the reduction in
14 payment will be computed on the basis of the entire item being fabricated in the furthest
15 of zones where any fabrication takes place on that item.
16
17 The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication
18 inspection activities to include but not limited to; plant approvals, prefabrication
19 meetings, fabrication, coatings and final inspection.
20
rrti
lid
»
ASSEMBLED AMENDMENTS 2
*W
1 1-06.2(2)A General
2 Table 2 "Pay Factors" on page 1-39 is revised to read:
+rr
3
Table 2
Pay Factors
PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(PU+PL)-100
Category n_3 n_4 n_5 n_6 n_7 n_8 n_9 n_10 n_12 n_15 n_18 n_23 n_30 n_43 n_67
to to to to to to to to
n_11 n_14 n_17 n_22 n_29 n=42 n_66 b
11111 1.05 100 100 100 100 100 100 100 100 100 100
1.04 100 99 97 95 96 96 96 97 97 97 97
1.03 100 98 96 94 92 93 93 94 95 95 96 96
1.02 99 97 94 91 89 90 91 92 93 93 94 94
1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93
Ift 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92
0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91
0.98 64 70 74 76 78 79 8o 81 82 84 85 86 87 88 90
0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88
0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87
0.95 59 65 68 71 72 74 75 76 7" 71 80 82 83 84 86
0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85
0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84
0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82
0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81
0.90 53 57 61 63 65 66 67 6971 72 74 75 77 78 80
0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79
0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78
0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77
0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76
4 (Continued)
5
6
7 Table 2 "Pay Factors" on page 1-40 is revised to read:
8
�lr
Table 2
Pay Factors continued
PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(P„+PJ-100
Category n_3 n_4 n=5 n_6 n_7 n_8 n_9 n_10 n=12 n_15 n_18 n_23 n_30 n_43 n_67
to to to to to to to to
n_11 n=14 n=17 n=22 n_29 n=42 n=66 b
0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75
0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73
0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72
0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71
0.81 41 46 49 51 53 55 56 58 1 59 61 63 64 1 66 1 68 70
0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69
6 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68
0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67
0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66
0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65
0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64
.1� REJECT
Values Less Than Those Shown Above
Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor
Note:If the value of(P +P)-100 does not correspond to a(P +P)-100 value in this table,use the next smaller(P +P)-100 value.
�i. 9
10
11 07.AP1
12 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
13 April 5, 2010
wlr 14 1-07.13(4) Repair of Damage
15 The last sentence in the first paragraph is revised to read:
1
to ASSEMBLED AMENDMENTS 3
1
2 For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8-
3 17.5, payment will be made in accordance with Section 1-09.4 using the estimated Bid
4 item "Reimbursement for Third Party Damage".
5
6 1-07.16(2) Vegetation Protection and Restoration
7 The second paragraph is revised to read:
8
9 Damage which may require replacement of vegetation includes torn bark stripping,
10 broken branches, exposed root systems, cut root systems, poisoned root systems,
11 compaction of surface soil and roots, puncture wounds, drastic reduction of surface
12 roots or leaf canopy, changes in grade greater than 6-inches, or any other changes to
13 the location that may jeopardize the survival or health of the vegetation to be preserved.
14
15 The third paragraph is revised to read:
16
17 When large roots of trees designated to be saved are exposed by the Contractor's
18 operation, they shall be wrapped with heavy, moist material such as burlap or canvas
19 for protection and to prevent excessive drying. The material shall be kept moist and
20 securely fastened until the roots are covered to finish grade. All material and fastening
21 material shall be removed from the roots before covering. All roots 1-inch or larger in
22 diameter, which are damaged, shall be pruned with a sharp saw or pruning shear.
23 Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no
24 additional cost to the Contracting Agency.
25
26 The fourth paragraph is revised to read:
27
28 Any pruning activity required to complete the Work as specified shall be performed by a
29 Certified Arborist as designated by the Engineer.
30
31 08.AP1
32 SECTION 1-08, PROSECUTION AND PROGRESS wi
33 April 5, 2010
34 1-08.1 Subcontracting
35 The second and third sentences in the eighth paragraph are revised to read:
36
37 This Certification shall be submitted to the Project Engineer on WSDOT form 421-023,
38 "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State
39 fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through
40 September 30, October 1 through December 31, and for any remaining portion of a Ali
41 quarter through Physical Completion of the Contract. The report is due 20 calendar
42 days following the fiscal quarter end or 20-calendar days after Physical Completion of
43 the Contract.
44
45 The last sentence in the ninth paragraph is revised to read:
46
47 When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in
48 lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE
49 Participants".
50
ASSEMBLED AMENDMENTS 4
1 1-08.5 Time for Completion
2 The last two sentences in the first paragraph are revised to read:
3
` 4 When any of these holidays fall on a Sunday, the following Monday shall be counted a
5 nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be
6 counted a nonworking day. The days between December 25 and January 1 will be
7 classified as nonworking days.
8
9 09.AP1
10 SECTION 1-09, MEASUREMENT AND PAYMENT
11 January 4, 2010
12 1-09.9 Payments
13 The first paragraph is revised to read:
14
15 The basis of payment will be the actual quantities of Work performed according to the
16 Contract and as specified for payment.
17
ar 18 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the
19 Project Engineer to determine the Work performed on a monthly basis. Lump sum item
20 breakdowns shall be submitted prior to the first progress payment that includes payment
21 for the Bid Item in question. A breakdown is not required for lump sum items that
22 include a basis for incremental payments as part of the respective Specification. Absent
23 a lump sum breakdown the Project Engineer will make a determination based on
24 information available. The Project Engineer's determination of the cost of work shall be
25 final.
26
27 In the third paragraph, the second sentence is deleted.
28
29 10.AP1
30 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
31 April 5, 2010
32 In Division 1-10, all references to "truck mounted" are revised to read "transportable".
33
34 1-10.2(3) Conformance to Established Standards
35 In the fifth paragraph, the reference "(TMA's)" is deleted.
36
37 1-10.3(2)C Lane Closure Setup/Takedown
38 In the second paragraph, the reference to "TMA/arrow board" is revised to read
39 "transportable attenuator/arrow board".
40
41 1-10.3(3)A Construction Signs
42 In the fourth paragraph "height" is replaced with "top of the ballast".
43
44 1-10.3(3)J Truck Mounted Attenuator
45 The title for this section is revised to read:
46
47 1-10.3(3)J Transportable Attenuator
48
�r
ASSEMBLED AMENDMENTS 5
1 In the second and fourth paragraphs, the references to "TMA" are revised to read
2 "Transportable Attenuator".
3
4 In the first paragraph, the first sentence is revised to read:
5
6 Where shown on an approved traffic control plan or where ordered by the Engineer, the
7 Contractor shall provide, operate, and maintain transportable impact attenuators as
8 required in Section 9-35.12.
9
10 In the third paragraph, the reference to trucks is revised to read host vehicle's".
11
12 1-10.4(2) Item Bids with Lump Sum for Incidentals
13 All references to "Truck Mounted Impact Attenuator(s)" are revised to read 'Transportable
14 Attenuator(s)".
15
16 In the eighth paragraph, the first sentence is revised to read:
17
18 "Transportable Attenuator" will be measured per each one time only for each host
19 vehicle with mounted or attached impact attenuator used on the project.
20
21 In the last sentence of the ninth paragraph, the reference to 'TMA" is replaced with
22 "transportable attenuator".
23
24 1-10.5(2) Item Bids with Lump Sum for Incidentals
25 All references to "truck mounted impact attenuator(s)" are revised to read "transportable
26 attenuator(s)".
27
28 01.AP2
29 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP ++•
30 April 5, 2010
31 2-01.3(2) Grubbing
32 In the first paragraph Item 2. e. is revised to read:
33
34 e. Upon which embankments will be placed except stumps may be close-cut or
35 trimmed as allowed in Section 2-01.3(1) item 3.
36
37 02.AP2
38 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
39 January 4, 2010
40 2-02.3 Construction Requirements
41 The fourth paragraph is revised to read:
42
43 The Contractor may dispose of waste material in Contracting Agency owned sites if the lit
44 Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange
45 to dispose of waste at no expense to the Contracting Agency and the disposal shall
46 meet the requirements of Section 2-03.3(7)C.
47
ASSEMBLED AMENDMENTS 6
v
PERMITS
Washington State Hydraulic Project Approval
� 3 y pp
Army Corps of Engineers Nationwide Permit
Washington State Dept. of Ecology Water Quality
Certification
/ Iq V 51 L 1
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE RCW 77.55.100-Appeal Pursuant to Chapter 34.05 RCW (425)775-1311
Issue Date: May 13, 2009 Control Number: 117208-1 `J L
Project Expiration Date: May 12, 2014 FPA/Public Notice#: N/A
+rr
PERMITTEE AUTHORIZED AGENT OR CONTRACTOR
Renton City of Surface Water Utility
ATTENTION: Daniel Carey
+wr
1055 S. Grady Way 5th Floor
Renton,WA 98057
425-430-7293
Project Name: Madsen Creek Sediment Basin Cleaning
Project Description: Remove accumulated sediment from the sediment basin located in Madsen
Creek approximately 1,000 feet upstream of State Route 169 behind 14937
Renton-Maple Valley Highway.
arr
PROVISIONS
1. TIMING LIMITATIONS: The project may begin immediately and shall be completed by May 12,
2014, provided that work below the ordinary high water line (OHWL) shall occur only between June
15 and September 15, unless otherwise approved by the Washington Department of Fish and
Wildlife (WDFW)Area Habitat Biologist (AHB).
2. Work shall be accomplished per plans and specifications entitled, "MADSEN CREEK
' SEDIMENT BASIN CLEANING", dated April 30, 2009, submitted to and approved by WDFW,
except as modified by this Hydraulic Project Approval (HPA). These plans reflect design criteria
per Chapter 220-110 WAC. These plans reflect mitigation procedures to significantly reduce or
r eliminate impacts to fish resources. A copy of these plans shall be available on site during
construction.
irr 3. The sediment basin shall be maintained by the City of Renton per RCW 77.57.030 to ensure
continued, unimpeded fish passage. If the structure becomes a hindrance to fish passage, the City
of Renton shall be responsible for providing prompt repair under this HPA. Financial responsibility
for maintenance and repairs shall be that of the City of Renton.
4. A temporary bypass to divert flow around the work area shall be in place prior to initiation of
other work in the wetted perimeter.
5. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire
flow through the bypass.
rrr
6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to
prevent backwater from entering the work area.
7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project.
++ 8. Prior to releasing the water flow to the project area, all dredging shall be completed.
