HomeMy WebLinkAboutSWP272825(1) Award Date: Av* 14- 200O CAG —
Awarded to: MAPSOA/ COAI=T /•fC•
! �Y
ti O
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of `
' the Contract, Plans and Specifications
C-
� N
�O
City of Renton
! Construction of:
ABERDEEN AVENUE NE
t UTILITY IMPROVEMENTS
' PROJECT NO. WWP-27-2825
1
' City of Renton
1055 South Grady Way
Renton, WA 98055
' General Bid Information: (425)430-7200
Wastewater Contact: John Hobson (425)430-7279
® Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
! CONTRACT DOCUMENTS
for the
ABERDEEN AVENUE NE
UTILITY IMPROVEMENTS
PROJECT NO. WWP-27-2825
JULY 2000
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
ti ORA
.1.� 0�WASH,
NC��
o
9 23169 p
FOIST IS
�SSIONAL�G
EXPIRES
CITY OF RENTON WASTEWATER UTILITY
1055 South Grady Way
Renton, WA 98055
® Printed on Recycled Paper
Emergency Numbers
Robison Const uction, Inc.
City of Renton
Aberdeen Avenue NE Utility Improvement Project
' Robison Const ction, Inc.
P.O. Box 1730 1216 140`h Ave. Ct. East
Sumner, WA 8390 Sumner, WA 98390
' Corporate Offi e Telephone: 253-863-5200
Corporate Offi a Fax: 253-859-5702
' Name and Title Address Telephone Numbers
Scott Manipon Project Manager P.O. Box 1730 Home: 425-775-8424
Sumner, WA 98390 Cell: 253-606-6287
' Heidi Wayne, roject Engineer P.O. Box 1730 Home: 253-840-2395
Sumner, WA 98390 Cell: 253-261-2674
tMark Heintz, uperintendent P.O. Box 1730 Home: 253-852-4975
Sumner, WA 98390 Cell: 253-606-6284
' Mike Peckmar, Foreman P.O. Box 1730 Home: 253-927-0096
Sumner, WA 98390 Cell: 253-606-6300
' Andrew Albre�ht, President P.O. Box 1730 Home: 253-875-2161
Sumner, WA 98390 Cell: 253-606-6273
Bonding Agent: P.O. Box 34201 206-386-7400
Willis of Seattle Seattle, WA 98104
t
TUB-27-20O i 1 :55 CITY OF RENTON PBPI-j
uate: ,fury z l, zuuu Fax No
From' City of Renton Public works
Tel, (425)430-7279
' FAX: (425)430-7241
' ADDENDUM NO. 1
to the
Aberdeen Avenue NE Utility Improvements
FOR THE CITY OF RENTON
Bid Opening: August 1, 2000
This Addendum forms a part of the bid Documents and modes the original Bid Documents dated July.
2000, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided
' below. Immediately fax a signed copy back to the Project Manager at 425.430-7241, and return this
Addendum with the Bid. Failure to fax a signed copy back to the Ctiy of Kenton's Project Managerand
including the signed fax with the bid may render the Bid non-responsive and may cause its rejection. THIS
' ADDENDUM WILL NOT BE MAILED:
Addendum No. 1 accepted by:
!NIlX.r !�. �bB/SOM GEC
' Title: /?." LD/yt 9-
2"-&4-z-*/Z-q
This Addendum consists of a revision to Section 1-09.14(G) of the Special Provisions.
' The following indicates the changes that have been made to Section 1-09.14(G) Landscape Restoration
(Bid Item 006)_
' Additions to this section are shown in Italics below:
1-09.14(G) Landscape Restoration (Bid Item 006)
' Measurement for landscape restoration shall be per lump sum of landscape restored as required to complete this item
in conformance with the Contract Documents.
' payment for landscape restoration shall be per lump sum, which payment will be complete compensation for all
labor, equipment, materials, materials hauling, sod, topsoil, crushed surfacing top course for roadway shoulder
restoration, concrete for driveway and sidewalk repair, preparation, forming, placement, finishing, watering.
' cleanup, etc. required to complete this item in conformance with the Contract Documents.
' Note: Payment for restoration for asphalt driveways shall be per section 1-09.14(AI) Asphalt Patch Class "B'
including Crushed Surfacing Top Course(Bid Item 034)
' SiV_ _
' John . obson
Project Manager
4130- 7 Z/Z
u•n�eeto,..aao+ennc�+ n� gnu H1/fCL' 'KfO_ 72 06 TI_ITHL F'.t l
07/27/00 THU t1:50 I'rX/RX No 83381 F�JOo>
' JUL-31-20�0 14:34 CITY OF RENTON PEPIJ
To
Date: July 27, 2000 Fax No
From: Clty of Renton Public Works
' Tel: (425)430-7279
FAX: (425)430-7241
� P4c�S
ADDENDUM NO. 2 p
to the
Aberdeen
Abd Avenue NE Utility Improvements $ E- D
9,'5 Arrn
FOR THE CITY OF RENTON
' Bid Opening: August 1, 2000
REVISED TO AUGUST 8, 200
This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated July,
' 2000, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided
below. Failure to include the signed addendum with the bid,and using the revised Schedule of Prices may
render the Bid non-responsive and may cause its rejection. THIS ADDENDUM IS BEING MAILED. IF
YOU HAVE NOT RECEIVED THIS ADDENDUM BY MAIL BY 2.00 PM, AUGUST 4T", PLEASE CALL THE
PROJECT MANAGER AT (425) 430-7279.
41,
Addendum No. 2 accepted by:
,t1./tt fG ol. �eo�s/Soy/
' Title: 4&-r-1
Company: .� ear 6rt4f) A /,ee��sac/ Ldx�'r JAB'
' The following indicates the changes that have been made to the Call for Bids, Schedule of Prices and
sheets 2 of 22 and 11 of 22:
' Call for Bids: The bid opening time and date in the Call for Bids is hearby revised to allow for the distribution and
consideration of this addendum. Sealed bids will be received until 2:30 p.m. August 8, 2000 at the City Clerk's
office and ill be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055
South Gray Way.
Schedule of Prices: The quantity for Bid item 15 was incorrect. It should be 18 - 48" Type-II CB's. The revised
' Schedule o Prices enclosed has the corrected quantity. Please use the Revised Schedule of Prices for your bid.
Sheet 2 of 2: On sheet 2 of 22, the callout for CB #3 in the profile eroniously called for a `48" Type-F. This note
should be revised as `NEW 4g=CB TYPE-I WITH VANED GRATE'. I
' Sheet 11 of 22: On sheet 11 of 22, the Asphalt Concrete Pavement Detail eroniously calls for a 6" CL `B'
ASPHALT CONCRETE PATCH. The note should be revised to read `4" CL `B' ASPHALT CONCRETE
' PATCH'.
Sincerely,
FoR a°
John D. Hobson
' Project Manager
' H.wastewaterW00EN2.Q0CwtAB
�J-9 eq Ruest for Taxpayer Give form to the
' fors:"^ '• requester. Do NOT
(Rev.Morin 1994) identification Number and Certification send to the iRS.
c.car_�.tm of?.*Treasvy
' Ir�aral fen(it Sant•
Name(If joint rames.Gst fin:and circle me name of tLe Gerson or entity wnose numter you enter in Part I Dela•N.See InstricUons on page 2 It your name tus Waaged.)
0
G
8u3ines3 nar..e(Sole propr.eton sce ir+s-.-.:cti°ns on pose 2J
ROBISON CONSTRUCTION, INC.
c Partners:-,i QC.er > ...........................
Prase c'eck a,propria:e tax: Ir.Cividual/Scle prop(etor Cor^enten p
RrCues,!Ws narr.e ar.d address(optcnal)
° Address(numter,stretL a.d apt.or saite no.)
a 1216 — 140TH AVE. COURT EAST
SUMNER, WA. 98390
List account nur..ter(s)here(optional)
' • . I I Taxpayer Identification Number IN
Enter your TIN in the appropriate box. For
individuals, this is your social security number Social security 7number
(SSN). For sole proprietors, see the instructions I ( I I1
' on page 2. For other'entities, it is your employer For Payees Exempt From Backup
identification number(Eli"". !a,you do rot have '— OR r7:Withholding(See Part 11
number, see Haw To Get a TIN below.
Employer identification number instructions on page 2)
' Note:If the account is in more than one name, a 1! 11 0 11 1110 12 18 /n l
see the chart on page 2 for guidelines on whose
number to enter.
10711 Certification
' Under penalties of perjury. I certify Nat
1. The number shown on ciis form is my correct taxpayer idenbrication number(or I am waiting for a number tt be issued to me), and
2. 1 an not subject to backup withholding because: (a) I am exempt from backup withholding, or(b) I have not
been notified by the Internal
Revenue Service that I am subject to backup withholding as a result of a failure to report all interes:or dividends, or(c) the IRS has no ifizc
' me that I an ro longer subject to backup wit.`.lolding.
Certification Instructilans.—You must cross out item 2 above if you have been no
by the IRS that you are currently subject to backup
withholding because of under,.eporting interest or dividends on your tax return. For real estate transactions,item 2 does not apply.For mer gage
inverses:paid,the acquisition or abandonment of secured property,cancellation of debt, contributions to an individual retirement arrangement
' (IRA). and generally payments other than interes: and dividends,you are not required to sign the Certification,but you must Provide your corned:
TIN.(A:so see Part III instructions on page 2.)
' Sign I Z Date ► o�
Here Signature, ►
Section references are to ti1e internal payments under certain conditions. This is interest and dividend accounts opened
Revenue Code. called "backup withholding." Payments after 1983 only), or
' tnat could be subject to backup 5.You do not certify your TIN. See the
Purpose of Form.—A person who is withholding include interest, dividends. Part III instructions for exceptions.
required to file an information return with broker and barter exchange transactions, Certain payees and payments are
the IRS must get your correct TiN to report rents, royalties, nonemployee pay, and exempt from backup withholding and
income paid to you, real estate certain payments from fishing boat
transactions, mortgage interest you paid, eperatars. Real estp.te transactions are not inform, ation reporting. See the Part U
the acquisition or abandonment of secured subject to backup withholding. instructions and the separate inst;ucticru
property, cancellation of debt, or for the Requester of Form W-9.
contributions you made to an IRA Use If you give the requester your correct How To Get a TiN.-If you do not have a
' Fomn WJ-9 to give your correct TIN to the TIN, make the proper certifications, and TiN apply for one immediately.To apply,
requester(the person requesting your TiN) report all your taxable interest and get Form SS-5,Application for a Social
and, when applicable, (1) to certify the TiN dividends on your tax return, your Security Number Card (for individuals),
you are giving is correct(or you are waiting payments will not be subject to backup a from our local office of the Social Securiy
' for a number to be issued), (2) to certify withholding. Payments you receive will b_ y (cation
Administration, or Form SS-4,App
you are not subject to backup withholding, subject to backup withholding if: for Employer Identification Number(for
or(3) to claim exemption from backup 1.You do not furnish your TiN to the businesses and all other entities),from
withholding if you are an exempt payee. requester, or your local IRS office.
' Giving your correct TIN and making the Y If you do not have a TIN,write "Applied
appropriate certifica4ions will prevent 2. The IRS tells the requester that you ti°�
d furnished an incorrect TiN, or For" in the space for the TiN in Part 1, s:5-"
certain payments fr m being subject to
backup withholding. 3. The IRS tells you that you are subject and date the form, and give it to the
Note:!l a re^uester fives you a form ocher to backup withholding because you did not requester. Generally, you will then have E0
' '' y re or, all your interest and dividends on days to get a TiN and give it to the
use U eAreq'to re—,s ?t y ur is, you must
your tax return (for reportable interes: and requester. If the requester does not rece;Ve
it d videax only). or your TiN within 60 days, backup
similar to this Form W-9. withholding, if applicable, will begin and
4. You do rat certify to u e requester con:inue until you funish your TiN.
What Is Backup Withholding?—Perscns ttia ou are rot subject/ to backup
na'crg cars air payments to you must N hh(ding under 3 above (for repertable
withhold and pay to the IRS 31% of such
' Cat No. !C231X
DEPARTMENT OF LABOR AND INDUSTRIES
REGISTERED AS PROVIDED BY LAW AS
CONST CONT
GENERAL
EXP. DATE
�jQBISC22386 09/30I2000
EFFEG' ,.,. Dp* E 01/26/1978
ROBISON CONSTRUCTION INC
PO BOX 1730
SUMNER WA 98390
F625.052-000(8/97) —
Detach And Display Certificate
REGISTERED AS PROVIDED BY LAW ASI
CONST CONT GENERAL EXP. DATE Please Remove
REGIST. #
CC01 ROBISC*223B6 09/30/0,00 And Sign
EFFECTIVE DATE Identification
ROBISON CONSTRUCTION INC Card Before
Placing In
PO BOX 173 0 ,
SUMNER WA 9-8390 Billfold
Signature
Issued by DEPARTMENT OF I,AEOR AND INDUSTRIES
IITY OF RENTON Business License Quarterh,
I-icense No. Reporting Period o Dsw,?•a
4019 QUARTER ENDING SEP 30 , 2000 NOV 5 , 2000
ROBISON CONSTRUCTION INC
' P O BOX 1730
SUMMER, WA 98390
' CORRECT AND COMPLETE
ALL INFORMATION AS NEEDED
Business Location,Phone:. FEE SCHEDULE: All Pemr--, .
1216 I140TH AV CRT EAST 1. Total number of personnel working 6
SUMMER, WA 98390 within Renton City Limits:
' 206-8163-5200
2- Total hours worked for quarter: 116.5
Owner Name,Address,Phone: 3. Rate per hour: .029
' MARK W ROBISON 4. FEE(Line 2 x Line 3) 3.38
P O BOX 1730
' SUMMER,WA 98390 5. Minimum charge: 13.75
206-863-5200
6. Greater of Lines 4 and 5: 13.75
Emergency Names,Phone:
7. Penalty: (See backside)
MARK W ROBISON 206-863-5200
8. Previous balance:
' 9. TOTAL DUE(Lines 6-8): 13.75
(Total due must be remitted with this mr�
report. There will be a$15.00 fee for
' j .IVA State UBI No:'I WA State Contractor No: NSF checks.)
600260353 ---- -
' Return completed form, wiiih paymenf. :
City of Renton,Licensing Division
i1055 S Grady Wy
�'rereby certify that the statements and information furn Renton WA 98055ished Phone: (425)430-6851
bV me on this report are true and complete, to the best of
say knowledge. l—
Signaiure FOR OFFICE USE ONL!-.
' I Print Name: MM KERBY Amount _-
I
Title: CFO Penalty
I
' Phone 53-863-5200 Date How Paid
.I.W-u2 61110
-�Pc' �IlSlll(CII U/7.' tn7 BNCI;
08/21/00 MON 08: 51 IT\/RX NO 94= 11
":ysc°`; ,�y`y z`� �F,�+•-• '�'�� � �q'` -~�;'3•�a• Y�}. ' �, � ��Fs�3rN t''i. �'
'reR T 1- i �. �'+.:s1s'a i n¢ ..•: _ e'. ;.a- +r1,. y
a ./��rYt � ,'i: •y S7`r'�S'',�"` '. ,N,�*_;? s �f+�.,�yti.s - w�w�.'i�L���. .� {r,�i'�r
p - P`t a. .t r>+'` > t -k�q,�ciS�as ,•-. > a+
.s.�ir ` -��`y q - re Ca`Rx y - b•a:, +r 4.. ,a,•;4:a �a -'
Al
git
_� 'vxll'� -- e �>• -'/ti?a� ar" ,his .�,e�✓,�`•r�.? :" sh �������v Yr-� st. s s�c..>
WO
VIA
C7 p�.�,
�1�•��.a�r f e�' � iz i_ �•k'}.-w '`�4��' �3r� ��+ ysf ��a .�
7-gra•�a, •'1aa9a•� r FG�-"3s.- « ��i +., S 5ir4".:S''�• �,..Ty"..�,.
.�fi+.'1'+�''i •e`'`. -. �4z"e�"t` d� at '"i F �'`1ti.-"`�""�;_ nY+- -p�.,x. 3tifi" t f.. �..��.�,-,
•�� :��.` mod,.s'•,yi.i ,r�'Ti^a: �TtZ'a.i+.r p ?•a r �7c''�, �"":
_"� V9�ldQt�NQ:�-�"� e`--•�Ff�CKf�iD
• j • 1
' -'•��`�f'"gS'.--,;. r :_ _�i. - * ;^Y` r?`4t � • .t'':: •-x - - .-._,.,- ��G::i:ne.+,e:si,i:.6.. ' "'
!!S! �✓,,1� y 3w DATE I CHECK 0.
s' .• .- �` •.i '1w.: %T's"t'W q �ey�`r-rr.t%i '.•v"+' y �� # '` •'.�ieSs -•F r -cam, rt - '. '
jj j - • � •`• •.:��ie..#.. �.. 'R�w —.e, �=°4 "'r e _ ,�� s - ® G t1 sa s
�i� � �' �• � .�`' ^V4.�`� b��f±'aif �KY'-- y1 11 K � �r`�q yS el "S.L"� � '�
_ •:, e :� #'_ • viz'-'�S 1 •
• yt 7 a•Al"- r =Y
'mod� �.a 1:.-�w �' �1 �r. � ~C 11� � - 3*y' 1 �3� { a"�,��'•t= �,��- ii ,sK� '`�P°
MAR
�•.•hl. "k .i; 4x -g��-_:i..y�,� 3. t! �i&.. ��'' .:,ir _.}-a'�`l.,^i5. A_F.�'�• a1.3-cam-, t.� �Y .,Y'. q.. hF � '-�1.
CHECK AMOUNT
•
II 1
v�f
e2_ y �l ..w ; s�.. ® � ®- .. .� ®'a � � ® � i' ��� �� � r7i�'{�iyiF��� •s�?��a'�t��tywl�.
i'- .. '} Y ,�� ,•- w.3 A- :,� v: �. .jai; _'.�.y G.
CONSENT OF BOARD OF DIR
ECTORS
' FOR
Robison Construction, Inc.
The undersigned Corporate Secretary/Treasurer,being the Chief
Financial Officer and member of the Board of Directors of Robison
Construction, Inc. a Washington corporation (the "Corporation"), acting in
his capacity as said Corporate Secretary/Treasurer and as a member of the
Board of Directors,DOES HEREBY UNANIMOUSLY ADOPT the
' following corporate resolutions and DOES HEREBY UNANIMOUSLY
CONSENT to the taking of the actions therein set forth.
' RESOLVED,that the Corporation shall enter into an agreement with
the City of Renton(the"Owner") on that certain project called
Aberdeen Avenue NE Utility Improvements, Contract CAG 00-110
RESOLVED FURTHER,that Andrew Albrecht,the President of
Robison Construction,Inc. is hereby authorized and granted full and
' complete power of attorney to execute any bid documents, contract
documents and project bonds related thereto with such changes,
additions, deletions,and modifications as he may approve,such
' execution to be conclusive evidence of such approval and of
authorization thereof by this Board of Directors.
' The execution of this Consent shall constitute written waiver of any
notice required by the Washington Business Corporation Act and the
' Corporation's Articles of Incorporation and Bylaws.
EXECUTED as of this 22nd day of August,2000.
' a68 �� �`\ Board of Directors
Corporate Secretary/Treasurer
\O, AL :
ichael Kerby
a,
Signature of Andrew Albrecht,President
' State of Washington
County of Pierce
gn this 22nd day of August, 2000, before me appeared
' Michael Kerby to me personally known,who being by me duly sworn,
' did say that he is the Corporate Secretary/Treasurer of Robison
Construction,Inc., and that the seal affixed to said instrument is the seal of
Said Robison Construction Inc. and that the g
fore oin instrument was
foregoing
' signed and sealed in behalf of said Robison Construction,Inc.,by authority
of it's board, and said Robison Construction,Inc., acknowledged said
instrument to be the free act and.deed of said Robison Construction, Inc. .
iSubscr' d and sworn to before me on this date: August 22,2000.
Notary Public in and for the State of Washington
' My Commission Expires: 3/23/02
' CITY OF RENTON
WWP-27-2825
Aberdeen Avenue NE
' Utility Improvements
CONTRACT DOCUMENT TABLE OF CONTENTS
tSummary,of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
*Combined Affidavit & Certificate Form:
Non-Collusion
Apti-Trust Claims
Minimum Wage Form
*Bid Bond Form
*Proposal
I *Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
❖City of Denton Insurance Information Form
❖City of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement Iof Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
City of Renton Supplemental Specifications
WSDOT Amendments
1 Special Provisions
Standard Plans
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
1 ❖ Submit at Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington 98055
i
t
w:ABERDEEN/BIDSPECUDH
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
! ADOPTED BY RESOLUTION NO. 3 2 2 9
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and
to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic
background, gender, marital status, religion, age or disability, when the City of Renton can reasonably
accommodate Ithe disability, of employees and applicants for employment and fair, non-discriminatory
Itreatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
i activities included recruitment, selection, promotion, demotion, training, retention and
1 separation are conducted in a manner which is based on job-related criteria which does not
discriminate against women, minorities and other protected classes. Human resources
decisions will be in accordance with individual performance, staffing requirements,
! governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will
cooperate fully with all organizations and commissions organized to promote fair practices
and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal
Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to all.
It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,
department administrators, managers, supervisors, Contract Compliance Officers and all
employees to carry out the policies, guidelines and corrective measures set forth in the
Affirmative Action Plan and Equal Employment Program.
' (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair
- i Practices and Non-discrimination policies set forth by the law and in the City's Affirmative
Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED M by the City Council of the City of RENTON, Washington, this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
v(ayor Council President
Attest:
City Cler
e:Soudi Renion/BIDSPEC/MAB
1
CITY OF RENTON
SUMMARY OFAXLEWCANS WITH DISABILITIES ACT POLICY
ADOPTED BYRESOLUTIONNO. 3007
' The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
1 (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,
staffirig requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
1 (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
R nton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
Iemployment and receipt of City services, activities and programs.
(3) AMERICANS WITH DISABILITIES ACT•POLICY -The City of Renton Americans
' With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
' (4) CONTRACTORS' OBLIGATION = Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
CITY OF RENTON RENTON CITY COUNCIL:
Mayor Council President
Attest: /
City Clerk
I
CITY OF RENTON
WWP-27-2825
Aberdeen Avenue NE
Utility Improvements
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of the
facilities, as shown on the plans and as described in the construction specifications, to include but not be
limited to installation of approximately:
• 3561 linear feet of 8" C900 PVC sanitary sewer main
• 1945 linear feet of 6" C900 PVC side sewer pipe.
• 1420 linear feet of 18" CPEP storm sewer main
• 1737 linear feet of 12" CPEP storm sewer main
' • 15 sanitary manholes
• 18 type4I catch basins
• 8 type-I catch basins
• 4194 linear feet of 16" Cl. 52 Ductile Iron Water pipe.
• 100 linear feet of 12" Cl. 52 Ductile Iron Water pipe.
' • 110 linear feet of 8" Cl. 52 Ductile Iron Water pipe.
• 185 linear feet of 6" Cl. 52 Ductile Iron Water pipe.
• 79 3/" water services
• asphalt roadway trench patching, and landscape restoration associated with the new utility line
installatilons.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document. A total of One hundred eighty (180) working days will be
allowed for the completion of this project.
w:ABERDEEN/BIDSPEC/JDH
ABERDEEN AVENUE NE UTILITY IMPROVEMENTS
VICINITY MAP
N 3
r
71
i r
LT
` m
z
m
rri
m
\ o
L
O
F-
O
Z
E 1 I
AVENUE
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton
City Hall, until 2:30 o'clock p.m., on the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as
early as practi able.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the
forms attached hereto.
2. The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate.
Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves
the right to add or to eliminate portions of that work as deemed necessary.
�3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves
as to the local conditions by inspection of the site.