Page 1 of 5
Ow
North Puget Sound
Washington HYDRAULIC PROJECT APPROVAL
Department of 16018 Mill Creek Boulevard
r
" FISH and RCW 77.55.021-Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE RCW 77.55.100-Appeal Pursuant to Chapter 34.05 RCW (425)775-1311
Issue Date: May 13, 2009 Control Number: 117208-1
Project Expiration Date: May 12, 2014 FPA/Public Notice#: N/A
9. Releasing of water back in to the pond shall be done slowly, so that approximately 3/4 of the old
water flows through the bypass until the pond is full, to prevent dewatering of the stream and loss of
fish life.
10. Upon completion of maintenance activities, all material used in the temporary bypass shall be
removed from the site and the site returned to pre-project or improved conditions.
11. The permittee shall capture and safely move food fish, game fish, and other fish life from the job
site whenever maintanance activities require a flow bypass. The permittee shall have fish capture
and transportation equipment ready and on the job site. Captured fish shall be immediately and
safely transferred to free-flowing water downstream of the project site. The permittee may request
WDFW assist in capturing and safely moving fish life from the job site to free-flowing water, and
assistance may be granted if personnel are available.
12. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish
guard to prevent passage of fish into the diversion device pursuant to RCW 77.57.010 and
77.57.070. The pump intake shall be screened with 1/8-inch mesh to prevent fish from entering the �+
system. The screened intake shall consist of a facility with enough surface area to ensure that the
velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be
adequate to prevent injury or entrapment to juvenile fish and the screen shall remain in place
whenever water is withdrawn from the stream through the pump intake.
13. Dredged streambed materials shall be disposed of upland so they will not re-enter state
waters.
14. Equipment shall be operated to minimize turbidity. During excavation, each pass with the
bucket shall be complete. Dredged material shall not be stockpiled in the stream.
15. Dredging shall be accomplished by starting at the upstream end of the project boundary and
working downstream.
16. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or
water quality problems develop (including equipment leaks or spills), immediate notification shall be
made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB.
17. Erosion control methods shall be used to prevent silt-laden water from flowing downstream.
These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds,
check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of
exposed areas.
18. Prior to starting work, the selected erosion control measures (Provision 17) shall be installed.
Accumulated sediments shall be removed during the project and prior to removing the erosion
control measures after completion of work.
Page 2 of 5
twl
r Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
fm Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE RCW 77.55.100-Appeal Pursuant to Chapter 34.05 RCW (425)775-1311
■rr
Issue Date: May 13, 2009 Control Number: 117208-1
Project Expiration Date: May 12,2014 FPA/Public Notice#: N/A
19. All waste material such as construction debris, silt, excess dirt or overburden resulting from this
project shall be deposited above the limits of flood water in an approved upland disposal site.
+r 20. If high flow conditions that may cause siltation are encountered during this project, work shall
stop until the flow subsides.
21. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement,
sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed
to enter or leach into downstream state waters.
22. NOTIFICATION REQUIREMENT: The AHB shall receive written notification (e-mail to
fisheldf@dfw.wa.gov)from the person to whom this HPA is issued (permittee) or the
agent/contractor no less than three working days prior to start of work, and again within seven days
r of completion of work to arrange for a compliance inspection. The notification shall include the
permittee's name, project location, starting date for work or completion date of work, and the control
number for this HPA.
rrir
PROJECT LOCATIONS
Location #1 Madsen Creek Sediment Basin
WORK START: May 13, 2009 WORK END: May 12, 2014
WRIA: ]�Waterboddy: Tributaryto:
08.0305 ek (lb) Cedar River
114 SEC: Section: Township: Range: Latitude: Longitude: County:
SW 1/4 23 23 N 105 E IN 47.46274 W 122.14227 King
�11r Location#1 Driving Directions
NIIM
X111►
APPLY TO ALL HYDRAULIC PROJECT APPROVALS
This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code,
specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be
necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying
for and obtaining any additional authorization from other public agencies (local, state and/or federal)that may be
necessary for this project.
Y1r
This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the
person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work.
ow
Page 3 of 5
W#
f1_ T Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE RCW 77.55.100-Appeal Pursuant to Chapter 34.05 RCW (425)775-1311
Issue Date: May 13,2009 Control Number: 117208-1
Project Expiration Date: May 12, 2014 FPA/Public Notice#: N/A
This Hydraulic Project Approval does not authorize trespass.
The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held
liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this
Hydraulic Project Approval.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one
hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment.
All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or
bank stabilization projects)or 77.55.1411 are subject to additional restrictions, conditions or revocation if the Department
of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The
person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal
such decisions. All agricultural irrigation, stock watering or bank stabilization Hydraulic Project Approvals issued
pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after
consultation with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER, that such
modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301.
APPEALS INFORMATION
If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval,there are
informal and formal appeal processes available.
A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021,.
77.55.141, 77.55.181, and 77.55.291: A person who is aggrieved or adversely affected by the following Department
actions may request an informal review of:
(A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Project Approval; or
(B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department
of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be
RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an
order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project
Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and
his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant,
the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision
to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may
be filed.
B. FORMAL APPEALS(WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021
(EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.291:
A person who is aggrieved or adversely affected by the following Department actions may request a formal review of:
(A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Project Approval;
(B)An order imposing civil penalties; or
(C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure
Act, Chapter 34.05 RCW.
A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals
Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING
OFFICE HOURS by the Department at 600 Capitol Way North, Olympia,Washington 98501-1091, within 30-days of
the Department action that is being challenged. The time period for requesting a formal appeal is suspended during
consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal
appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal.
Page 4 of 5
r Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021 -Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE RCW 77.55.100-Appeal Pursuant to Chapter 34.05 RCW (425)775-1311
Issue Date: May 13, 2009 Control Number: 117208-1
Project Expiration Date: May 12,2014 FPA/Public Notice#: N/A
C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation,
go stock watering or bank stabilization only), 77.55.141, 77.55.181,or 77.55.241: A person who is aggrieved or adversely
affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a
Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to
the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, Building Two-
,,�„ Rowe Six, Lacey, Washington 98504;telephone 360/459-6327.
D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person
who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or
No provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in
accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL
shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office,
up Environmental and Land Use Hearings Board,4224 Sixth Avenue SE, Building Two-Rowe Six, P.O. Box 40903,
Lacey,Washington 98504;telephone 360/459-6327.
E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is
40 no timely request for an appeal, the department action shall be final and unappealable.
ENFORCEMENT: Sergeant Chandler(34) P2
+rr
Habitat Biologist for Director
Larry Fisher 425-313-5683 WDFW
CC:
r
�r
l
Page 5 of 5
+r
DEPARTMENT OF THE ARMY RECEIVED
SEATTLE DISTRICT,CORPS OF ENGINEERS MAY1 2010
+rr P.O.BOX 3755 1
SEATTLE,WASHINGTON 981243755
CITY OF RENTON
REPLY TO
ATTENTION OF UTILITY SYSTEMS
Regulatory Branch
• MAY 0 7 2010
Mr. Daniel Carey
City of Renton, Surface Water Utility
1055 South Grady Way
Renton, Washington 98057
Reference: NWS-2009-481
Renton, City of
Dear Mr. Carey
We have reviewed your application to place fill for a temporary diversion dam to dewater
the creek during excavation of 500-1000 cubic yards of material in the existing sediment basin in
Madsen Creek at Renton, Washington. Based on the information you provided to us,
Nationwide Permit(NWP) 33, Temporary Construction, Access, and Dewatering (Federal
Register, March 12, 2007, Vol. 72,No. 47), authorizes your proposal as depicted on the enclosed
drawings dated April 30, 2009. In order for this NWP authorization to be valid, you must ensure
the work is performed in accordance with the enclosed Nationwide Permit 33, Terms and
Conditions and the following special conditions:
a. You must implement and abide by the Endangered Species Act (ESA) requirements
and/or agreements set forth in the Biological Evaluation for Madsent Creek Sediment Basin
Cleaning, dated June 17, 2009,-and the email addendum dated July 22, 2009, in their entirety.
The National Marine Fisheries Service (NMFS) (NMFS concurred with a finding of"no effect"
based on this document on July 28, 2009 (NMFS Reference Number 2009/04133). Failure to
comply with the commitments made in this document constitutes non-compliance with the ESA
and your U.S. Army Corps of Engineers permit.
b. In order to meet the requirements of the ESA and for the protection of Puget Sound
Chinook and steelhead, the permittee may conduct the authorized activities from
+■• July 1 through September 15 in any year this permit is valid. The permittee shall not conduct
work authorized by this permit from September 16 through June 30 in any year this permit is
valid.
w.
The authorized work complies with the Washington State Department of Ecology's
(Ecology)Water Quality Certification and the Coastal Zone Management Act requirements for
this NWP. No further coordination with Ecology is required.
wr
r.
-2-
We have reviewed your project pursuant to the requirements of the ESA and the Magnuson-
Stevens Fishery Conservation and Management Act in regards to Essential Fish Habitat(EFH).
We have determined that this project complies with the requirements of the NWP National
General Condition regarding ESA and will not adversely affect EFH.
This verification is valid until the NWP is modified,reissued, or revoked. All of the
existing NWPs are scheduled to be modified, reissued,or revoked on March 18, 2012. It is
incumbent upon you to remain informed of changes to the NWPs. We will issue a public notice
when the NWPs are reissued. Furthermore, if you commence or are under contract to commence
this activity before March 18, 2012, you will have until March 18, 2013, to complete the activity
under the present terms and conditions of this NWP.
Failure to comply with all terms and conditions of this NWP verification will invalidate this
authorization and could result in a violation of Section 404 of the Clean Water Act and/or
Section 10 of the Rivers and Harbors Act of 1899. Also, you must obtain all State and local
permits that apply to this project.
Upon completing the authorized work, you must fill out and return the enclosed Certificate
of Compliance with Department of the Army Permit form. Thank you for your cooperation
during the permit process. We are interested in your experience with our Regulatory Program
and encourage you to complete a customer service survey form. This form and information
about our program is available on our website at http://www.nws.usace.amiy.mil/.
Y
If you have any questions about this letter, please contact me at(206) 766-6438 or via email
at Lori.C.Lull(o usace.army.mil.
Sincerely,
Lori C. Lull, Project Manager r
Regulatory Branch
Enclosures
+rr
r
NATIONWIDE PERT 33
40 Army Corps
of EngineersD. Terms and Conditions
of
Seattle District
Effective Date: September 10,2007
A. Description of Authorized Activities
B. Corps National General Conditions for all NWPs
C. Corps Seattle District Regional General Conditions
D. Corps Regional Specific Conditions for this NWP
E. State 401 Certification General Conditions
F. State 401 Certification Specific Conditions for this NWP
w
G. EPA 401 Certification General Conditions
Iwo H,, EPA.401 Certification Specific Conditions for this NWP
I. Spokane Tribe of Indians 401 Certification General Conditions
J. Tribal 401 Certification Specific Conditions for this NWP
+ r K. CZM Consistency Response Specific Conditions for this NWP
L. Additional Limitations on the Use of NWPs
In addition to any special condition that may be required on a case-by-case basis by
the District Engineer, the following terms and conditions must be met, as applicable,
for a Nationwide Permit 33 authorization to be valid in Washington State.
A. DESCRIPTION OF AUTHORIZED ACTIVITIES
33.Temporary Construction,Access,and L>ewatering. Temporary structures,work,and discharges,including
cofferdams,necessary for construction activities or access fills or dewatering of construction sites,provided that the
do associated primary activity is authorized by the Corps of Engineers or the U.S. Coast Guard.This NWP also
authorizes temporary structures,work, and discharges,including cofferdams,necessary for construction activities
not otherwise subject to the Corps or U.S.Coast:Guard permit requirements.Appropriate measures must be taken to
WA maintain near normal downstream flows and to minimise flooding.Fill must consist of materials,and be placed in a
manner,that will not be eroded by expected high flows.The use of dredged material may be allowed if the district
engineer determines that it will not cause more than minimal adverse effects on aquatic resources.Following
completion of construction,temporary fill must be entirely removed to upland areas,dredged material.must be
rir returned to its original location,and the affected areas must be restored to pre-construction elevations.The affected
areas must also be revegetated,as appropriate. This permit does not authorize the use of cofferdams to dewater
wetlands or other aquatic areas to change their use. Structures left in place after construction is-completed require a
10
section 10 permit if located in navigable waters of the United States. (See 33 CFR part 322.)
Notification:The permittee must submit a pre-construction notification to the district engineer prior to
commencing the activity(see general condition 27).The pre-construction notification must include a restoration
plan showing how all temporary fills and structures will be removed and the area restored to pre-project conditions.
(Sections 10 and 404)
B. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs �++
1.Navi a tion.(a)No activity may cause more than a minimal adverse effect on navigation.(b)Any safety
lights and signals prescribed by the U.S. Coast Guard,through regulations or otherwise,must be installed and
maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c)The
permittee understands and agrees that,if future operations by the United States require the removal,relocation,or
other alteration,of the structure or work herein authorized,or if,in the opinion of the Secretary of the Army or his
authorized representative,said structure or work shall cause unreasonable obstruction to the free navigation of the
navigable waters,the permittee will be required,upon due notice from the Corps-of Engineers,to remove,relocate,
or alter the structural work or obstructions caused thereby,without expense to the United States.No claim shall be
made against the United States on account of any such removal or alteration. ow
2. Aquatic Life Movements.No activity may substantially disrupt the necessary life cycle movements of those
species of aquatic life indigenous to the waterbody,including those species that normally migrate through the area,
unless the activity's primary purpose is to impound water.Culverts placed in streams must be installed to maintain
low flow conditions.
3. Spawning Areas.Activities in spawning areas during spawning seasons must be avoided to the maximum
extent practicable.Activities that result in the physical destruction(e.g.,through excavation,fill,or downstream
smothering by substantial turbidity)of an important spawning area are'not authorized.
4.Migratory Bird Breeding Areas.Activities in waters of the United States that serve as breeding areas for
migratory birds must be avoided to the maximum extent practicable.
5. Shellfish Beds.No activity may occur in areas of concentrated shellfish populations,unless the activity is
at
directly related to a shellfish harvesting activity authorized by NWPs 4 and 48.
6. Suitable Material.No activity may use unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.).
Material used for construction or discharged must be free from toxic pollutants in toxic amounts(see Section 307 of
the Clean Water Act).
7.Water Supply Intakes.No activity may occur in the proximity of a public water supply intake,except where
the activity.is for the repair or improvement of public water supply intake structures or adjacent bank stabilization.
8. Adverse Effects From Impoundments.If the activity creates an impoundment of water, adverse effects to the
aquatic system due to accelerating the passage of water,and/or restricting its flow must be minimized to the
maximum extent practicable.
9.Management of Water Flows.To the maximum extent practicable,the pre-construction courses condition,
capacity,and location of open waters must be maintained for each activity,including stream channelization and
storm water management activities,except as provided below.The activity must be constructed to withstand
expected high flows.The activity must not restrict or impede the passage of normal or high flows,unless the
primary purpose of the activity is to impound water or manage high flows.The activity may alter the pre-
construction course,condition,capacity,and location of open waters if it benefits the aquatic environment(e.g.,
stream restoration or relocation activities).
■w
10.Fills Within 100-Year Floodplain.The activity must comply with applicable FEMA-approved state or local
floodplain management requirements.
vi
2 ►
�r
11.Equipment.Heavy equipment working:in wetlands or mudflats must be placed on mats,or other measures
must be taken to minimize soil disturbance.
12. Soil Erosion and Sediment Controls.Appropriate soil erosion and sediment controls must be used and
maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any
work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable
.w date.Permittees are encouraged to perform work within waters of the United States during periods of low-flow or
no-flow.
13.Removal of Temporary Fills.Temporary fills must be removed in their entirety and the affected areas
"r returned to pre-construction elevations.The affected areas must be revegetated,as appropriate.
14.Proper Maintenance.Any authorized sixucture or fill shall be properly maintained,including maintenance to
�r ensure public safety.
15.Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River
System,or in a river officially designated by Congress as a"study river"for possible inclusion in the system while
*a the river is in an official study status,unless the:appropriate Federal agency with direct management responsibility
for such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic
River designation or study status.Information on Wild and Scenic Rivers may be obtained from the appropriate
4W Federal land management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land
Management,U.S.Fish and Wildlife Service).
16.Tribal Rights.No activity or its operation may impair reserved tribal rights,including,but not limited to,
reserved water rights and treaty fishing and huriting rights.
17.Endangered Species.(a)No activity is:authorized under any NWP which is likely to jeopardize the
continued existence of a threatened or endangered species or a species proposed for such designation,as identified
under the Federal Endangered Species Act(ESA),or which will destroy or adversely modify the critical habitat of
such species.No activity is authorized under any NWP which"may affect"a listed species or critical habitat,unless
Section 7 consultation addressing the effects of the proposed activity has been completed.(b)Federal agencies
should follow their own procedures for complying with the requirements of the ESA.Federal permittees must
provide the district engineer with the appropriate documentation to demonstrate compliance with those
requirements. (c)Non-federal permittees shall notify the district engineer if any listed species or designated critical
m habitat might be affected or is in the vicinity of the project,or if the project is located in designated critical habitat,
and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have
been satisfied and that the activity is authorized.For activities that might affect Federally-listed endangered or
threatened species or designated critical habitat;,the pre-construction notification must include the name(s) of the
to endangered or threatened species that may be affected by the proposed work or that utilize the designated critical
habitat that may be affected by the proposed_work.The district engineer will determine whether the proposed
activity"may affect"or will have"no effect"to listed species and designated critical habitat and will notify the non-
aw Federal applicant of the Corps' determination within 45 days of receipt of a complete pre-construction notification.
In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in
the vicinity of the project,and has so notified the Corps,the applicant shall not begin work until the Corps has
provided notification the proposed activities will have."no effect on listed species or critical habitat,or until
Section 7 consultation has been completed.(d)As a result of formal or informal consultation with the FWS or
NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs. (e)
Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered species as
defined under the ESA.In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a Biological
Opinion with"incidental take"provisions,etc.)from the U.S.FWS or the NMFS,both lethal and non-lethal"takes"
of protected species are in violation of the ESA.Information on the location of threatened and endangered species
and their critical habitat can be obtained directly from the offices of the U.S.FWS and NMFS or their world wide
Web pages at http://wwi4;.fws.gov/and h ://wianx,.noaa. ov/fisheries.html respectively.
18.Historic Properties.(a)In cases where the district engineer determines that the activity may affect properties
Mr listed,or eligible for listing,in the National Register of Historic Places,the activity is not authorized,until the
3
requirements of Section 106 of the National Historic Preservation Act(NHPA)have been satisfied.(b)Federal
permittees should follow their own procedures for complying with the requirements of Section 106 of the National
Historic Preservation Act.Federal permittees must provide the district engineer with the appropriate documentation
to demonstrate compliance with those requirements. (c)Non-federal permittees must submit a pre-construction
notification to the district engineer if the authorized activity may have the potential to cause effects to any historic
properties listed,determined to be eligible for listing on,or potentially eligible for listing on the National Register of
Historic Places,including previously unidentified.properties. For such activities,the pre-construction notification
must state which historic properties may be affected by the proposed work or include a vicinity map indicating the
location of the historic properties or the potential for the presence of historic properties.Assistance regarding
information on the location of or potential for the presence of historic resources can be sought from the State ed
Historic Preservation Officer or Tribal Historic Preservation Officer,as appropriate,and the National Register of
Historic Places(see 33 CFR 330.4(g)).The district engineer shall make a reasonable and good faith effort to carry
out appropriate identification efforts,which may include background research,consultation,oral history interviews,
sample field investigation, and field survey. Based on the information submitted and these efforts,the district Wi
engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties.
Where the non-Federal applicant has identified historic properties which the activity may have the potential to cause
effects and so notified the Corps,the non-Federal applicant shall not begin the activity until notified by the district
engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA
has been completed.(d) The district engineer will notify the prospective permittee within 45 days of receipt of a
complete pre-construction notification whether NHPA Section 106 consultation is required. Section 106
consultation is not required when the Corps determines that the activity does not have the potential to cause effects
on historic properties(see 36 CFR§800.3(a)). If NHPA section 106 consultation is required and will occur,the
district engineer will notify the non-Federal applicant that he or she cannot begin work until Section 106
consultation is completed.(e) Prospective permittees should be aware that section 110k of the NHPA(16 U.S.C.
470h-2(k))prevents the Corps from granting a permit or other assistance to an applicant who,with intent to avoid
the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property
to which the permit would relate,or having legal power to prevent it,allowed such significant adverse effect to
occur,'unless the Corps,after consultation with the Advisory Council on Historic Preservation(ACNP),determines
that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant.