�4. The bid price for any item must include the performance of all work necessary for completion of that item as
described in the specifications.
5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit
' price bid will govern. Illegible figures will invalidate the bid.
6. The right is re erved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City
to do so.
7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of
' Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will
be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the
successful bidder will be returned provided they enter into a contract and furnishes a satisfactory performance bond
covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should
they fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
I
8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may
request further information on particular points.
9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily
I
perform the work.
10. Payment for this work will be made in Cash Warrants.
111. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation,
public liability and property damage as indicated on forms enclosed herein and/or as identified within Specification
Section 1-07.1 .
12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type
construction schedule for the project.
13. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and Section"
1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton
Supplemental Specifications.
w:ABERDEEN/BIDSPEC/JDH
I
14. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive. The bidder
shall bid on all schedules set forth in the bid forms. The total price of all schedules will be used to determine the
successful loA 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.
�15. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four
feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements
of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in
the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any
other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited.
116. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein,
there shall be ,paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for
an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which
may exist, o� be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or
subconsultants.
The most recent issue of the prevailing wage rate are included within these specifications under section titled
"Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the
prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be
included as part of any subcontracts the CONTRACTOR may enter into for work on this project.
17. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the
requirements of RCW 39.16.
118. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of environmental
pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in
accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all
penalties, da ages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR
shall also com ly with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal
and encapsulation of asbestos materials.
�19. Standard Specifications
All work under this contract shall be performed in accordance with the following standard specifications except as
may be exempted or modified by the City of Renton Transportation Supplemental Specifications, Special Provisions
other sections of these contract documents. These standard specifications are hereby made a part of this contract and
shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not.
w:ABERDEEN/BIDSPEC/JDH
I
1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1
APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications."
A. An reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any
c2bination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless
specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the
measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall
' govern.
20. A soils investigation has not been performed for this. The Bidders shall familiarize themselves adequately with the
project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder
may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for
protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the
satisfaction of the City.
r
w:ABERDEEN/BIDSPEC/JDH
I
tCITY OF RENTON
WWP-27-2825
Aberdeen Avenue NE Utility Improvements
CALL FOR BIDS
' Sealed bids will be received until 2:30 p.m. August 1, 2000 at the City Clerk's office and will be
opened and publicly read in conference room 511 on the 5' floor, Renton City Hall, 1055 South
Grady Way.
The work to be performed within One hundred eighty (180) working days from the date of
commencement under this contract shall include, but not be limited to:
Installation of approximately 8,663 linear feet of 18", 12", 8", and 6" diameter storm and sanitary
sewer pipes, 15 manholes, 18 type-II catch basins, 8 type-I catch basins, 4589 linear feet of 16", 1211
,
8" and 6" water pipe, 79 waTer services and associated asphalt street restoration, and landscape
restoration.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
' Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South
' Grady Way, Renton, WA 98055. There is a non-refundable fee of $30.00 plus $2.58 Tax (Total
$32.58) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No
telephone orders will be accepted.
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions
regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way,
Renton, WA 98055 or (425) 430-7279.
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.
Marilyn ere*, City Clerk
Published:
Daily Journal of Commerce July 18, 2000
' Daily Journal of Commerce July 25, 2000
BIDCALL.DOC\
' CITY OF RENTON
Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
' (Non-Federal Aid)
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that
such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and
further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put
in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought
'by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
' ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact
' usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as
to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-
trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or
' contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all
such claims to purchaser, subject to the aforementioned exception.
AND
' MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work
of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such
' work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal
contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief.
' FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
' Aberdeen Avenue NE Utility Improvements
Name of Project
' RC.1 (DAIS T Evnctiri�
N e of Bidder's Firm
Signature of Authorized Representative of Bidder
' h+~(_ W. RaCi/s cw cte a
Subscribed and sworn to before me on this day of AQ U of
H o
tt�gSIt►M ry Public in and for the late of Washington
1 = r h ree /. J ha erl
2 �0?AA
Notary (Print)
y Pu[Io", ft My appointment expires: (p Q 9 0
OF'W
' w:ABERDEEN/BIDSPEC/JDH
BID BOND FORM
Herewith fi d deposit in the form of a certified check, cashier's check, cas . : '
the amount of $ which amount is not less than fi a'e ent of t`Fie:
total bid. AL
Sign here ••••••
Know All Men by These Presents:
That we, Robison Construction, Inc. as Principal, and _
LumbPrmens Mutual Casualty Company as Surety, are held and firmly bound unto the City
of Renton, as Obligee, in the penal sum of five percent (5%) of the total amount bid
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs,
' executors, administrators, successors and assigns, jointly and severally, by these presents.
1
The condition of this obligation is such that if the Obligee shall make any award to the
i Principal for Aberdeen Avenue NE Utility Improvements according to the terms of the
' proposal oi bid made by the Principal therefor, and the Principal shall duly make and enter
into a contract with the Obligee in accordance with the terms of said proposal or bid and
award andj 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 Obliged the penal amount of the deposit specked in the call for bids, then this obligation
shall be nu I and void; otherwise it shall be and remain in full force and effect and the Surety
shall forth ith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount
' of this bon
pNSTRtlC,,
SIGNED, �EALED AND DATED THIS 1st DAY OF August Tg 204T��'�
' Inc.
Robison Const uct' o;
j,'ri�l� •
' Principal •.
•19�71•��
Lu ermens Mutual Casualty Company H1NG
Surety
Jim S. Kuich
Received return of deposit in the sum of$
w;AB ERD EEN/BIDSPEC/]Dh
tHome Office: Long Grove,IL 60049
' POWER OF ATTORNEY
Know All Men By These Presents:
That the Lumbermens Mutual Casualty Company,the American Motorists Insurance Company, and the American Manufacturers Mutual
' Insurance Company,corporations organized and existing under the laws of the State of Ilinois, having their principal office in Long Grove,
Illinois,(hereinafter collectively referred to as the"Company")do hereby appoint
Jim S. Kuich, Kara London,John Claeys, Peggy H. Stromme and Michael B.Gano of Seattle,Washington
' (EACH)++k**+**#*+**#++#*++*+*i+*+*+++#i*+#**+*+#+**++#*+**++#*+++++#*++*++##++*#++*++#++i##♦
their true and lawful agent(s)and attorney(s)-in-fact,to make,execute,seal,and deliver during the period beginning with the date of issuance
' of this power and ending on the date specified below,unless sooner revoked for and on its behalf as surety,and as their act and deed:
Any and all bonds and undertakings
' EXCEPTION: NO AUTHORITY is granted to make, execute,seal and deliver any bond or undertaking which guarantees the payment or
collection of any promissory note,check,draft or letter of credit.
' This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit
of authority as set forth herein.
This appointment may be revoked at any time by the Company.
' The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply
to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in
Long Grove,Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31,2001
' This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company
on February 23,1988 at Chicago, Illinois,true and accurate copies of which are hereinafter set forth and are hereby certified to by the
undersigned Secretary as being in full force and effect:
' "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with
the Secretary,or the Secretary shall have the power and authority to appoint agents and attomeys4n-fact,and to authorize them,to execute on
behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings, recognizances, contracts of indemnity and
other writings,obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance of process."
' This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive
Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February,1988:
"VOTED,That the signature of the Chairman of the Board,the President,any Vice President,or their appointees designated in writing and filed
' with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications by the Secretary,may be affixed by facsimile
on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23,
1988 and any such power so executed,sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to
be valid and binding upon the Company."
In Testimony Whereof,the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers,
this July 7,2000.
' Attested and Certified: Lumbermens Mutual Casualty Company
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company
,�It I nt0�uw.l�t6 �Mut Gy e �` •+.
' +j ',
] /0 a CORP9RAiL ,a„ s(AM 1LLINOa e
(`� 1 CONPOAA71011 3
: SIAL e T
Sr'�p<J�
' J.S.Kemper, III, Exec.Vice President
Robert P. Harries, Secretary by
' CITY OF RENTON
WWP-27-2825
' Aberdeen Avenue NE
Utility Improvements
' PROPOSAL
TO THE CITY OF RENTON
' RENTON, WASHINGTON
Ladies and/or Gentlemen:
' The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced
in this improvement, and the method by which payment will be made for said work, and hereby
' propose to undertake and complete the work embraced in this improvement, or as much thereof as
can be completed with the money available, in accordance with the said plans, specifications and
contract and the following schedule of rates and prices:
' (Note: Unit prices for all items, all extensions, and
total amount of bid should be shown. Show unit
' prices both in writing and in figures.)
Printed Name IWAW,&- Al. /Loe1/5tw GEb
Signature ✓
' Address: .OD Box /730 -4 -
�;CRP 0 P j•�-,�
' Names of Members of Partnership: SEAL .�o: *'
' OR
Name of President of Corporation
' Name of Secretary of Corporation
' Corporation Organized under the laws of 14/"'/'7D
With Main Office in State of Washington at Po g oX
w:ABERDEENBIDS PECIJ DH
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
' REVISED SCHEDULE OF PRICES
ABERDEEN AVENUE NE UTILITY IMPROVEMENTS
(Note: U it prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
' and where conflictconflict occurs the written or typed words shall prevail.)
TEM APPR X. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUAN nTy (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
' 001. 1 Mobilization&Demobilization
Lump Sum $ SEu TI 7;}frX5An/p "Aloe 1ljono. 00 170000. 00
' per Lump Sum (words) figures
002. 1 Shoring, Design Construction & Maintenance
' Lump Sum $e>W 77sl7t.�1M�10 co/foo i000• oo
per Lump Sum (words) figures
003. 1 Construction and As-built survey
Lump Sum $ 0/9" 77*4VWA-W 00/"20 /aoo• oo i000. o0
per Lump Sum (words) figures
' 004. 1 Traffic Control
Lump Sum $ 6yt E �c3oo .oo o 0
per Lump Sum (words) figures
' 005. 1 Temporary Erosion/Sedimentation Control
Lump Sum $OfiGE �1NtJl�1/k/d oo/too lC�oo . oo t o 0 0. oa
per Lump Sum (words) figures
006. 1 Landscape Restoration
Lump Sum $d�77ftfUJlub dv�,� iQao• Do e000. o 0
per Lump Sum (words) figures
' 007. 1 Re-establish existing Monuments c�cli� ZOZ).oo Z ya . c)o
Each $ 77.uo /�uxrblZ� �Ty
per Each (words) figures
' 008. 3,1561 TV Inspection of Sanitary Sewer /, a 0 3.56 A 06
Linear Foot $ divE "le 00
per Linear Foot (words) figures
' 009. 3, 1 8"C900 PVC Sewer Pipe /Z 8. !q G , 06
Line r Foot $ Th'���y S /V oe'i�ov 3c •as
' per Linear Foot (words) figures
010. 1,945 6 C900 PVC Side Sewer Pipe 90, oo Sg� y'D• Oa
Linear Foot $ T'.ti+i h o o/'oa
' per Linear Foot (words) figures
' 011. 5 48" Sanitary Sewer Manhole da 2600.oa s�Z� oco. oD
Each $Tklea i P 0741.0-r- /-'u 0-0 t W
per Each (words) figures
1
' Page 1
CITY OF RENTON
' PUBLIC WORKS DEPARTMENT
REVISED SCHEDULE OF PRICES
ABERDEEN AVENUE NE UTILITY IMPROVEMENTS
t (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail.)
TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
' NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
012. 3 Connect New Sewer to Existing Manhole
' Each $ OAr- 00/-'o p
per Each (words) figures
' 013. 1,420 18"CPEP Storm Pipe
Linear Foot $ j�e cij yavE d o /'coo Z� Z9'i 8 2 G. e a
per Linear Ft (words) figures
' 014. 1,737 12"CPEP Storm Pipe
Linear Foot $ &7* /µ?-&c J o d/'o o /8.o0 3/, Z G G . o o
per Linear Ft (words) figures
t
015. 18 48"Type-II CB
Each $ TJvo 77vW t-4J/A d of��'o ZOoo . oa 36, o e o . 0,0
' per Each (words) figures
' 016. 8 CB Type-1 `
Each $ ✓�/y P 'W^40-4 r &04t;Ve*�v/7 6 7S--08 .5yD0. 00
per Each (words) figures
' 16"ductile iron watermain pipe Cl. 52,Poly wrapped &
017. 4,7�0 Fittings
' Linear Foot $ /y— A-rj /--I /�v� yf od Z/�� 750.00
per Linear Foot (words) figures
12"ductile iron watermain pipe, Cl. 52, Poly wrapped &
018. 100 Fittings
Linear Foot $ TiW&-/Z P OP/
per Linear Foot (words) figures
' 8"ductile iron watermain pipe, Cl. 52, Poly wrapped &
019. 6Q Fittings
' Linea Foot $T3yArw p� /ar v� Z�-Gp lSo e ' 00
per Linear Foot (words) figures
' 6"ductile iron watermain pipe, CI. 52, Poly wrapped &
020. 2 Fittings z0.o
Linea Foot $ TLvL�%'7 0d/'oo O
' per Linear Foot (words) figures
021. 90 3/4 Water Service Connection
Each $L=7gi -//rid I2ro oo/•coo eseo . e� 7t,► Doo. eo
' per Each (words) figures
' Page 2
' CITY OF RENTON
PUBLIC WORKS DEPARTMENT
' REVISED SCHEDULE OF PRICES
ABERDEEN AVENUE NE UTILITY IMPROVEMENTS
(Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
' and where conflictconflict occurs the written or typed words shall prevail.)
TEM APP OX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUA TY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
022. 3 3/4"Water Service Connection (no existing meter) ��p,00 ZS�o• o0
Each 1*4!!M �o0
per Each (words) figures
' 023. 11 Fire Hydrant Assembly
Each $neA? -7,ft <J/LLb o%oa 3000. oo �3i o e o . b o
per Each (words) figures
' 024. 12 Connection to existing water main
Each $ C✓G w
w hluo~ rr 775b•co Qdae. o0
41
per Each (words) figures
' 025. 9 16"butterfly valve assembly(No Vault)
Each $ jt1e- P7ltrWA40 O0/r40 �o00.oa �oey. o0
' per Each (words) figures
026.J 5 12"gate valve assembly(no Vault)
Each $ 4�Y*Imo' I-&w d c o�'vd 800 . o� `T o
' per Each (words) figures
f
027. 5 8"gate valve assembly Q9, oa
' Each $ lgtiE /�tl�-rJ w�'.�
per Each (words) figures
' 028. 1 6"gate valve assembly
Each $ /7sr�-�/` -w y AIL V of a CD/ , �s�, 3S1S.00 3fD. eo
per Each (words) figures
' 029. 2"air-vac assembly /-45b6• ap /SR56_ oG_
per Each (words) figures
' 030. 15 Concrete for Thrust Blocking, Dead-Man Anchor Blocks
Cubi Yard $ 47djA0� ooi`oc 8o •cc ----- o0
per Cubic Yd (words) figures
Removal of Existing fire hydrants, valve boxes&other
' 031. appurtenances
Lum Sum $ dw��� -3�'C� t1'01-146 /41`9 o ' CIO / no o . cv
per Lump sum (words) figures
' Removal and Replacement of Unsuitable Foundation
032. 500 Material /L.
�/� So G L�"D• 00
Ton $Tw�7NF 00
' per Ton (words) figures
' Page 3
CITY OF RENTON
' PUBLIC WORKS DEPARTMENT
REVISED SCHEDULE OF PRICES
ABERDEEN AVENUE NE UTILITY IMPROVEMENTS
' (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail.)
TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QU TY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
. I
F033. 10,0 0 Select Imported Trench Backfill /0CcTo $ ows- "Yec d /O� Goo. q7
per Ton (words) figures
034. 8,767 Asphalt Patch Including Crus. Surf. Top Course 16,2�
SquareYd $ *Q(1ta=V 2S/'oo
per Square Yd (words) figures
035. 1 Replace Pavement Markings and Traffic Buttons
Lump Sum $ "— /? S/'L'd oc fiov t�/oso . e� t�o oo. oc
per Lump Sum (words) figures
Subtotal 3 0(c.7 5
8.6%Sales Tax 78 5 3
' Total 5
' Page 4
Bond #980580 BOND TO THE CITY OF RENTON
KNOW ALL�N BY THESE PRESENTS:
That we, the undersigned Robison Construction, Inc.
' Lumbermens Mutual Casualty
as principal, and Company corporation organized and existing under the
laws of the State of Illinois as a surety corporation, and qualified under the laws surety
the
State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are
tjointly and severally held and firmly bound to the City of Renton in the penal sum of i
the payment of which sum on demand we.bmd ourselves and our, successors, heirs, administrators or person
representatives, as the case may be. a
Nine Hundred Ninety One Thousand EightHundred Fifty One and 13/100 Dollars ($991;851.13)
'c obligation is entered into in Pursuance of the." tes.of-the,.State of Washington, the Ordinance of the
This
City of Renton_
hingmn, sofF. ;2000
Dated Was y" r
at
to
Nevertheless, the conditions of the above obligation are Wchlhat:,
;.
WHEREAS, under and pursuant to Public£Worksy Consttuctlon Contract CAG-00-110 providing for
construction of Aberdeen Avenue NE MAY Imp�avements
1 tprcjct tram=)
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, FORE, if the principal shall faithfully perforrn all of the provisions of said contract in the
' manner and within the time therein set forth, or,within such extensions of time as may be granted Tinder said
contract, 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 'd City of Renton harmless from any loss or damage occasioned to any person or property by
reason of y 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 frill farce and effect.
Robison Construction, Inc. Lumbermens Mutual Casualty Company
Principal Surety
Signature Andrew Albrecht ?, AgGtTlre 1
President ///�������+ Jim S. Kuich, Attorney-in-fact ' f rq r
• J n
Title �h� •�1P'b'�••�'jy` Title <\ �c
�Oy� ����2�\ Approved by Larry warren 21141y ��
\ SEAL
ON
♦CC* �•
•
N
W:AaERoErrrBrosrtcrmx �� '.. ••• �''
IVEMPER.
' Home Office: Long Grove, IL 60049
' POWER OF ATTORNEY
Know All Men By These Presents:
That the Lumberme s Mutual Casualty Company,the American Motorists Insurance Company, and the American Manufacturers Mutual
1 Insurance Company,corporations organized and existing under the laws of the State of Ilinois, having their principal office in Long Grove,
Illinois,(hereinafter collectively referred to as the"Company")do hereby appoint
Jim S. Kuich,Kara London,John Claeys, Peggy H.Stromme and Michael B. Gano of Seattle,Washington
(EACH).**.*.**..*...*....**...**.**..........**..........,..*................................
their true and lawful agent(s)and attorney(s,in-fact,to make,execute,seal,and deliver during the period beginning with the date of issuance
' of this power and ending on the date specified below,unless sooner revoked for and on its behalf as surety,and as their act and deed:
Any and all bonds and undertakings*******"*************'****
EXCEPTION: NO AUTHORITY is granted to make, execute,seal and deliver any bond or undertaking which guarantees the payment or
collection of any promissory note,check,draft or letter of credit.
' This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit
of authority as set forth herein.
This appointment moy be revoked at any time by the Company.
' The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply
to all intents and pu OS es,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in
Long Grove,Illinois.
HIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31,2001
' This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company
on February 23, 1988 at Chicago, Illinois,true and accurate copies of which are hereinafter set forth and are hereby certified to by the
undersigned Secretary as being in full force and effect:
' "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with
the Secretary,or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,and to authorize them to execute on
behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings, recognizances, contracts of indemnity and
other writings,obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance of process."
' This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive
Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988:
"VOTED,That the signature of the Chairman of the Board,the President,any Vice President,or their appointees designated in writing and filed
' with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications by the Secretary,may be affixed by facsimile
on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23,
1988 and any such power so executed,sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to
be valid and binding upon the Company."
In Testimony Where f,the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers,
this July 7,2000.
Attested and Certified: Lumbermens Mutual Casualty Company
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company
' �,otoal Cy s MuL 4,, ,uts Ingo.
CORPORA12 .Y(AM IWR M o
CONPOAAT1011 3
e t nap 31AL E
<1nl aro+` /nmy
Robert P.Hames,Secretary by J.S. Kemper, III, Exec.Vice President
RELEASE OF RETENTION BOND
' Bond# 980851
KNOW ALL MEN BY THESE PRESENTS that Robison Construction, Inc.
a corporation existing under and by virtue of the laws of the State of Washington, as Principal, and
' Lumberme s Mutual Casualty Company
a corporation organized and existing under the laws of the State of Illinois and authorized
to transact b siness in the State of Washington as Surety are jointly and severally held and bound unto
City of R nton
hereinafter called Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28,
in the penal sum of Forty Nine Thousand Five Hundred Ninety Two and 56/100 Dollars
' ($49,592.56)
' WHEREAS,;ri the day of the said Principal herein executed
a contract wit
City of Renton for Aberdeen Avenue NE Utility
Improvements, Contract CAG-00-110
WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies
' earned by the Contractor on estimates during the progress of the construction, hereinafter referred to as earned retained
funds.
' AND NOW EREAS, Principal has requested that the Obligee not retain any earned retained funds or that the Obligee
from time to t me release all or a portion of the current amount of earned retained funds as allowed under RCW 60.28.
NOW THEREFORE, the condition of this obligation is such that if the Principal shall use the earned retained funds which will
not be retain d or shall use such funds which now are being released, for the trust fund purposes of RCW 60.28, then this
obligation sh:ll be null and void; otherwise, it shall remain in full force and effect.
PROVIDED HOWEVER t:
I OWEVER that
1. The liagility of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies
are retained by the Obligee on estimates during the progress of construction, or such liability shall not exceed the
actual amount of the earned retained funds which are released.
' 2. Any sui under this bond must be instituted within the time period provided by applicable law.
WITNESS our hands this day of
' Robison Construction, Inc.
' Andrew Albrecht Principal
President -r)
' Lumberme s Mutual Casualty Company da ��•
tab
' Z,
m S. K ich, Surety Attorney-in fact k�� (�;
1`
� . 1
4*19
SH
..
—� INGI�//
RELEASE OF RETE TION BOND RCW 60 28/1
MEMPER.
Home Office: Long Grove, IL 60049
' POWER OF ATTORNEY
Know All Men By These Presents:
That the Lumbermen Mutual Casualty Company,the American Motorists Insurance Company, and the American Manufacturers Mutual
' Insurance Company,corporations organized and existing under the laws of the State of Ilinois, having their principal office in Long Grove,
Illinois, (hereinafter collectively referred to as the"Company")do hereby appoint
Jim S. Kuich,Kara London,John Claeys, Peggy H. Stromme and Michael B. Gano of Seattle,Washington
' (EACH)..***........................*.***....*...............................................
their true and lawful agent(s)and attorney(s)-i n-fact,to make,execute,seal,and deliver during the period beginning with the date of issuance
' of this power and ending on the date specified below,unless sooner revoked for and on its behalf as surety,and as their act and deed:
Any and all bonds and undertakings
' EXCEPTION: NO AUTHORITY is granted to make, execute,seal and deliver any bond or undertaking which guarantees the payment or
collection of any promissory note,check,draft or letter of credit.
' This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit
of authority as set forth herein.
This appointment may be revoked at any time by the Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply
to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in
Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31,2001
1 This Power of Attomey is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company
on February 23, 1988 at Chicago, Illinois,true and accurate copies of which are hereinafter set forth and are hereby certified to by t;-,e
undersigned Secretary as being in full force and effect:
' "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with
the Secretary,or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,and to authorize them to execute on
behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings, recognizances, contracts of indemnity and
other writings,obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive
Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988:
"VOTED,That the signature of the Chairman of the Board,the President,any Vice President,or their appointees designated in writing and filed
' with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications by the Secretary,may be affixed by facsimile
on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23,
1988 and any such power so executed,sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to
be valid and binding upon the Company."
' In Testimony Whereof,the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers,
this July 7,2000.
' Attested and Certified: Lumbermens Mutual Casualty Company
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company
1 Asp A e _^ Cpg'MTE t y Al11WI101E c
3QA� CANPONA710A
6 tlq� -1 6
i°Wy \\\tom <�41 6r�
' Robert P.Harries,Secretary by J. S.Kemper, III, Exec.Vice President
CITY OF RENTON
' FAIR PRACTICES POLICY
ba
AFFIDAVIT OF COMPLIANCE
' ROBISON CONSTRUCTION, INC. hereby confirms and
declares that
(Name of contractor/subcontractor/consultant/supplier)
1. It is the policy of Robison Construction, Inc. to
offer equal
' (Name of contractor/subcontractor/consultant/supplier)
opportunity to all qualified employees and applicants for employment
' without regard to the race, creed, color, sex, national origin, age, disability
or veteran status.
' II. Robison Construction Inc. complies with all
applicable
(Name of contractor/subcontractor/consaltant/supplier)
federal, state and local laws governing non-discrimination in employment.
11. When applicable, Robison Construction, Inc. will
seek out and
(Name of contractor/subcontractor/consultant/supplier)
negotiate with minority and women contractors for the award of subcontracts.
Andrew Albrecht
Print Agent/Representative's Name
cif/ pNST'gr President
,II�O�VO��•a,�'9� Print AgentlRepresentative's Title
' � tt`.2
�Cr 5 , „ n1
Agent/Representative's Signature
l N0. /) August 23, 2000
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant
' and/or supplier. Include or attach this document(s) with the contract.
Contracts other than Federal-Aid FHWA
CONTRACTS OTHER THAN FEDERAL-AID FHWA
' THIS AGREEMENT, made and entered into this day of 920 .
by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of
' Washington, hereinafter referred to as "CITY" and Robison Construction Inc. hereinafter
referred to as "CONTRACTOR."
WITNESSETH:
' 1 e Contractor shall within the time stipulated, to-wit: within one-hundred-eighty 180
P � < � h' [ l
orking days from date of commencement hereof as required by the Contract, of which
this agreement is a component part) perform all the work and services required to be
performed, and provide and furnish all_,of.the labor, materials,`appliances, machines,
tools, equipment, utility and transportation services necessary to perform the Contract,'
,�. � ,. .
and shall complete the construction and installation work`in a workmanlike manner, in
connection with the City's ;Project identified as CAG-00-110 for improvement by
construction and installation of: Aberdeen Avenue NE Utility Improvements.
All the foregoing shall be timely performed, furnished, constructed, installed and
mpleted 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
md any other governmental authority having jurisdiction thereover. It is further agreed
' stipulated that all of said labor, materials, appliances, machines, tools, equipment and
le
&es shall be furnished and the construction installation performed and completed to
satisfaction and the approval of the City's Public Works Director as being in such
formity with the plans, specifications and all requirements of or arising under the
ntract.
2) aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing
f this agreement, consists of the following documents, all of which are component parts
f said Contract and as fully a part thereof as if herein set out in full, and if not attached,
' as if hereto attached.
a) This Agreement
b) Instruction to Bidders
' c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any .
' i) Technical Specifications, if any
' w:ABERDEENBIDSPEC/JDH
Contracts other than Federal-Aid FHWA
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
' extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for
the benefit of his creditors, or if a receiver shall be appointed on account of the
' Contractor's insolvency, or if he or any of his subcontractors should violate any of the
provisions of this Contract, the City may then serve written notice upon him and his
surety of its intention to terminate the Contract, and unless within ten (10) days after the
' serving of such notice, such violation or non-compliance of any provision of the Contract
shall cease and satisfactory arrangement for the correction thereof be made, this Contract,
shall, upon the expiration of said ten (10) day period, cease and terminate in every
' respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to
take over and perform the Contract, provided, however, that if the surety within fifteen
' 15 da s after the serving upon it of such notice of termination does not perform the
Contract or does not commence performance thereof within thirty (30)days from the date
of serving such notice, the City itself may take over the work under the Contract and
' prosecute the same to completion by Contract or by any other method it may deem
advisable, for the account and at the expense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages occasioned the City thereby. In
such event, the City, if it so elects, may, without liability for so doing, take possession of
and utilize in completing said Contract such materials, machinery, appliances, equipment,
plants and other properties belonging to the Contractor as may be on site of the project
' and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
' remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents,
representatives and employees harmless and to promptly indemnify same from and against
' any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
Contract to be performed hereunder, including loss of life, personal injury and/or damage
to property arising from or out of any occurrence, omission or activity upon, on or about
the premises worked upon or in any way relating to this Contract. This hold harmless
and indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the
performance of the Contract, including its use by the City, unless otherwise specifically
provided for in this Contract.
' In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor, then Contractor shall proceed and hold the City
' harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or r
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
' w: ERDEENBIDSPECIJDH
Contracts other than Federal-Aid FHWA
Ie
result from the concurrent negligence of (a) the Contractor's agents or employees and
the City, its agents, officers and employees, and involves those actions covered by
CW 4.24.115, this indemnity provision with respect to claims or suits based upon such
ncurrent negligence shall be valid and enforceable only to the extent of the Contractor's
gligence or the negligence of the Contractor's agents or employees.
b) Any notice from one party to the other party under the Contract shall be in writing and
hall be dated and signed by the party giving such notice or by its duly authorized
' epresentative of such party. Any such notice as heretofore specified shall be given by
rsonal delivery thereof or by depositing same in the .United States mail, postage
' repaid, certified or registered mail.
') 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
u
Contract not later than one-hundredighty [180] -working days from the date of.
commencement. For each and every working day of delay after the established day of
completion; it is hereby stipulated and agreed that the damages to the City occasioned by
' said delay'will be the sum of per Section 1-08.9 of Standard Specifications as liquidated
damages (and not as a penalty) for each such day, which shall be paid by the Contractor
to the City."
I 8 Neither the final certificate of Ym a ent not an provision in the Contract nor partial or
P Y
entire use of any installation provided for by this Contract shall relieve the Contractor of
' liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
' year from the date of final acceptance of the work, unless a longer period is specified.
The City will give notice of observed defects as heretofore specified with reasonable
promptness after discovery thereof, and Contractor shall be obligated to take immediate
' steps to correct and remedy any such defect, fault or breach at the sole cost and expense
of Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
' quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time
' to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful
performance of the Contract, including the payment of all persons and firms performing
' labor on the construction project under this Contract or furnishing materials in connection
with this Contract; said bond to be in the full amount of the Contract price as specified in
Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a
' surety in the State of Washington. `
' w:ABERDEENBIDSPEC/JDH
Contracts other than Federal-Aid FHWA
11) The total amount of this contract is the sum of $991,851.13
Nine hundred nine one thousand eight hundred fi one and 131100.
which includes Washington State Sales Tax. Payments will be made to Contractor as
specified in the "General Requirements" and this Contract Document.
' 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.
CO TOR CITY OF RENTON
•L�
Pr ident/ Andrew Albrecht Mayor
' ATTEST
Secretary Michael Kerby City Clerk
' dba Robison Construction, Inc.
Firm Name
chwk ow
Individual E3 Partnership Corporation Incorporated in 1977
' State o Was ington
I bN%
i n:
i�, If busine �n�is�� CORPORATION, name of the corporation should be listed in full and both
00*0 Secretary must sign the contract, OR if one signature is permitted by corporation
copy of the by-laws shall be furnished to the City and made a part of the contract
ti
o�ument.
' If usiness is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
(d ing 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.
' w: ERDEENBIDSPEC/M
08/38/00 14:40 FAA 253 859 5102 1 RCI CONSTRUCTION GROUP JIM DOYLE L0005/015
CM OF RENTON
' HUMAN RESOURCES & RISK MANACEU ENT DEPARTMENT _-
INSURANCE INFORMATION FORM
' CONTRACTOR/CONSULTANT: Robison
PROJECTN ? BER: CAG-00-110 STAFF CONTACT:
C=t fc=of in�+ran=ladtcafcs the cmft ages and Emits
spedfied in coatm� If�.explain b 6ow-. Yes ❑ No
is the Comm neW Genatal Liability policy form an
LSO 1993 ice Form or Egwtvalcat? Ly9 Yes O No
i
of no,anach a copy of the policy with required cavcragcs clearly identified)
' CG 0043 Amendatory Endorsement providcd?`A P Ycs ❑ No
CGL Gcar_r4 Aggregate provided on a%xx pro}ca basis(CG2503)7' 1 Yes ❑ No
Addidonal Ins ed warding provided?v F1 Yes ❑ NO
All coverage an a primary basis and non-couiri'bufmg bass?' P Yes ❑ No
Waiver of Subrogation Clause applies? 43 Yes ❑ No
Severabiliry of Inreccst Clause(Cross Liability)applis7 ff Yes ❑ No
Notice of Can=B2donlNan4tenewal amended to 45 days?` ® Yes ❑ No
' To be shown Orr certifrcare of Insurance
d Not r+equbvd if1SO Occurrence force is 1990 Or earlier;may also be as=mad under come=
AM BESVS RATING FOR CARRIER:
CGL A+ XV Auto A+XV Umb A+XV Professional
' This Quesdounaire is issued as'a matte?of infarmarioa This qucsxi0n=ixr i5 not an'n=ancc policy and
does not amend, Barad or aher the cavcm9c affarded by the policies indicated an the anachcd
CERTMCA'IS OF INSURANCE- -The criY OF VE2,rMN, at its option, shall obtain copies of the
' policies sud/or specific declaration pages FROM awarded bidder prier to ema>rion of aonuact.
WILLIS OF SEATTLE. INC.
Ageicy/Brokcr C ripieted By rl Print Name)
P O RnX ( IA20l -
Addr- s SEATTLE, WA 98124 Co;;Ic ed BY(SMON
iguahuz)
Name of pcs on to contact T ep e
' NOTE THIS QUEMONNAIREMUST BE COMPLETED AND A7TACHED TO GERTIF7CATE OF
INSURANCE FOR F1t C f 11NE OF COVERAGE
'SRS
08/18/00 14:41I FAX 253 833 j a l uc i
ATTACHMENT
' In consideration of the premium charged, it is hereby agreed and understood that Policy Number
KKO8400165 issued by ST. PAUL Insurance Company INCLUDES
' X&Sjdade the following terms and conditions as respects Contract Number CAG-00-110
issued by the City of Renton(OWNER).
1. ADI)r i ONAL INSURED. The OWNER, their elected or appointed officers, officials, employees,
' subcoosultants, 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. CONTIRIBUTION 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, subconsuttants or volunteers; or stand in an unbroken
' chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage_
In either event, any other insurance maintained by the OWNER, or any other insured, its elected
or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this
insurance and shall not contribute with it
3_ SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall
not a the rights of any Insured as respects any claim, suit or judgment made or brought by or
fbr any other Insured or by or for any employee of any other Insured. This policy shall protect
each nsured 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. CANdELLATION 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 CONSULTANT.
' 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.
I 8-21- O DONALD W. BACIC
Date Authorized Representative
:hrv" )Tva
Signature
H_forms/cnvrmtal/cnvi[pol/bh
Page 2 of 5
i .
1
Willis
' August 21, 2000 Willis of Seattle,Inc.
1 701 Frfth Avenue
4200 Columbia Center
City of Renton, Planning/Building/Public Works 4200 olumbia
x 34201
1055 South Grady Way
1 24)
Renton, WA 98055 Seale,WA(Zip Seattle.
WA 98104
Telephone 206-386-7400
1 Fax 206-386-7960
1 Dear Certificate Holder :
' Enclosed is the Certificate of Insurance issued on behalf of
Robison Construction, Inc.
1 Should you have any questions please feel free to' call .
' Sincerely yours,
1 Wi]�lis of Seattl , Inc.
' Enclosure
cc: Robison Construction, Inc.