If circumstances justify granting the assistance,the Corps is required to notify the ACHP and provide documentation
specifying the circumstances,explaining the degree of damage to the integrity of any historic properties affected,
and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO,
appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects
properties of interest to those tribes,and other parties known to have a legitimate interest in the impacts to the
permitted activity on historic properties. r
19.Designated Critical Resource Waters. Critical resource waters include,NOAA-designated marine
sanctuaries,National Estuarine Research Reserves,state natural heritage sites,and outstanding national resource
waters or other waters officially designated by a state as having particular environmental or ecological significance
and identified by the district engineer after notice and opportunity for public comment.The district engineer may
also designate additional critical resource waters after notice and opportunity for comment (a)Discharges of
dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,
39,40,42,43,44,49,and 50 for any activity within, or directly affecting,critical resource waters,including
wetlands adjacent to such waters. (b)For NWPs 3, 8, 10, 13, 15, 18, 19,22,23,25,27,28,30,33,34,36,37,and
3 8,notification is required in accordance with general condition 27,for any activity proposed in the designated
critical resource waters including wetlands adjacent to those waters.The district engineer may authorize activities
under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than
minimal.
20.Mitigation.The district engineer will consider the following factors when determining appropriate and
practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal:(a)The
activity must be designed and constructed to avoid and minimise adverse effects,both temporary and permanent,to
waters of the United States to the maximum extent practicable at the project site(i.e.,on site).(b)Mitigation in all
its forms(avoiding,minimising,rectifying,reducing,or compensating)will be required to.the extent necessary to
ensure that the adverse effects to the aquatic environment are minimal. (c)Compensatory mitigation at a minimum
one-for-one ratio will be required for all wetland losses that exceed 1/10 acre and require pre-construction ,
4,
notification,unless the district engineer determines in writing that some other form of mitigation would be more
environmentally appropriate and provides a project-specific waiver of this requirement.For wetland losses of 1/10
acre or less that require pre-construction notification,the district engineer may determine on a case-by-case basis
that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic
environment. Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced,
wetland restoration should be the first compensatory mitigation option considered.(d)For losses of streams or other
open waters that require pre-construction notification,the district engineer may require compensatory mitigation,
such as stream restoration,to ensure that the activity results in minimal adverse effects on the aquatic environment.
(e)Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the
NWPs.For example,if an NWP has an acreage limit of 1/2 acre,it cannot be used to authorize any project resulting
in the loss of greater than 1/2 acre of waters of the United States,even if compensatory mitigation is provided that
replaces or restores some of the lost waters.However,compensatory mitigation can and should be used,as
necessary,to ensure that a project already meeting the established acreage limits also satisfies the minimal impact
requirement associated with the NWPs. (f)Compensatory mitigation plans for projects in or near streams or other
open waters will normally include a requirement for the establishment,maintenance,and legal protection.(e.g.,
conservation easements)of riparian areas next to open waters.In some cases,riparian areas may be the only
compensatory mitigation required.Riparian areas should consist of native species.The width of the required riparian
area will address documented water quality or aquatic habitat loss concerns.Normally,the riparian area will be 25 to
50 feet wide on each side of the stream,but the district engineer may require slightly wider riparian areas to address
documented water quality or habitat loss concerns.Where both wetlands and open waters exist on the project site,
the district engineer will determine the appropriate compensatory mitigation(e.g.,riparian areas and/or wetlands
compensation)based on what is best for the aquatic environment on a watershed basis.In cases where riparian areas
are determined to be the most appropriate form of compensatory mitigation,the district engineer may waive or
reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g)Permittees may propose
the use of mitigation banks,in-lieu fee arrangements or separate activity-specific compensatory mitigation.In all
cases,the mitigation provisions.will specify the party responsible for accomplishing and/or complying with the
mitigation plan. (h)Where certain functions and seryices of waters of the United States are permanently adversely
it affected, such as the conversion of a forested or scrab=shrub wetland to a herbaceous wetland in a permanently
maintained utility line right-of-way,mitigation may be required to reduce the adverse effects of the project to the
minimal level.
21.Water Quality.Where States and authorized Tribes,or EPA where applicable,have not previously certified
compliance of an NWP with CWA Section 40 1.,individual 401 Water Quality Certification must be obtained or
waived(see 33 CFR 330.4(c)).The district engineer or State or Tribe may require additional water quality
Ow management measures to ensure that the authorized activity does not result in more than minimal degradation of
water quality.
22.Coastal Zone Manaeement.In coastal states where an NWP has not previously received a state coastal zone
management consistency concurrence,an individual state coastal zone management consistency concurrence must
be obtained,or a presumption of concurrence must occur(see 33 CFR 330.4(d)).The district engineer or a State
may require additional measures to ensure that the authorized activity is consistent with state coastal zone
�r. management requirements.
23.Regional and Case-BY-Case Conditions.The activity must comply with any regional conditions that may
have been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the
Corps or by the state,Indian Tribe,or U.S.EPA in its section 401 Water Quality Certification,or by the state in its
Coastal Zone Management Act consistency determination.
24.Use of Multiple Nationwide Permits.The use of more than one NWP for a single and complete project is
prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the
acreage limit of the NWP with the highest specified acreage limit.For example,if a road crossing over tidal waters
is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss
of waters of the United States for the total project cannot exceed 1/3-acre.
25.Transfer of Nationwide Permit Verifications.If the permittee sells the property associated with a nationwide
permit verification,the permittee may transfer the nationwide permit verification to the new owner by submitting a
Ow 5
letter to the appropriate Corps district office to.validate the transfer.A copy of the nationwide permit verification
must be attached to the letter,and the letter must contain the following statement and signature:
"When the structures or work authorized by this nationwide permit are still in existence at the time the property
is transferred,the terms and conditions of this nationwide permit,including any special conditions,will continue to
be binding on the new owner(s)of the property.To validate the transfer of this nationwide permit and the associated
liabilities associated with compliance with its terms and conditions,have the transferee sign and date below."
(Transferee)
(Date)
26. Compliance Certification.Each permittee who received an NWP verification from the Corps must submit a
signed certification regarding the completed work and any required mitigation.The certification form must be
forwarded by the Corps with the NWP verification letter and will include:(a)A statement that the authorized work
was done in accordance with the NWP authorization,including any general or specific conditions;(b)A statement
that any required mitigation was completed in accordance with the permit conditions;and(c)The signature of the
permittee certifying the completion of the work and mitigation.
27.Pre-Construction Notification.(a)Timing.Where required by the terms of the NWP,the prospective w
permittee must notify the district engineer by submitting a pre-construction notification(PCN)as early as possible.
The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, as a
general rule,will request additional information necessary to make the PCN complete only once.However,if the
no
prospective permittee does not provide all of the requested information,then the district engineer will notify the
prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the
requested information has been received by the district engineer.The prospective permittee shall-not begin the
activity:(1)Until notified in writing by the district engineer that the activity may proceed under the NWP with any so
special conditions imposed by the district or division engineer;or(2)If 45 calendar days have passed from the
district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from
the district or division engineer.However,if the permittee was required to notify the Corps pursuant to general
condition 17 that listed species or critical habitat might affected or in the vicinity of the project,or to notify the
Corps pursuant to general condition 18 that the activity may have the potential to cause effects to historic properties,
the permittee cannot begin the activity until receiving written notification from the Corps that is"no effect"on listed
species or"no potential to cause effects"on historic properties,or that any consultation required under Section 7 of +wil
the Endangered Species Act(see 33 CFR 330.4(f))and/or Section 106 of the National Historic Preservation(see 33
CFR 330.4(g))is completed.Also,work cannot begin under NWPs 21,49,or 50 until the permittee has received
written approval from the Corps.If the proposed activity requires a written waiver to exceed specified limits of an
NWP,the permittee cannot begin the activity until the district engineer issues the waiver.If the district or division
engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a
complete PCN,the permittee cannot begin the activity until an individual permit has been obtained. Subsequently,
the permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with
the procedure set forth in 33 CFR 330.5(d)(2).
(b)Contents of Pre-Construction Notification:The PCN must be in writing and include the following
information:(1)Name,address and telephone numbers of the prospective permittee; (2)Location of the proposed
project;(3)A description of the proposed project;the project's purpose; direct and indirect adverse environmental
effects the project would cause; any other NWP(s),regional general permit(s),or individual permit(s)used or
intended to be used to authorize any part of the proposed project or any related activity. The description should be
sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal irlr
and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that
the activity complies with the terms of the NWP.(Sketches usually clarify the project and when provided result in a
quicker decision.);(4)The PCN must include a delineation of special aquatic sites and other waters of the United
States on the project site.Wetland delineations must be prepared in accordance with the current method required by
the Corps. The permittee may ask the Corps to delineate.the special aquatic sites and other waters of the United
States,but there may be a delay if the Corps does the delineation,especially if the project site is large or contains
many waters of the United States.Furthermore,the 45 day period will not start until the delineation has been
6
submitted to or completed by the Corps,where appropriate; (5)If the proposed activity will result in the loss of
greater than 1/10 acre of wetlands and a PCN is required,the prospective permittee must submit a statement
describing how the mitigation requirement will.be satisfied.As an alternative,the prospective permittee may submit
a conceptual or detailed mitigation plan.(6)If any listed species or designated critical habitat might be affected or is
in the vicinity of the project,or if the project is located in designated critical habitat,for non-Federal applicants the
PCN must include the name(s)of those endangered or threatened species that might be affected by the proposed
wr work or utilize the designated critical habitat that may be affected by the proposed work.Federal applicants must
provide documentation demonstrating compliance with the Endangered Species Act; and(7)For an activity that may
affect a historic property listed on,determined to be eligible for listing on,or potentially eligible for listing on,the
National Register of Historic Places,for non-Federal applicants the PCN must state which historic property may be
affected by the proposed work or include a vicinity map indicating the location of the historic property.Federal
applicants must provide documentation demonstrating compliance with Section 106 of the National Historic
Preservation Act.
aw (c)Form of Pre-Construction Notification:The standard individual permit application form(Form ENG 4345)
may be used,but the completed application form must clearly indicate that it is a PCN and must include all of the
information required in paragraphs(b)(1)through(7)of this general condition.A letter containing the required
information may also be used.
(d)Agency Coordination: (1)The district engineer will consider any comments from Federal and state agencies
concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for
mitigation to reduce the project's adverse environmental effects to a minimal level.(2)For all NWP 48 activities
No requiring pre-construction notification and for other NWP activities requiring pre-construction notification to the
district engineer that result in the loss of greater than 1/2-acre of waters of the United States,the district engineer
will immediately provide(e.g.,via facsimile transmission,overnight mail, or other expeditious manner)a copy of
the PCN to the appropriate Federal or state offices(U.S.FWS,state natural resource or water quality agency,EPA,
` ` State Historic Preservation Officer(SHPO)or Tribal Historic Preservation Office(THPO),and,if appropriate,the
NMFS).With the exception of NWP 37,these agencies will then have 10 calendar days from the date the material is
transmitted to telephone or fax the district engvseer notice that they intend to provide substantive, site-specific
No comments.If so contacted by an agency,the district engineer will wait an additional 15 calendar days before making
a decision on the pre-construction notification.The district engineer will fully consider agency comments received
within the specified time frame,but will provide no response to the resource agency,except as provided below.The
district engineer will indicate in the administrative record associated with each pre-construction notification that the
40 resource agencies' concerns were considered.For NWP 37,the emergency watershed protection and rehabilitation
activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of
property or economic hardship will occur.The district engineer will consider any comments received to decide
,rr whether the NWP 37 authorization should be]modified,suspended,or revoked in accordance with the procedures at
33 CFR 330.5.(3)In cases of where the prospective permittee is not a Federal agency,the district engineer will
provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation
recommendations,as required by Section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and
Management Act.(4)Applicants are encouraged to provide the Corps multiple copies of pre-construction
notifications to expedite agency coordination. (5)For NWP 48 activities that require reporting,the district engineer
will provide a copy of each report within 10 calendar days of receipt to the appropriate regional office of the NMFS.
(e)District Engineer's Decision: In reviewing the PCN for the proposed activity,the district engineer will
determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative
adverse environmental effects or may be contrary to the public interest.If the proposed activity requires a PCN and
will result in a loss of greater than 1/10 acre of wetlands,the prospective permittee should submit a mitigation
`Wproposal with the PCN.Applicants may also propose compensatory mitigation for projects with smaller impacts.
The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal
in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are
No minimal. The compensatory mitigation proposal may be either conceptual or detailed.If the district engineer
determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the
aquatic environment are minimal, after considering mitigation,the district engineer will notify the permittee and
include any conditions the district engineer deems necessary.The district engineer must approve any compensatory
0 mitigation proposal before the permittee commences work.If the prospective permittee elects to submit a
compensatory mitigation plan with the PCN,the;district engineer will expeditiously review the proposed
compensatory mitigation plan. The district engineer must review the plan within 45 calendar days of receiving a
4W complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects
+r 7
on the aquatic environment.If the net adverse effects of the project on the aquatic environment(after consideration
of the compensatory mitigation proposal)are determined by the district engineer to be minimal,the district engineer
will provide a timely written response to the applicant.The response will state that the project can proceed under the
terms and conditions of the NWP.
If the district engineer determines that the adverse effects of the proposed work are more than minimal,then the
district engineer will notify the applicant either:(1)That the project does not qualify for authorization under the
NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (2)that the
project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the
adverse effects on the aquatic environment to the minimal level;or(3)that the project is authorized under the NWP
with specific modifications or conditions.Where the district engineer determines that mitigation is required to
ensure no more than minimal adverse effects occur to the aquatic environment,the activity will be authorized within
the 45-day PCN period.The authorization will include the necessary conceptual or specific mitigation or a
requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic ag
environment to the minimal level.When mitigation is required,no work in waters of the United States may occur
until the district engineer has approved a specific mitigation plan.
28. Single and Complete Project.The activity must be a single and complete project.The same NWP cannot be
used more than once for the same single and complete project.
C. Corps Seattle District Regional General Conditions +� +►
1. Aquatic Resources Requiring Special Protection. The following restrictions apply to activities in Washington
State requiring Department of the Army authorization:
(a) Activities resulting in a loss of waters of the United States in a mature forested wetland,bog,bog-like
wetland,aspen-dominated wetland,or alkali wetland are not authorized by NWP;except the following NWPs:
NWP 3 — Maintenance
NWP 20 — Oil Spill Cleanup
NWP 32 — Completed Enforcement Actions
NWP 38 — Cleanup of Hazardous and Toxic Waste
NWP 47 — Pipeline Safety Program Designated Time Sensitive Inspections and Repairs
(b) For activities in or affecting a mature forested wetland,bog,bog-like wetland,wetland in a dunal system
along the Washington coast,vernal pool,aspen-dominated wetland,alkali wetland,camas prairie wetland,or marine
water with eelgrass beds(except for NWP 48)and not prohibited by the preceding general regional condition 1.a.,
the permittee must submit a pre-construction notification to the District Engineer in accordance with Nationwide
Permit General Condition 27(Pre-Construction Notification).
2. Access.You must allow representatives of this office to inspect the authorized activity at any time deemed
necessary to ensure that the work is being,or has been,accomplished in accordance with the terms and conditions of
your permit.
3. Commencement Bay. Activities requiring Department of the Army authorization and located in the
Commencement Bay Study Area are not authorized by the following NWPs:
NWP 12 Utility Line Activities(substations)
NWP 13 — Bank Stabilization
NWP 14 - Linear Transportation Projects
NWP 23 — Approved Categorical Exclusions
NWP 29 — Residential Developments
NWP 39 — Commercial and Institutional Developments
NWP 40 — Agricultural Activities
NWP 41 — Reshaping Existing Drainage Ditches
NWP 42 — Recreational Facilities
NWP 43 — Stormwater Management Facilities
8
err
wr
4. Bank Stabilization,All bank stabilization projects require pre-construction notification to the District Engineer in
accordance with Nationwide Permit General Condition 27(Pre-Construction Notification). Each notification must
include a plantingPlan using.native riparian plant species unless the applicant demonstrates that a plantingPlan is
not appropriate or not practicable.Each notification must also include the following information,except as waived
by the District Engineer..
wr (a) Need for the work,including the cause of the erosion and the threat posed to structures,infrastructure,
and/or public safety.
(b) Current and expected post-project sediment movement and deposition patterns in and near the project area.
(c) Current and expected post-project habitat conditions,including the presence of fish,wildlife and plant
species in the.project area.
.(d) Demonstration that the proposed project incorporates the least environmentally damaging practicable bank
protection methods.These methods include,but are not limited to,the use of bioengineering,biotechnical design,
root wads, large woody debris,native plantings,and beach nourishment in certain circumstances. If rock must be
used due to site erosion conditions,explain how the bank stabilization structure incorporates elements beneficial to
fish.
VW (e) Assessment of the likely impact of the:proposed work on upstream,downstream and cross-stream
properties(at a minimum the area assessed should extend from the nearest upstream bend to the nearest downstream
bend of the watercourse). Discuss the methodology used for determining effects.
40 NOTE: Information on designing bank stabilization projects can be found in the Washington Department of Fish
and Wildlife's Integrated Streambank Protection Guidelines(http://wivw.wdfw.wa.QovIhab/ahzlispgdoc.htm);King
County's Reconnaissance Assessment of the State of the Nearshore Ecosystem
(http://dnr.metrolcc.gov/wlr/ivatersheds/pu.zetlr,!earshorelsonr.htni ;and three technical(white)papers—Marine and
to Estuarine Shoreline Modification Issues,Ecological Issues in Floodplain and Riparian Corridors,and Over-Water
Structures:Marine,Freshwater, and Treated Wood Issues(http:/114'df1v.wa:gov/liab/ahg/ahwnhite.htm).
5. Cultural Resources and Human Burials. Permittees must immediately stop work and notify the District Engineer
within 24 hours if,during the course of conducting authorized work,human burials,cultural resources,or historic
properties,as identified by the National Historic Preservation Act, are discovered and may be affected by the work.
Failure to stop work in the area of discovery until the Corps can comply with the provisions of 33 CFR 325
Appendix C,the National Historic Preservation Act,and other pertinent laws and regulations could result in a
violation of state and federal laws.Violators are subject to civil and criminal penalties.
6. Essential Fish Habitat. An activity which may adversely affect essential fish habitat,as identified under the
Magnuson-Stevens Fishery Conservation and Management Act(MSA),may not be authorized by NWP until
essential fish habitat requirements have been met by the applicant and the Corps. Non-federal permittees shall
notify the District Engineer if essential fish habitat may be affected by, or is in the vicinity of,a proposed activity
00 and shall not begin work until notified by the District Engineer that the requirements of the essential fish habitat
provisions of the MSA have been satisfied and the activity is authorized. The notification must identify the type(s)
of essential fish habitat(i.e.,Pacific salmon,groundfish,and/or coastal-pelagic species)managed by a Fishery
10 Management Plan that may be affected. Information about essential fish habitat is available at
hto:/i",w.nwr.noxa.gov/
7. Vegetation Protection and Restoration. Permittees must clearly mark all construction area boundaries before
as beginning work and minimise the removal of native vegetation in riparian areas and wetlands to the maximum
extent practicable. Areas subject to temporary vegetation removal in wetlands or riparian areas during construction
shall be replanted with appropriate native species by the end of the first planting season following the disturbance
.r except as waived by the District Engineer.
A Corps Regional Specific Conditions for this NWP:
1. Temporary fills may be left in place no longer than six months unless the permitee requests and receives an
extension from the District Engineer.
r
4r 9
E. State 401 Certification General Conditions
1.For in-water construction activities. Individual 401 review is required under this condition for projects or
activities authorized under NWPs that will cause,or be likely to cause or contribute to an exceedence of a State
water quality standard(WAC 173-201A)or sediment management standard(WAC 173-204).
State water quality standards can be.located on Ecology's website: http://wwiv.ecv.wa.;oll ro rams/wa/svgs/.
lid
Sediment management standards can be located on Ecology's website:
http://14N,w.ecl wa.p-ovlbiblio/wac173204.htniL
Information is also available by contacting Ecology's Federal Permit staff.
2. Projects or Activities Discharging to Impaired Waters. Individual 401 review is required by this condition for
projects or activities authorized under NWPs if the project or activity may result in further exceedences of a specific
parameter the waterbody is listed for on the state's list of impaired waterbodies(the 303(d)list).
The current 303(d)listed waterbodies can be identified using search tools available on Ecology's website:
httn://wm4,.ecy.wa.gov/proarams/wq/303d/2002/2002-index.html or by contacting Ecology's Federal Permit staff.
3. Notification. For projects or activities that will require individual 401, review,applicants must provide Ecology
with the written documentation provided to the Corps(as described in Corps.Nationwide Permit General Condition
27,Pre-Construction Notification),including,when applicable:
(a) A description of the project,including site plans,project purpose,direct and indirect adverse environmental
effects the project would cause,any other Department of the Army permits used or intended to be used to authorize
any part of the proposed project or any related activity.
(b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be
prepared in accordance with the current method required by the Corps and shall include Ecology's Wetland Rating
form. Note:Forms are available at Ecology's Wetlands website:
http://ww,x,.ecv.wa.gov/pro erams/sea/wetlands/index.html or by contacting Ecology's Federal Permit staff.
(c) Coastal Zone Management Program"Certification of Consistency"Form if the project is located within a w
coastal county(Clallam,Grays Harbor,Island,Jefferson,King,Kitsap,Mason,Pacific,Pierce,San Juan,Skagit,
Snohomish,Thurston,Wahkiakum,and Whatcom counties).