St. Paul Fire and Marine Insurance Company
' Federal Insurance Company
1
i
1
1
- DATE(MM/DDJYY)
ACORDn C L1" ]CATE OF LIABILITY INSURANCE PAGE 1 OF 21-AUG_2000
PRODUCER 91648 THIS CERTIFICATE IS ISSUED AS A MATTER C.F INFORMATION
Willis of Seattle,Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P.0.Box 34201 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
701 Fifth Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
4200 Columbia Center COMPANIES AFFORDING COVERAGE
Seattle WA 98I124 24767-001 (SEAT)
(206)386-7400 COMPANY St.Paul Fire and Marine Insurance Company
Monica Tangeman A
INSURED COMPANY Fl0281 I (SEAT)
Federal Insurance Company
B
Robison Construction,Inc. COMPANY
C
P.0. Box 1730
Sumner WA 98390 COMPANY
D
CAte' ... .......................
t311E)3
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTA TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MMIDDNY)
A GENERAL LIABILITY KKO8400165 3"EP-1999 30-SEP-2000 GENERALAGGREGATE $ 2,000.000
X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP OP AGG $ 2,000.000
I CLAIMS MADE a OCCUR PERSONAL&ADV INJURY $ 1.000.000
OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,0 0 0,O O O
X WA Stop Gap FIRE An one fire $ 55.000
X Per Project Aggregate MEDEXP An one person) 5,000
' A AUTOMOBILE LIABILITY KK08400165 30-SEP-1999 30-SEP-2000 1,000.000
COMBINED SINGLE LIMIT $
X ANY AUTO
ALL OWNED AUTOS BODILY INJURY $
I (Per person)
SCHEDULED AUTOS
' X HIRED AUTOS BODILY INJURY $
(Per accident)
X NON-OWNED AUTOS i
PROPERTY DAMAGE $ i
' GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT $
tAGGREGATE
B EXCESS LIABILITY 79664440 30-SEP-1999 30-SEP-2000 EACH OCCURRENCE $ 1,000.000
UMBRELLA FORM AGGREGATE $ 1,000.000
X
' OTHER THAN UMBRELLA FORM
WC STATU- OTHER
-
WORKERS COMPENSATION AND To
RY LIMITS
EMPLOYERS'LIABILITY EL EACH ACCIDENT $
THE PROPRIETOR) EL DISEASE-POUCY LIMIT $
' PARTNERSJEXECUTIVE INCL
OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE
OTHER
I
IDESCRIPTION OF OPERATIONSILOCAnONSIVEHK;LES(SPECIAL ITEMS
SEE ATTACHED
....
1oxsalG3atrartS�rrt+r > >::.
' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL
. 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
' City of Renton,Planning/Building/Public Works BSX XAMIDALXM71Kg1KXXJCWN6X1WSKXI2XM99MB lf 0KONKOC�A 7rKkX1"K�1XtN<XX
1055 South Grady Way MKXXIOYX)MNDXXWOWX=gx x m(XAOIISNIC9 xlmx XX
Renton WA 98055 AUTRRED REPRESENTATIVE
............ .. ... .. Ova/i.�!/1�.'
' A0QHMCORPORA"11 )N 1988
AtcEtfi 2 .5Woo _ :...: AIPRIMARY
E DATE
Willis CERTIFICATE OF INSURANCE ��, z of Issu21 AUIG 20000
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
91648
INSURED PRODUCER
Willis of Seattle, Inc.
P.O.Box 34201
701 Fifth Avenue
Robison Construction,Inc. 4200 Columbia Center
P.O. Box 1730 Seattle WA 98124
Sumner WA 98390 (206)386-7400
Monica Tangeman
BRAS... .. :..... ::>::»::::»<::::::::.::>:.>::>::>::»::>::»::>:::<:>::>::>::>::>:::
eERTIFICATE
IS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
DICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
CLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TYPE OF INSURAN E POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMfrS
DATE MM D DATE MM DD
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
The Certificate Holder is added as Additional Insured as respects operations
performed by or on behalf of the Named Insured, but only insofar as coverage
is provided therefore in the afore captioned policies and as required by
written contract .
This insurance is Primary and Noncontributing , with any insurance maintained
by the Certificate Holder ( and those others as required by contract) being
excess .
RE: Project No_ CAG-00- 110 - Aberdeen Avenue HE - Utility Improvements
Job #70
SEE ATTACHMENT
I
<.:
CINCELtA?ICIN..................................:.::............_:.:.:::.::::::::::::::.:
3TIFlCAfE.HD ::::.:::::::::::::.::::::............:::;:<:::::::::.;:.;:.:;.;:.:;:.;:.;:.;;:.;:;;:.;:.;:.;:.;:.;:.;:.;:.;:;.;:-;;:.;:........... .............................................................................
' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL%(%MXAX1W)r6 MAIL
45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,-
City of Renton,Planning/Building/Public Works 0PXE()fAKXrL"Q*WkXKKnN*XKrXVDU(DOX)H5M7(Jtft00KUDPA9)NCXXELCKOAMJ17tKXX
1055 South Grady Way
Renton WA 98055 A ORQED REPRESENTATIVE
.. .. .. ..:.;;::.:;.:.::;
witi i < 31,Ut t t Pia any....
i
� PREVAILING MINIMUM
' HOURLY WAGE RATES
RATES. C\
BENEFIT CODE KEY-EFFECTIVE 03-02-00
r♦srsastsasassttrsataaassatstaasaaarssasrsaaassssaarraaaaaaaaaassrasasssssasaaaaasstarrsaaasaassaaaaaaararssaaasaaaaaaaa
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
1 AND ONE-HALFE.
A TIMES THE HOURLY RATE OF WAG
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
1 C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID
AT ZONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TAMES 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 TAMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CO TTIONS)SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE HALF
R :S THE HOURLY RATE OF WAGE.
HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE.
S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON
HO IDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TAMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS
=0�
E PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. RS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TAMES THE HOURLY
RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-02-00
-2-
1. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE-
HALF TDAES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE 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 TRvIES 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 FIGHT(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 TIDIES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
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, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
BENEFIT CODE KEY-EFFECTIVE 03-02-00
-3-
5. H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(6).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. P HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
I D MEMORIALAFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS.
U. P HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY,AND A DAY OF THE EMPLOYEES CHOICE(7).
V. P HOLIDAYS: SD{(6)PAID HOLIDAYS.
W. P HOLIDAYS: NINE(9)PAID HOLIDAYS.
1 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 CHRIM MAS 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, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CMUMMAS DAY(9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE
DAY AFTER CHRISTMAS DAY(9).
H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING M DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8)
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY.
BENEFIT CODE KEY-EFFECTIVE 03-02-00
-4-
6. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING,JR DAY; WASHINGTONS BIRTHDAY; MEMORIAL
DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND
CHRISTMAS DAY(8).
S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8).
T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY
BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, DAY BEFORE ,
INDEPENDENCE DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER
THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(10).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL.DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEES BIRTHDAY, ,
AND ONE DAY OF THE EMPLOYEE'S CHOICE(10).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, ,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY,DAY BEFORE CHRISTMAS DAY(10).
X_ PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEES BIRTHDAY(I I).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET ,
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET '
OVER 150'TO 200'-S2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR
E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB
HEADQUARTERS AND WORKING A MINIMUM OF FOUR(4)HOURS IN ANY ONE (1)DAY SHALL RECEIVE A WAGE
SUPPLEMENT OF TWENTY-FOUR DOLLARS($24.00)IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND
FRINGE BENEFITS.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B:$0.50, AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A &B: $1.00,
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL
B:$0.75,LEVEL C:$0.50, AND LEVEL D:$025.
r
r
STAT[0^
O �
2
S =
O
O
,yl U!a�
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
PREVAILING WAGE
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
(360) 902-5335 FAX (360) 902-5300
* * * NOTICE * * *
The Washington State Supreme Court ruled in Everett Concrete v. Department of
Labor and Industries that workers employed in the fabrication or manufacture of
items specifically produced for public works projects are covered under Chapter
39.12 RCW. The law establishes that the applicable prevailing wages which must
be paid to laborers, workers and mechanics are the wages that have been
1 established for the county in which the actual physical work is performed.
Because the fabrication or manufacture is performed off-site, this may not be the
same county in which the job site is located.
Because contract awarding agencies must include the prevailing wages in their
contract or bid specifications for all potential bidders, the off-site wages for every
county in the state must be included. This insures that manufacturers located in
other counties will be provided with the wages that apply to them.
The following is a list of work that may include the fabrication or manufacture of
items produced specifically for a public works project. This list is not intended to
' include standard items that are always available and may be purchased on the
general market. Questions regarding whether the production of a specific item is
covered should be directed to the office of the Industrial Statistician.
Cabinet, Sash, Door and Furniture Making (wood)
Fabricated Precast Concrete Products (Structural, Architectural and Utility
concrete)
Industrial Engine and Machine Mechanics
Metal Fabrication (in-shop) - (Ironworkers, Boilermakers)
Modular Buildings (Including customized prefabricated housing)
Sheet Metal Work (Air ducts, ventilation systems, except round flex hose)
Sign Making and Installation (Electrical and non-electrical)
o��
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
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.
CABINET MAKERS (IN SHOP)
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
ADAMS,ASOTIN, BENTON, CHELAN, COLUMBIA,DOUGLAS, FERRY, FRANKLIN,GARFIELD, GRANT,
KITTITAS, LINCOLN,OKANOGAN, PEND OREILLE,STEVENS,WALLA WALLA,WHITMAN AND YAKIMA
JOURNEY LEVEL $8.45 ,
Counties Covered:
CLALLAM,CLARK,COWLITZ,GRAYS HARBOR,ISLAND,JEFFERSON, KITSAP, KLICKITAT, LEWIS,
MASON, PACIFIC,SAN JUAN,SKAGIT,SKAMANI .,SNOHOMISH,THURSTON,WAHKIAKUM AND
WHATCOM
JOURNEY LEVEL $13.12 1 ,
Counties Covered:
KING
JOURNEY LEVEL $11.71 1
Counties Covered:
PIERCE
JOURNEY LEVEL $11.69
Counties Covered:
SPOKANE
JOURNEY LEVEL $9.72 1 '
I
State of Washington
Department of Labor and Industries
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
' Washington State Prevailing Wage Rates
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.
1 FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
ADAMS,ASOTIN, BENTON, COLUMBIA,DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN
ALL CLASSIFICATIONS $9.96 1
Counties Covered:
CHELAN, KITTITAS, KLICKITAT AND SKAMANIA
ALL CLASSIFICATIONS $8.61 1
Counties Covered:
CLALLAM,CLARK, COWLITZ, GRAYS HARBOR,ISLAND,JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC,
SAN JUAN,SKAGIT,SNOHOMISH,THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS $13.50 1
Counties Covered:
KING
ARCHITECTURAL AND PRESTRESSED CONCRETE-All $10.20 1
Classifications
ALL OTHER CONCRETE PRODUCTS-Carpenter $18_77 1B 6S
ALL OTHER CONCRETE PRODUCTS-Gean-up $17_99 1B 6S
ALL OTHER CONCRETE PRODUCTS-Fabricator $18.24 1B 6S
' ALL OTHER CONCRETE PRODUCTS-Gunite $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 1B 6S
ALL OTHER CONCRETE PRODUCTS-Operator $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS-Welder $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.99 1B 6S
ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.99 1B 6S
Counties Covered:
1 PIERCE
ALL CLASSIFIC7 ONS $8.00 1
Counties Covered:
SPOKANE
LABORER $6.50 1
MACHINE OPERATOR $10.33 1
r
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over ,
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered: ,
WHATCOM
CARPENTER $11.43
CONCRETE FINISHER $12.53
LABORER $8.43
REBAR $14.60 �
Counties Covered:
YAKIMA
CRAFTSMAN $8.65
LABORER $6.50
PRODUCTION WORKER $7.15
1
State of Washington
Department of Labor and Industries
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
Washington State Prevailing Wage Rates
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.
INDUSTRIAL ENGINE AND MACHINE MECHANICS
EFFECTIVE 03-02-00
(See Benefit Code Key)
' Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
lift
Counties Covered:
ADAMS,ASOTIN, BENTON, CHELAN,CLALLAM,CLARK,COLUMBIA, COWLITZ,DOUGLAS,FERRY,
FRANKLIN, GARFIELD,GRANT,GRAYS HARBOR, ISLAND,JEFFERSON,KING,KITSAP, KITTITAS,
KLICKITAT, LEWIS,
LINCOLN, MASON,OKANOGAN, PACIFIC,PEND OREILLE,PIERCE, SAN JUAN,SKAGIT,SKAMANIA,
SNOHOMISH, SPOKANE,STEVENS,THURSTON,WAHKIAKUM,WALLA WALLA,WHATCOM,WHITMAN,
AND YAKIMA
MECHANIC $15.65
r
State of Washington
Department of Labor and Industries
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
Washington State Prevailing Wage Rates
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.
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-00
♦eyt
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
ADAMS,ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS, LINCOLN,
OKANOGAN, PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN
FITTERM/ELDER $12.76 1 ,
LABORER $8.13 1
MACHINE OPERATOR $12.66 1
PAINTER $10.20 1
Counties Covered:
BENTON ,
LABORER $7.06 1
MACHINE OPERATOR $10.53 1
PAINTER $9.76 1 ,
WELDER $16.70
Counties Covered:
CHELAN
FITTER $15.04 1
LABORER $8.77 1
MACHINE OPERATOR $9.71 1
PAINTER $9.93 1
WELDER $12.24 1 '
Counties Covered:
CLALLAM, GRAYS HARBOR, ISLAND,JEFFERSON, LEWIS,MASON,PACIFIC,SAN JUAN AND SKAGIT
FITTERMIELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
Counties Covered:
CLARK
FITTER $21.20 1.1 6U '
LABORER $15.40 11 6U
LAYEROUT $21.53 11 6U
MACHINE OPERATOR $15.87 11 61-1
PAINTER $18.31 11 6U
WELDER $20.71 1.1 6U '
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
COWLITZ
FITTER $21.62 1B 6V
LABORER $16.76 1B 6V
MACHINE OPERATOR $21.62 18 6V
WELDER $21.62 1B 6V
Counties Covered:
GRANT
FITTERNVELDER $10.79 1
PAINTER $7.45 1
Counties Covered:
KING
FITTER $15.86 1
1 LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
Counties Covered:
KITSAP
FITTER $26.96 1
LABORER $6.50 1
MACHINE OPERATOR $13.83 1
WELDER $13.83 1
Counties Covered:
KLICKITAT, SKAMANIA AND WAHKIAKUM
FITTERMIELDER $16.99 1
LABORER $10.44 1
MACHINE OPERATOR $17.21 1
PAINTER $17.03 1
Counties Covered:
PIERCE
FITTER $15.25 1
LABORER $9.25 1
MACHINE OPERATOR $13.98 1
WELDER $13.98 1
Counties Covered:
SNOHOMISH
FITTER/WELDER $15.38 1
LABORER $9.79 1
MACHINE OPERATOR $8.84 1
PAINTER $9.98 1
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered: ,
SPOKANE
FITTER $12.59
LABORER $7.98
MACHINE OPERATOR $13.26
PAINTER $10.27 ,
WELDER $10.80
Counties Covered:
THURSTON ,
FITTER $20.19 1R 6T
LABORER $10.94 1R 6T
LAYEROUT $22.03 1R 6T i
MACHINE OPERATOR $14.64 1R 6T
WELDER $18.33 1R 6T
Counties Covered:
WHATCOM
FITTER/WELDER $13.81 '
LABORER $9.00
MACHINE OPERATOR $13.81
Counties Covered: ,
YAKIMA
FITTER $12.00
LABORER $10.31
MACHINE OPERATOR $11.32
PAINTER $12.00
WELDER $11.32 1
1
i
1
' 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
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.
SHEET METAL WORKERS
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
ADAMS,ASOTIN, CHELAN, DOUGLAS, FERRY,GRANT, LINCOLN, OKANOGAN, PEND OREILLE,
SPOKANE, STEVENS AND WHITMAN
JOURNEY LEVEL $29.85 1B 5A
Counties Covered:
BENTON,COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, KLICKITAT,WALLA WALLA AND YAKIMA
JOURNEY LEVEL .3152
$ 1B 5A
Counties Covered:
CLALLAM, ISLAND,KING, KITSAP AND SNOHOMISH
JOURNEY LEVEL $36.13 1.1 6L
Counties Covered:
CLARK AND SKAMANIA
' JOURNEY LEVEL $34.30 1B 5A
Counties Covered:
COWLITZ,GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE,THURSTON AND WAHKIAKUM
JOURNEY LEVEL $35.83 1J 6L
Counties Covered:
JEFFERSON
JOURNEY LEVEL $33.53 1
Counties Covered:
SAN JUAN,SKAGIT AND WHATCOM
JOURNEY LEVEL $32.15 1J 6L
State of Washington '
Department of Labor and Industries
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
Washington State Prevailing Wage Rates
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.
SIGN MAKERS & INSTALLERS (ELECTRICAL)
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered: ,
ADAMS, FERRY, LINCOLN, PEND OREILLE,SPOKANE,STEVENS,WHITMAN
JOURNEY LEVEL $13.91 1R 5A '
Counties Covered:
CLALLAM,JEFFERSON,KING AND KITSAP
JOURNEY LEVEL $19.29 1
STOCK PERSON $10.39 1
Counties Covered:
CLARK,KLICKITAT AND SKAMANIA
JOURNEY LEVEL $16.83 1R 5A ,
Counties Covered:
COWLITZ AND WAHKIAKUM
JOURNEY LEVEL $16.88 1
Counties Covered:
GRAYS HARBOR, LEWIS, MASON, PACIFIC,PIERCE AND THURSTON ,
JOURNEY LEVEL $18 04 1
Counties Covered:
ISLAND,SKAGIT,SNOHOMISH AND WHATCOM
JOURNEY LEVEL $16.03 1 ,
STOCK PERSON $8.69 1
Counties Covered:
SAN JUAN
JOURNEY LEVEL $9.75 1R
' 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
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.
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
ADAMS, FERRY, LINCOLN,PEND OREILLE, SPOKANE, STEVENS,WHITMAN
JOURNEY LEVEL $13.91 1
Counties Covered:
ASOTIN, BENTON, CHELAN, COLUMBIA,DOUGLAS, FRANKLIN,GARFIELD, GRANT, KITTITAS,
1 OKANOGAN,WALLA WALLA AND YAKIMA
JOURNEY LEVEL $14.65 1
' Counties Covered:
CLALLAM, ISLAND AND JEFFERSON
JOURNEY LEVEL $12 15 1
Counties Covered:
CLARK, KLICKITAT AND SKAMANIA
' SHEET METAL WORKER $16.83 1R 5A
SIGN PAINTER $16.83 1R 5A
Counties Covered:
COWLITZ AND WAHKIAKUM
INSTALLER $16.74 1
SHEET METAL WORKER $16.13 1
SIGN PAINTER $17 34 1
Counties Covered:
GRAYS HARBOR, KITSAP, LEWIS, MASON,PACIFIC, PIERCE AND THURSTON
SIGN HANGER $18 04 1
. SIGN PAINTER $20.80 1
Counties Covered:
KING
CONSTRUCTION $18.05 1
CONSTRUCTION'B" $10.33 1
1 PRODUCTION SILK SCREENER $10.24 1
SHOP PERSON $7 41 1
SIGN HANGER $18.05 1
SIGN PAINTER $20 81 1
SILK SCREENER $14.58 1
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
EFFECTIVE 03-02-00
(See Benefit Code Key) ,
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
SAN JUAN
JOURNEY LEVEL $9.75
Counties Covered:
SKAGIT, SNOHOMISH AND WHATCOM
JOURNEY LEVEL $16.03
r
i
t
' 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
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.
BUILDING SERVICE EMPLOYEES
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
ADAMS,ASOTIN, BENTON, CHELAN,COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD,GRANT,
KITTITAS, KLICKITAT, LINCOLN,OKANOGAN, PEND OREILLE,SPOKANE,STEVENS,WALLA WALLA,
' WHITMAN AND YAKIMA
JANITOR $6.50 1
WAXER $6.50 1
WINDOW CLEANER $6.50 1
Counties Covered:
CLALLAM, GRAYS HARBOR,JEFFERSON,KITSAP, LEWIS,MASON, PACIFIC, PIERCE AND THURSTON
1 JANITOR $6.89 1B 5U
WAXER $7.30 1B 5U
WINDOW CLEANER $10.69 1B 5U
Counties Covered:
CLARK AND SKAMANIA
JANITOR . $7.62 1 5V
WAXER $9.53 1 5V
. WINDOW CLEANER $11.77 1 5V
Counties Covered:
COWLITZ AND WAHKIAKUM
JANITOR $6.50 1
WAXER $6.77 1 5W
WINDOW&RUG CLEANER $6.77 1 5W
Counties Covered:
ISLAND,SAN JUAN,SKAGIT AND WHATCOM
JANITOR $6.50 1
WAXER $6.50 1
WINDOW CLEANER $6.50 1
Counties Covered:
KING
JANITOR $11.89 2F 5Q
TRAVELING WAXER/SHAMPOOER $12.31 2F 5Q
WINDOW CLEANER(NON-SCAFFOLD) $16.63 2F 50
WINDOW CLEANER(SCAFFOLD) $17.63 2F 50
Page 1
BUILDING SERVICE EMPLOYEES
EFFECTIVE 03-02-00
(See Benefit Code Key)
Over 1
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered: ,
SNOHOMISH
JANITOR $6.50 i
WAXER $6.50
WINDOW CLEANER $6.50
1
i
1
1
1
1
1
1
1
1
Page 2 '
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
iWashington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects,workers'wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03-02-00
..w.+r,r«,r*,.*it,t,rr.wtr,rs,.,r**+t.inr,r,.****,ri.«�.�r+,►,r+r+,rk,r*,r,r**,r,rr,rr.r*,.t ter,tr,t+,r.,rrr+,r,r,tt*,r,.,.t.,.�,r,.,.***,rtt,r,rr.**rtrir..*
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $27.43 1 M 5D
BOILERMAKERS
1 JOURNEY LEVEL $34.83 1 B 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $32.77 1H 5A
1 CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $11.71 1
CARPENTERS
ACOUSTICAL WORKER $32.03 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $31.87 1M 5D
CARPENTER $31.87 1M 5D
CREOSOTED MATERIAL $31.97 1M 5D
DRYWALL APPLICATOR $31.87 1M 5D
FLOOR FINISHER $32.00 1M 5D
FLOOR LAYER $32.00 1M 5D
FLOOR SANDER $32.00 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $32.87 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $32.07 1M 5D
SAWFILER $32.00 1M 5D
SHINGLER $32.00 1M 5D
STATIONARY POWER SAW OPERATOR $32.00 1M 5D
STATIONARY WOODWORKING TOOLS $32.00 1M 5D
CEMENT MASONS
JOURNEY LEVEL $32.80 1M 5D
DIVERS&TENDERS
DIVER $69.34 1M 5D SA
DIVER TENDER $34.38 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $32.57 1T 5D 8L
ASSISTANT MATE(DECKHAND) $32.13 1T 5D 8L
BOATMEN $32.57 1T 5D 8L
ENGINEER WELDER $32.62 1T 5D 8L
LEVERMAN,HYDRAULIC $34.01 1T 5D 8L
MAINTENANCE $32.13 1T 5D 8L
MATES $32.57 1T 5D 8L
OILER $32.23 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $32.03 1 J 5A
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9.37 1J 5A
ELECTRICIANS-INSIDE
CABLE SPLICER $40.82 1J 6H
Pagel
KING COUNTY '
Effective 03-02-00
art.rt�.,t,t*rt�tt*ntt+rt*t+***,r,t.,rr«,rr�.t**+-r ftt+,t**«tit.ftt+++,t,tint,rr,rttnt++ftt****,t*,t,kt***,r:tirir♦..*+.,r.�+r�.+.t.+f**r,r
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code '
CABLE SPLICER(TUNNEL) $56.15 1.1 6H
CERTIFIED WELDER $39.32 1.1 6H
CERTIFIED WELDER(TUNNEL) $53.97 11 6H
CONSTRUCTION STOCK PERSON $20.90 1.1 6H
JOURNEY LEVEL $37.83 11 6H
JOURNEY LEVEL(TUNNEL) $51.77 11 6H
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $37.40 4A 5A 8E
CERTIFIED LINE WELDER $34.40 4A 5A 8E
GROUNDPERSON $24.56 4A 5A 8E '
HEAD GROUNDPERSON $25.82 4A 5A 8E
HEAVY LINE EQUIPMENT OPERATOR $34.40 4A 5A 8E
JACKHAMMER OPERATOR $25.82 4A 5A 8E