Note:Forms are available at the Army Corps of Engineers website:http://w1vw.nivs.usace.armv.mil
or by contacting Ecology's Federal Permit staff.
(d) Other applicable requirements of Corps Nationwide Permit General Condition 27,Corps Regional
Conditions,or notification conditions of the applicable NWP.
w
Ecology's review time shall not begin until the applicable documents noted above have been provided to Ecology
and Ecology has received a copy of the final Nationwide Permit verification letter from the Corps.
4. Aquatic resources requiring special protection. Certain aquatic resources are unique, difficult-to-replace
components of the aquatic environment in Washington State.Activities that would affect these resources must be
avoided to the greatest extent possible. Compensating for adverse impacts to high valueaquaticresources is
typically difficult,prohibitively expensive,and may not be possible in some landscape settings.
Individual 401 review is required for activities in or affecting the following aquatic resources(and not prohibited by
Regional Condition 1),except for:
NWP 20—Oil Spill Cleanup
NWP 32—Completed Enforcement Actions
NWP 38—Cleanup of Hazardous Waste
NWP 47—Pipeline Safety Program Repair
(a) Wetlands with special characteristics(as defined in the Washington State Wetland Rating Systems for
western and eastern Washington,Ecology Publication#s04-06-025 and#04-06-015):
• estuarine wetlands
• Natural Heritage wetlands
• Bogs
win
10
• old-growth and mature forested wetlands
• wetlands in coastal lagoons
+re • interdunal wetlands
• vernal pools .
• alkali wetlands
ira
(b) Bog-like wetlands,aspen-dominated wetlands,camas prairie wetlands,and marine water with eelgrass beds
(except for NWP 48).
(c) Category I wetlands
(d) Category Il wetlands with a habitat score>29 points.
5. Mitigation. 401 Certification is based on adequate compensatory mitigation being provided for wtland and other
water quality-related impacts of projects or activities authorized under the NWP Program.
Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided.in Wetland
Mitigation in Washington State,Parts 1 and 2(Ecology Publication#s06-06-01 la and#06-06-01 lb)and shall, at a
minimum,include the following:
VA (a) A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S.
(b) The nature of the proposed impacts(i.e.,acreage of wetlands and functions lost or degraded)
(c) The rationale for the mitigation site that was selected
ow (d) The goals and objectives of the compensatory mitigation project
(e) How the mitigation project will be accomplished,including proposed performance standards for measuring
success and the proposed buffer widths
(f) How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will
generally be required for a minimum of five years. For forested and scrub-shrub wetlands, 10 years of monitoring
will often be necessary.
(g) How the compensatory mitigation site will be legally protected for the long-term.
aw
Refer to Wetland Mitigation in Washington State—Part 2: Developing Mitigation Plans(Ecology Publication#06-
06-01 lb)for guidance on developing mitigation plans.
Ecology encourages the use of alternative mitigation approaches,including advance mitigation and other
as programmatic approaches,such as mitigation banks and programmatic mitigation areas at the local level. If you are
interested in proposing use of an alternative mitigation approach,consult with the appropriate Ecology regional staff
person.(see http://i4,ww.ecy.wa.tov/proo�7•ainsl,ealwetlandslcontacts.htni)
For information on the state wetland mitigation banking program go to:
htt,v://11.nv�v.ecv.wa.)zoi,/programs/sea/wetland r.%m iti-ation/bankin,2/index.htm.l
6. Temporary Fills. Individual 401 review is required for any project or activity with temporary fill in wetlands or
► other waters of the State for more than 90 days,unless the applicant has received written approval from Ecology.
7. Mill Creek Special Area Management Plan. This condition applies to all NWPs within the boundaries described
in the Mill Creek Special Area Management Plan(SAMP),King County,Washington,dated April 2000(SAMP).
The boundaries of the SAMP encompass all sub-basins and tributaries drained by Algona Creek,Auburn Creek,
Bingaman Creek,Midway Creek,Mill Creek, and Mullen Slough. The area is bounded roughly on the south by 8a`
Avenue N in Algona and 4ffi Street NE in Auburn,on the east and north by the Ordinary High Water Mark of the
Green River, and on the west by the plateau that parallels Interstate 5 above the Green River valley.
Individual 401 review is required for projects or activities authorized under the NWPs unless:
s (a) The project or activity will result in fiE-related impacts to only wetlands designated as developable under
Alternative#8,as shown on Figure 4-8 of the SAMP.
(b) Compensatory mitigation for such impacts is onsite and/or within the areas designated on Figure 3-3,
"Maximum Areas for Restoration by Target Habitat Type,"in the SAMP Aquatic Resources Restoration Plan(April
2000).
(c) Mitigation plans comply with the requirements of the SAMP and,in general,with the guidance in the
interagency Wetland Mitigation in Washington State(March 2006;Ecology publications#06-06-01 la and#06-06-
ow
11
t
011 b).Note:You can download the SAME and Aquatic Resources Restoration Plan at
h"://14n-viv.nm,s.usace.arniv.mil/PublicMenu/M`ener.cfin.?sitename=PEG&pagenanie=Mill Creed; SAMP.
8. State Certification for PCNs not receiving 45-day response.In the event the U.S.Army Corps of Engineers does
not respond to a complete pre-construction notification within 45 days,the applicant must contact Ecology for
Individual 401 review.
reit
P. State 401 Certification Specific Conditions for this NWP
Certified,subject to conditions. Individual 401 review is required for projects or activities authorized under this
NWP if.
1. The project or activity has temporary fills left in place for.more than 90 days. The 90 day period begins
when fill is initially placed in wetlands or other waters of the state.
so
G. EPA 401 Certification General Conditions
In order for any NWP authorization to be valid in Washington State,permittees must comply with all applicable 401
Certification general conditions. EPA 401 Certification general conditions apply to all NWP authorizations involving
Section 404 activities on Native American Indian Tribal lands(excluding the tribal lands of the Chehalis Tribes,Port
Gamble S'Klallu n Tribe,Kalispel Tribe,Makah Indian Tribe,Puyallup Tribe, Spokane Tribe,and Tulalip Tribe)and
Federal land with exclusive jurisdiction within Washington State.
A. Special Aquatic Sites. Any activities in the following types of wetlands and waters of the U.S.will need to apply
for an individual 401 certification: Mature forested wetlands;bogs;bog-like wetlands;wetlands in dunal systems
along the Washington coast;vernal pools;aspen-dominated wetlands;alkali wetlands; camas prairie wetlands; salt
marshes; or marine water with eelgrass beds.
B. Soil Erosion and Sediment Controls. An individual 401 certification is based on the project or activity meeting
established turbidity levels. EPA will be using as guidance the state of Washington's water quality standards[WAC
173-201a] and sediment quality standards[WAC 173-204]. Projects or activities that are expected to exceed these
levels or that do exceed these levels will require an individual 401 certification.
C. Compliance with Stormwater Provisions. Individual 401 certification is required for projects or activities not
designed in accordance with Ecology's most recent stormwater manual or Ecology approved equivalent manual. +r
D. Compliance with requirements of the National Pollutant Discharge Elimination S sY tem. For projects and
activities requiring coverage under an NPDES permit,certification is based on compliance with the requirements of
that permit. Projects and activities not in compliance with NPDES requirements will require individual 401 46
certification.
E. Projects or Activities Discharging to o Impaired Waters. Individual 401 certification is required for projects or
activities authorized under NWPs if the project will discharge to a waterbody on the list of impaired waterbodies
(the 303(d)List)and the discharge may result in further exceedence of a specific parameter the waterbody is listed
for.
EPA may issue 401 certification for projects or activities that would result in further exceedence or impairment if
mitigation is provided that would result in a net decrease in listed contaminants or less impairment in the waterbody.
This determination would be made during individual 401 certification review. a1
F. Notification. For projects requiring individual 401 certification,applicants must provide EPA with the same
documentation provided to the Corps(as described in Corps National General Condition 27,Pre-Construction
Notification),including,when applicable:
12 .
rr
w.
(a) A description of the project,including site plans,project purpose,direct and indirect adverse environmental
effects the project would cause,any other U.S.Department of the Army permits used or intended to be used to
authorize any part of the proposed project or any related activity.
(b) Delineation of special aquatic sites and other waters of the United States.Wetland delineations must be
prepared in accordance with the current method required by the Corps.
(c) A statement describing how the mitigation requirement will be satisfied. A conceptual or detailed
mitigation or restoration plan may be submitted.
(d)Other applicable requirements of Corps National General Condition 27,Corps Regional Conditions,or
notification conditions of the.applicable NWP.
A request for individual 401 review is not complete until EPA receives the applicable documents noted above and
EPA has received a copy of the final authorization letter from the Corps providing coverage for a proposed project
or activity under the NWP Program.
G. Mitigation. An individual 401 certification is based on adequate compensatory mitigation being provided for
wetland and other water quality-related impacts of projects or activities authorized under the NWP Program.
Mitigation plans submitted shall be based on the Joint Agency guidance provided in Wetland Mitigation in
no Washington State,Parts 1 and 2(Ecology Pub ucation#06-06-011 a and#06-06-01 lb)and shall,at a minimum,
include the following:
O 1. A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S.
2. The nature of the proposed impacts(i.e.,acreage of wetlands and functions lost or degraded).
3. The rationale for the mitigation site that was selected.
4. The goals and objectives of the compensatory mitigation project.
5. How the mitigation project will be accomplished,including proposed performance standards for measuring
VO success and the proposed buffer widths.
6. How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will
generally be required for a minimum of five years. For forested and scrub-shrub wetlands, 10 years of monitoring
will often be necessary.
7. How the compensatory mitigation site will be legally protected for the long-term.
H. Temporary Fills. An individual 401 certification is required for any activity where temporary fill will remain in
wetlands or other waterbodies for more than 90 days. The 90 day period begins when filling activity starts in the
wetland or other waterbody.
wo H. EPA 401 Certification Specific Conditions for this NWP
Denied without prejudice.Individual 401 certification required.
L. Spokane Tribe of Indians 401 Certification General Conditions
+ Specific to the Reservation and the Tribal Wates Quality Standards,the applicant must comply with the following
when there could be a discharge to waters of the Spokane Indian Reservation:
r 1. The applicant shall be responsible for achieving compliance with the Spokane Tribal Water Quality
Standards.
2.The applicant shall submit copies of applications materials to the Spokane Tribal Water Control Board for
review and approval at the same time they are submitted to Army Corps of Engineers and prior to any disturbance
activities.
rr
13
wr
nli
3. The applicant shall comply with all Spokane Tribal Integrated Resource Management Plan(HZMP)
guidelines for land use activities and disturbances.
4. The applicant shall allow the Tribal Water Control board and Interdisciplinary Team to inspect the area in
question and adopt recommendations made throughout its operation.
5. Monitoring of the discharge shall occur at a level indicated by EPA and the Tribe,are subject to change,and
shall be submitted to both entities.
J. Tribal 401 Certification Specific Conditions for this NWP
Denied without prejudice by the Chehalis,Kalispel,Makah;Port Gamble S'Klallum,Puyallup,and Tulalip tribes.
Certified subject to general conditions by the Spokane Tribe.
K. CZM Consistency Response Specific Conditions for this NWP
Concur,subject to the following condition:
1. Where individual 401 review is triggered,an individual CZM Consistency Response must be obtained for
projects located within the 15 coastal counties. A"Certification of Consistency"form must be submitted in
accordance with State General Condition 3 (Notification).
L. ADDITIONAL LIMITATIONS ON THE USE OF NWPs
1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP.
2. NWPs do not obviate the need to obtain other Federal,state,or local permits,approvals,or authorizations required
by law:
3. NWPs do not grant any property rights or exclusive privileges.
4. NWPs do not authorize any injury to the property or rights of others.
5. NWPs do not authorize interference with any existing or proposed Federal project. >rr
+Ilii
1II�
rr
hill
14
.r
I I y�parsos
WX CERTIFICATE OF COMPLIANCE 3 a
o f Engineers on corps
of WITH DEPARTMENT OF THE ARMY PERMIT
'�.
Seattle Distdct
Permit Number: NWS-2009-481
Name of Permittee: City of Renton
Date of Issuance: MAY 0 7 2010
Upon completion of the activity authorized by this permit,please check the applicable boxes below, date
and sign this certification, and return it to the following address:
Department of the Army
aw U.S. Army Corps of Engineers
Seattle District, Regulatory Branch
Post Office Box 3755
Seattle, Washington 98124-3755
Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of
Engineers representative. If you fail to comply with the terms and conditions of your authorization, your
permit may be subject to suspension,modification, or revocation.
rrr
The work authorized by the above-referenced permit has been completed in accordance with the
❑ terms and conditions of this permit.
Date work complete:
❑ Photographs and as-built drawings of the authorized work(OPTIONAL, unless required
as a Special Condition of the permit).
If applicable,the mitigation required(e.g., construction and plantings) in the above-referenced
❑ permit has been completed in accordance with the terms and conditions of this permit(not
including future monitoring).
+�++ Date work complete:
❑ Photographs and as-built drawings of the mitigation(OPTIONAL,unless required as a
r. Special Condition of the permit).
rr� Printed Name:
Signature:
Date:
wr
AW
VICINITY MAP
RENTON ®'
).
-
A ..
_
Val/
- _ �\'• � ._:� . ,i =a` y/y/9 � .,, �. . 'fit
i .. \� ,• _„ its ''��—,,- I � '^_1
Cedar..
r
3.KoicseY
it 2.King Co.
L
4.EMot FHA 1.New
Life
PROJECT SITE Church
Project Site Latitude: 47.46274 N W
Longitude: -122.14227 W 0 2500
Section 23, Township 23N, Range 5E NORTH SCALE 1" =2500 FT r
Adjacent Property Owners:
1. New Life Church @ Renton
2. King.County Housing Authority
3. Marion Kolcsey
4. Elliot Farm.Homeowners Assoc.
2 00
Water Body: Madsen Creek Reference #: 633720-09-01
Project: Madsen Creek Sediment Basin Cleaning Applicant: City of Renton
Purpose: Remove sediment from basin. At/Near: City of Renton
Location: 14935 Maple Valley Highway (approx.) King County, Washington '
Renton, Washington, 98058 Date: April 30 2009
Sheet: 1 of 5
�. PLAN VIEW Sediment_ nt Bann
2.King Co. EXISTING SEDIMENT
HA Property BASIN
-- '— l20 �� EX. OVERFLOW
4
oc. ;a. /� I CHANNEL
DRY
I )
wo rRemove / 1 ———— '� / Y. Nev p- ife Church
Accumulated' _ L, P
Sediment ;; — �'Ex:—I1ogz Culvert
I /� .,.• RE �.
24 M
/ / r... FSO
NDRTH
I ' I
" ' 1 xjl I+ - •f'• /j E BY ASS PIPE
24" CHIP `, o' so'
1 / Elt. L _
rrr J
/ SCALE 50 Feet
FLOW IN BYPASS PIPE
i TEMPORARY /4 DURING BASIN CLEANING -
Aw DIVERSION DAM
SEE DETAIL
I / j 130 J
EX. BYPASS
INLET" -
/ / / / . •�.�:-' /ice_=-i',-".... ----
MADSEN
CREEK
Project Site Latitude: 47.46274 N
Longitude: -122.14227 W 50
rr Section 23, Township 23N, Range 5E
NORTH SCALE 1"= 50 FT
Water Body: Madsen Creek
Project: Madsen Creek Sediment Basin CleaningReference #: 633720-09-01
Purpose: Remove sediment from basin. Applicant: City of Renton
.. At/Near: City of Renton
Location: 14935 Maple Valley Highway (approx.) King County, Washington
Renton, Washington, 98058
Date: April 30 2009
Sheet: 2 of 5
BAS-IN - BOSS-SECTION
Mill
CROSS-SECTION A-A
SEDIMENT BASIN
ACCESS ROAD
EL 122 (t\ipiCal) rr
Width Varies -20' to N90'
0
24" Bypass Pipe
BASIN BOTTOM
EL 114 (typical) REMOVE ACCUMULATED
SEDIMENT
Approx 3 to 5 feet deep '
Water Body: Madsen Creek
Project: Madsen Creek Sediment Basin CleaningReference #: 633720-D9-01
Applicant: City of Renton �
Purpose: Remove sediment from basin.
Maple a rox. At/Near: City of Renton
Location: 14935 Ma Valle Highway p y g y ( PP ) King County, Washington
Renton, Washington, 98058 _ Date: April 30 2009
Sheet: 3 of 5
`' -IDORARY DIVE_Rc _'N DAM DETAIL
I I
TEMPORARY DIVERSION DAM
APPROX 2 TO 3 FEET HIGH J' /
CONSTRUCTED OF CONCRETE i
BARRIERS'OR,MEDIA BAGS, SANDBAGS, 1
AND PLASTIC SHEETING (typical)dw
Q
2D'l
I /
----- __� % B I' j
PLASTI SHE�T
UNDERFLOW
SANDBAGS
B
J EX. 24" BYPASS IPE
MADSEN CREEK
'■ OHW (Approx)
J.
0 5 10
Project Site Latitude: 47.46274 NNORTH SCALE 1"= 10 FT
' Longitude: -122.14227 W
Section 23, Township 23N, Range 5E CITY OF RENTON BASEMAP
DATUM: NAVD 1988, FEET
-�o o y_
Water Body: Madsen Creek
Project: Madsen Creek Sediment Basin Cleaning Reference #: 633720-09-01
Purpose: Remove sediment from basin. pplicant: City of Renton
Maple Valle Highway At/Near: City of Renton
Location: 14935 Ma
P Y 9 y (approx.) King County, Washington
Renton, Washington, 98058
Date: April 30 2009
Sheet: 4 of 5
DIVERSION DAM rr_ _DSS-SECTION
CROSS-SECTION B-B
TEMPORARY DIVERSION DAM
UPSTREAM OF SEDIMENT BASIN
OHW
DEPTH APPROX
2 TO 4 INCHES
SANDBAGS "
TO SEAL EDGES
AND ANCHOR PLASTIC
FLOW
72' TO 31
CHANNEL PLASTIC SHEETING
BOTTOM TO SEAL DAM
CONCRETE BLOCK
MEDIA BAG OR
EXISTING INLET OTHER MATERIAL
AND BYPASS PIPE TO FORM DAM
(IN FOREGROUND)
Water Body: Madsen Creek
Project: Madsen Creek Sediment Basin CleaningReference #: 633720-Q9-01
Applicant: City of Renton
Purpose: Remove sediment from basin.
Location: 14935 Maple Valle Highway a rox. At/Near: City of Renton
Valley 9 y
p ( PP ) King County, Washington
Renton, Washington, 98058 Date: April 30 2009
Sheet: 5 of 5
DEPARTMENT OF THE ARMY RECEIVED
q�.
SEATTLE DISTRICT,CORPS OF ENGINEERS MAY 1 1 2010
P.O.BOX 3755
SEATTLE,WASHINGTON 98124-3755
REPLY TO CITY OF RENTON
ATTENTION OF UTILITY SYSTEMS
ti111
Regulatory Branch SAY 0 7 ^
1/V/ 5 +ak E co1°1Y
ZOiO
a }Gv Q uXal"tr Cer+.
Mr. Daniel Carey
City of Renton, Surface Water Utility
1055 South Grady Way
Renton, Washington 98057
Reference: NWS-2009-481
Renton, City of
Dear Mr. Carey
We have reviewed your application to place fill for a temporary diversion dam to dewater
the creek during excavation of 500-1000 cubic yards of material in the existing sediment basin in
Madsen Creek at Renton, Washington.. Based on the information you provided to us,
Nationwide Permit (NWP) 33, Temporary Construction,Access, and Dewatering (Federal
Register, March 12, 2007, Vol. 72, No. 47), authorizes your proposal as depicted on the enclosed
drawings dated April 30, 2009. In order for this NWP authorization to be valid, you must ensure
the work is performed in accordance with the enclosed Nationwide Permit 33, Terms and
i, Conditions and the following special conditions:
a. You must implement and abide by the Endangered Species Act (ESA) requirements
and/or agreements set forth in the Biological Evaluation for Madsent Creek Sediment Basin
Cleaning, dated June 17, 2009, and the email addendum dated July 22, 2009, in their entirety.
The National Marine Fisheries Service (NMFS) (NMFS concurred with a finding of"no effect"
+ based on this document on July 28, 2009 (NMFS Reference Number 2009/04133). Failure to
comply with the commitments made in this document constitutes non-compliance with the ESA
and your U.S. Army Corps of Engineers permit.
b. In order to meet the requirements of the ESA and for the protection of Puget Sound
Chinook and steelhead, the permittee:may conduct the authorized activities from
July 1 through September 15 in any year this permit is valid. The permittee shall not conduct
work authorized by this permit from September 16 through June 30 in any year this permit is
valid.
,r
The authorized work complies with the Washington State Department of Ecology's
(Ecology)Water Quality Certification and the Coastal Zone Management Act requirements for
this NWP. No further coordination with Ecology is required.
rrr
�r
�i
� TRAFFIC CONTROL INFORMATION
aw
CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
No qt8t
TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
rr CONSTRUCTION COMPANY: APPL. DATE:
ADDRESS: PERMIT #:
PHONE : ( )
E-MAIL ADDRESS: MOB./CEL.
CONSTRUCTION SUPERINTENDENT: FAX
PROJECT NAME:
rrr PROJECT LOCATION: N/E/S/W OF:
WORK TIME: APPROVED BY:
WORK DATE: APPROVAL DATE:
rrr
NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES (MUTCD).
2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE. AND POLICE
DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY.
3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY-FOUR (24) HOURS
BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE.
4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK.
5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS.
8) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST
DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS,
AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT.
COMMENTS:
wr
SKETCH
—NORTH—
�rr �
r
OMCE COPY T-
"� I have been informed of my responsibilities for traffic control and DEV.
COON R� � INSPECTION K. KITTRICK/P. Iut1ER/K GLASSY
TOR
agree to comply with all traffic regulations of the City of Renton, DEV. SERVICE. PLAN REVIEW It DOW/A NE1lwIINGER/.L LM/IL 9000
SIGNATURE: DATE: POLICE KENT CURRY/CLARK WILCOX
1ir1► FlRE' DAVID PARGAS/STA, III
K\Piv pans\TRANSPOR.TAT\OPRERAno\a,n\Trofre 0W*6"\T.01re Co VS P1an\tcp1. 1.d.y
MM
I, representing
agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic
control plan and obtain City approval of that plan. That plan shall be implemented for all
street and lane closures, and the plan shall be performed in compliance with the Manual on
Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours
before any street or lane closures. I understand any lane or street closures not in
conformance with the approved traffic control plan and/or without notification of emergency
services may result in my receiving a citation for violation of R.C.W. 47.36.200 through
47.36.220,9A.36.050 Reckless Endangerment,and other applicable State and City codes.
I certify I am responsible for the project and the responsible parry to be cited for violation of
,r R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other
applicable State and City codes.
dw NAME:
WORK ADDRESS:
WORK PHONE:
WASHINGTON STATE DRIVERS LICENSE NUMBER:
CATraffic Op=dow\Tr dnc Conto1 P1=Vcpform1.doc
wr
dwnr
Wr
sir
CONSTRUCTION
SIGNS
k.:0 r �. USED '•L05Ea � Q..D, s. ,- -
D- oa o t �soo �6r3 -
W20-1 r-500 W20-2-500 W20-3r-500 W20-3s-500 W20-4r-500 W20-5L-500
I me
d
W20-5R-500 W20-7a W20-7-500 W21-1 W21-1a W21-1b
w111
ALL SIGNS SHOWN ABOVE CAN BE ORDERED
WITH ANY OF THE FOLLOWING MESSAGES: EXAMPLE:
If you wanted a sign that read
500 FT AHEAD "DETOUR 1000 FT"
1000 FT 1/2 MILE you would need to order a
1500 FT W20-2-1000
rr►
W21-2 W21-3-500 W21-4a W21-4r-500 W21-5 VVY1-6
dw 0 ER p �•
r.
W21-8 W21-9 W14-12 W20-P1 W20-P2 W20-P3
24"x 18" 24"x 18" 24"x 18"
i1
w�
wr
ow
d7 ,vaailonmYr a�M�r icuvua 0
1111 m V JWow�a.rn.n�r. _�n
O o ZI--
w � �`1lgR dlaeo C N F
Q S z
w1 w 3O �< ` pdd yd �w m
30 m 41 41 �. a
`oLU z
o "O otj
aw 32E o ooh ROQ� N6 1m
a =g z i 0 l�Z Q O p
�B o E- x S S SI S = �LL
�� $ Y
00
E$i Eo J9 .2 °� v mz P"Z 'D
�S a
1 O
32- s E •A ��
=a m m - f m w
R m9 O m a Z y o O mm m
p �r0 4 �LL O a, LLC* O ! rtll
LU
a� �E H ,g o �Q a= �e 000
>� ao � 99dw =3
>� rn m 00 Y m b muO
Nm a Zr
1. RtL a Z5 9 co V 1L m t g 0 g w m Z
Z �i ai v Iri 10
¢ zrcrcrco
r�
m 8
fill 0 8
W 111 map 2
i�F
p
W
6
916
W S = v 02U. 3
m g Z
U.
O 6 W
9L LU
do
Jlu ■ +
10*
o
f<]
�. Wge 0 ° WL) m
Roo o
o=
�gm ❑ a � S °
.019
LU
aO
i
r1r � �� + ■ m
\�
+ cc M.
4w
Nraiswnaa vN3,a .As wUvaa
c
6
6 SITE PHOTOS
s
c
e
e
e
e
Ei
e
w
Madsen Sediment Basin
OW
2008 Cleaning
Temporary Bypass Dam
Looking southwest
r
Second Dam and Pump
to collect flow getting
" past first dam
w
a
y v
+rw
. Temporary Dam and
24-inch bypass pipe
inlet
Looking northeast
OW
do
Tl09 08- 2008
Ar a • • • •
eYu 4
• L"�....,.Q�'+ 'r. .. r w�VAR K �.
s a
•s i -'+ 9 08. 2008
,. .. sem•;
r q
'fib,' '� .��% � �., - °'f x! ~''`' • •
t
Ar r?
09 08- 2008
r
018 2008
y �
r
09
aw
Madsen Sediment Basin
after cleaning.
South end.
Looking southwest
Basin after cleaning.
middle.
Looking northwest
s�
at Basin after cleaning.
North end.
Looking north
stir
aw Madsen Basin Existing Conditions - 2010
k
` South end of basin.
n
Looking southwest
41
Middle of basin.
Looking northwest
_
46
i.
irw
North end of basin.
• '` Looking north
aw
s
60
y4
CONSTRUCTION PLANS
Reduced 11 x 17
Also see Full Sized Plans
xi
�fCfP01YC�•V7_3K7 Yarn...\-J��9\1ea0 fYd Pbs
CIRD/IIC IIIA[ YAVIk.�Z7- aan_4-70p{ 11�0o IYd
SW P-27-3497
� c
6 r i
O /
;0 D /
m N
n m
O 3 Q
m
o z
m inn
im
N O
3 I o Z
co m
o C 'Vo m -1 r
o
0 Z� z /
cz
ry D
1 r I2
N / r '
w I'T I �
< < om o 16� ZI ri
0
Ln
O n3 �/ m: I
7 3 //' p
rL �m
Z
o N
DI
0—x
O
0 1
mm
a I11 mC O
Wyy
p�>N <O Vii/ j/. ISO '1
r�o >F I
C�0 I 1
cis �� , i 0 i p ' i
__.... ..: '� o rFo 1 h 1
p V/n 1 Z 1
ro
,
Y � . . . . . . Jam f /
rN /
/... . ...•.•.•...•. . _... i O j i
Z
/°. .'.'.'.'.'.'. O
D . .. .. .
m �� / /�O �•
� 0 8 m �� /.l�
m �� �. . . . . . . . .'.'.'.'.'.'. . .'�. 1 >. . /1 /
: /. . . . .. . .. .. . . .
J)L
C ! ,
z ">�°aspeW r( .'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'. w '.'.'I'1'.1. j 1
C7 "lea m� / l .1.'.'.'.'.'.'.'.'.'.'. . .'.'.'.'.'.'.'.'.. .'. z .'.'�.1. .' i
1 , r
i
•EM \
/ ^1_ O
N el ,1l%FIZ / n
Ei
tn
O
I
> ! 1 NN CvO-M
m m r,/o m
i i i f xdy ooh `\ RE mzv�o\ -xdV '3O-]
HWSS 3os0 HWSS
i i r
vC X;u OR
o�-vm
oc�i aoQm'r
1 /
0
�m mvo
XX ZNO
16 w �r� pNmz
O o1 r�N
ED r 1 / im- mo
E. p fTl •*1 2 V1 y
Wm
Ya n p
OCGVC mo
47 j= / r y z
���0z jp i z
�0 � X00 is l
kz
SE�H Zvm� 1
�?� 0U ZDN mnO ; >
vv, : OO rmzZZ 0. .2 .0,
0
90
n / T _
rIc ' /� Z� m vv m <
y my i i s f 0 C� H cn�M r-<M C
z4m ! / n rI CD/ �c m�W Nmc
m D v ! % i m v-( n m
mC) vZZ ; �� m -mIz z rn�M c� Z (n
mD]7 C' O r 1 0 j Z m�1 rr, Ocn m>Z n—D—I Z D
mZTm �� ! 1 O WCN vD vam N ITI O
m
z� N �o [ / v ; C- g m
1vm >o< i '� � D� mN �D m-� fR ,
D0O m-v �i NO3 m �D -Niz �m II
cn0� Ao J, v-zi nr m cnz N
ZC)z O ��� i �; �D Zm m1 mo O
--IW 7AC > �Z Wm N; Ro N
i m v CD
Cf) C) Ar.8 1 �1 �� O�
Z p> ! D� mA m <m
1 / ZD m
V CD �vm-0 i i l rr� v� �0 MZr.
x
A = / / 00 vc= mz Z,
o m 0 -_
� r�' V)� H1aoN
c N oD
A O �m N
J J
5' N m
nfa,rono AGMMWM .\27-3w7 M. -\-JM 0—*m\ISW FMW rwr
vm 1 YIII®U iWrrrr 2� smug" rommrr 6� M1 wrNNOr rm� puri rrr rrrrti Wr.Wr SOW
SW P-27-3497
w
rn
n
Z
m
--I
z
m
< < o m O 0
v
A(7Z Z0
m
A m Z
�Q �
�o C
o m
v
0
y O
CD
3 C:
-, m
0 0 X }
O
m
m _
r-
1
t
� N
LLn
O _
i
(n
Cn �
U
m - w
O
cn
A
V
A �
oil 9 s 8I 1
01
pp R F R NO
O N-4.O)OOOIla•A O)
I I I I I I I 1 1
m{ v
W0 T NOO :m:�• NA
m z 0 0 .ZOI g
;. IE n�m p O
r
\ y O X
Z cu vo
S.
~" m zo>
z� oZ
ago c-l0 0
: Q
z x r0 m m :6.
2'
N m0lq ON �U1 0 Z : C:
Gl DZ 0O W
:0 P m. :.•n.. : �
T O CO?m O m O� :m
>Z � I Z Z mcn
O1=:II
Z
ccn D 1 1 _L y
m is
Ln
rZ X<�00O
J
�_J Z w .
Z
-m ;-\ nim
Cf)m m r f n Z :? f
�Iz 0 0m
W 0➢ y
> c)
D O
Z > . . m
I I 1 j I I j 1 I
p ""w NNNN
(� 0"-P Om wON�O�
.L.l
N O