JOURNEY LEVEL LINEPERSON $34.40 4A 5A 8E ,
LINE EQUIPMENT OPERATOR $28.85 4A 5A 8E
POLE SPRAYER $34.40 4A 5A 8E
POWDERPERSON $25.82 4A 5A 8E
ELECTRONIC 3 TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
CONSTRUCTOR $29.42 4A 61
MECHANIC $39.76 4A 61
MECHANIC IN CHARGE $43.90 4A 61
PROBATIONARY CONSTRUCTOR $15.35 4A 61 '
FABRICATED PRECAST CONCRETE PRODUCTS
ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $10.20 1
ALL OTHER CONCRETE PRODUCTS-Carpenter $18.77 1B 6S
ALL OTHER CONCRETE PRODUCTS-Clean-up $17.99 1B 6S '
ALL OTHER CONCRETE PRODUCTS-Fabricator $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS-Gunite $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 113 6S
ALL OTHER CONCRETE PRODUCTS-Operator $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS-Welder $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.99 1B 6S '
ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.99 1B 6S
FENCE ERECTORS
FENCE ERECTOR $13.80 1
FENCE LABORER $11.60 1 ,
FLAGGERS
JOURNEY LEVEL $22.75 1M 5D
GLAZIERS
JOURNEY LEVEL $3221 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $33.33 1 F 5C
HEATING EQUIPMENT MECHANICS
MECHANIC $18.45 11.1 5A
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07 1
Page 2
KING COUNTY
Effective 03-02-00
rr,irt.w.f**twt,r*rt�rrt,rt,�rir,r.i.*,►***,r+tr,rws�.+**+�w*,t�,rtxyr«tr.,►rrtrrr,r**�+r**+►«+r+r*.,rw,r**«tt*,r.t+,r�
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INLAND BOATMEN
DECKHAND $24.59 1 K 5D
ENGINEER-DECKHAND $26.56 1K 5D
OPERATOR $27.50 1 K 5D
INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR,FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $6.50 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $28.77 1M 5D
' IRONWORKERS
JOURNEY LEVEL $34.47 1B 5A
LABORERS
ASPHALT RAKER $27.91 1 M 5D
BALLAST REGULATOR MACHINE $27.43 1M 5D
BATCH WEIGHMAN $22.75 1M 5D
CARPENTER TENDER $27.43 1M 5D
CASSION WORKER $2827 1M 5D
CEMENT DUMPER/PAVING $27.91 1M 5D
CEMENT FINISHER TENDER $27.43 1M 5D
' CHIPPING GUN(OVER 30 LBS) $27.91 1M 5D
CHIPPING GUN(UNDER 30 LBS) $27.43 1M 5D
CHUCK TENDER $27.43 1 M 5D
CLEAN-UP LABORER $27.43 1M 5D
CONCRETE FORM STRIPPER $27.43 1M 5D
CONCRETE SAW OPERATOR $27.91 1M 5D
CRUSHER FEEDER $22.75 1M 5D
CURING LABORER $27.43 1M 5D
DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED MATERIALS) $27.43 1M 5D
DITCH DIGGER $27.43 1M 5D
DIVER $28.27 1M 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $27.91 1 M 5D
DRILL OPERATOR,AIRTRAC $28.27 1M 5D
DUMPMAN $27.43 1M 5D
' FALLERBUCKER,CHAIN SAW $27.91 1M 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $20.43 1M 5D
construction debris cleanup)
FINE GRADERS $27.43 1M 5D
FIRE WATCH $27.43 1M 5D
FORM SETTER $27.43 1M 5D
GABION BASKET BUILDER $27.43 1M 5D
GENERAL LABORER $27.43 1M 5D
GRADE CHECKER 8 TRANSIT PERSON $27.91 1M 5D
GRINDERS $27.43 1M 5D
GROUT MACHINE TENDER $27.43 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $28.27 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $27.91 1M 5D
HAZARDOUS WASTE WORKER LEVEL C $27.43 1M 5D
HIGH SCALER $28.27 1M 5D
HOD CARRIERRNORTARMAN $27.91 1M 5D
Page 3
KING COUNTY '
Effective 03-02-00
(See Benefit Code Key) ,
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
JACKHAMMER $27.91 1M 5D '
LASER BEAM OPERATOR $27.91 1M 5D
MINER $28.27 1M 5D '
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $27.91 1M 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE,
SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $27.91 1M 5D
PILOT CAR $22.75 1M 5D
PIPE RELINER(NOT INSERT TYPE) $27.91 1M 5D
PIPELAYER&CAULKER $27.91 1M 5D
PIPELAYER&CAULKER(LEAD) $28.27 1M 5D
PIPEWRAPPER $27.91 1M 5D
POTTENDER $27.43 1M 5D
POWDERMAN $28.27 1M 5D '
POWDERMAN HELPER $27.43 1M 5D
POWERJACKS $27.91 1 M 5D
RAILROAD SPIKE PULLER(POWER) $27.91 1M 5D
RE-TIMBERMAN $28.27 1M 5D
RIPRAP MAN $27.43 1M 5D
SIGNALMAN $27.43 1M 5D
SLOPER SPRAYMAN $27.43 1M 5D
SPREADER(GLARY POWER OR SIMILAR TYPES) $27.91 1M 5D
SPREADER(CONCRETE) $27.91 1M 5D
STAKE HOPPER $27.43 1M 5D ,
STOCKPILER $27.43 1M 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $27.91 1M 5D
TAMPER(MULTIPLE&SELF PROPELLED) $27.91 1M 5D
TOOLROOM MAN(AT JOB SITE) $27.43 1M 5D
TOPPER-TAILER $27.43 1M 5D
TRACK LABORER $27.43 1M 5D
TRACK LINER(POWER) $27.91 1M 5D
TUGGER OPERATOR $27.91 1M 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $27.43 1M 5D
VIBRATOR $27.91 1M 5D
WELDER $27.43 1M 5D
WELL-POINT LABORER $27.91 1M 5D
LABORERS-UNDERGROUND SEWER&WATER '
GENERALLABORER $27.43 1M 5D
PIPE LAYER $27.91 1M 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS '
JOURNEY LEVEL $32.05 1M 5D
MACHINISTS(HYDROELECTRIC SITE WORK)
MACHINIST $16.84 1 '
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1 '
PAINTER $11.10 1
WELDER $15.48 1
Page 4
' KING COUNTY
Effective 03-02-00
wir ***.r•*rtr***r,r*+,ry.s ,r*****r**,rr r r,r+r*tr* *air++�r rt+,rt +*,rr*irwrr r *i.�.r+,rrt«*#t,rt rrw,rt*
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $25.40 2B 5A
PLASTERERS
JOURNEY LEVEL $32.88 1 R 5A
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $40.91 1B 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $30.49 1T 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $32.95 1T 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $33.39 1T 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $33.89 1T 5D 8L
BACKHOES, (75 HP&UNDER) $32.59 1T 5D 8L
' BACKHOES, (OVER 75 HP) $32.95 1T 5D 8L
BARRIER MACHINE(ZIPPER) $32.95 1T 5D 8L
BATCH PLANT OPERATOR,CONCRETE $32.95 1T 5D 8L
BELT LOADERS(ELEVATING TYPE ) $32.59 1T 5D 8L
BOBCAT $30.49 1T 5D 8L
BROOMS $30.49 1T 5D 8L
BUMP CUTTER $32.95 1T 5D 8L
CABLEWAYS $33.39 1T 5D 8L
CHIPPER $32.95 1T 5D 8L
COMPRESSORS $30.49 1T 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $30.49 1T 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $32.95 1T 5D 8L
CONCRETE PUMPS $32.59 1T 5D 8L
' CONVEYORS $32.59 1T 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $32.59 1T 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $32.95 1T 5D 8L
CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING JIB $33.39 1T 5D 8L
WITH ATACHMENTS)
CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $33.89 1T 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $34.39 1T 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $30.49 1T 5D 8L
CRANES,A-FRAME,OVER 10 TON $32.59 1T 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $34.89 1T 5D 8L
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $32.95 1T 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $33.39 1T 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $33.89 1T 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $33.89 1T 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $34.39 1T 5D 8L
Page 5
KING COUNTY '
Effective 03-02-00
+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRUSHERS $32.95 1T 5D 8L '
DECK ENGINEER/DECK WINCHES(POWER) $32.95 1T 5D 8L
DERRICK,BUILDING $33.39 1T 5D 8L
DOZERS,D-9 8 UNDER $32.59 1T 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $32.59 1T 5D 8L
DRILLING MACHINE $32.95 1T 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $30.49 1T 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $32.59 1T 5D 8L
FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $32.95 1T 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $32.59 1T 5D 8L '
FORK LIFTS,(UNDER 3000 LBS) $30.49 1T 5D 8L
GRADE-ENGINEER $32.59 1T 5D 8L
GRADECHECKER AND STAKEMAN $30.49 1T 5D 8L '
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $32.59 1T 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $32.59 1T 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $32.95 1T 5D 8L
HYDRALIFTSBOOM TRUCKS(10 TON 8 UNDER) $30.49 1T 5D 8L '
HYDRALIFTSBOOM TRUCKS(OVER 10 TON) $32.59 1T 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $33.39 1T 5D 8L
LOADERS.OVERHEAD(8 YD 8 OVER) $33.89 1T 5D 8L '
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $32.95 1T 5D 8L
LOCOMOTIVES,ALL $32.95 1T 5D 8L
MECHANICS,ALL $32.95 1T 5D 8L
MIXERS,ASPHALT PLANT $32.95 1T 5D 8L ,
MOTOR PATROL GRADER(FINISHING) $32.95 1T 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $32.59 1T 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $33.39 1T 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $30.49 1T 5D 8L
OPERATOR
PAVEMENT BREAKER $30.49 1T 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $32.95 1T 5D 8L '
PLANT OILER(ASPHALT CRUSHER) $32.59 1T 5D 8L
POSTHOLE DIGGER,MECHANICAL $30.49 1T 5D 8L
POWER PLANT $30.49 1T 5D 8L '
PUMPS,WATER $30.49 1T 5D 8L
QUAD 9,D-10,AND HD-41 $33.39 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $33.39 1T 5D 8L
EQUIP ,
RIGGER AND BELLMAN $30.49 1T 5D 8L
ROLLAGON $33.39 1T 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $30.49 1T 5D 8L '
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $32.59 1T 5D 8L
ROTO-MILL,ROTO-GRINDER $32.95 1T 5D 8L
SAWS,CONCRETE $32.59 1T 5D 8L ,
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $32.95 1T 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $33.39 1T 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER) '
SCRAPERS,CONCRETE AND CARRY ALL $32.59 1T 5D 8L
SCREED MAN $32.95 1T 5D 8L
SHOTCRETE GUNITE $30.49 1T 5D 8L
SLIPFORM PAVERS $33.39 1T 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $32.95 1T 5D 8L
SUBGRADE TRIMMER $32.95 1T 5D 8L
Page 6 '
KING COUNTY
Effective 03-02-00
++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRACTORS,(75 HP&UNDER) $32.59 1T 5D 8L
TRACTORS,(OVER 75 HP) $32.95 1T 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $32.95 1T 5D 8L
' TRANSPORTERS,ALL TRACK OR TRUCK TYPE $33.39 1T 5D 8L
TRENCHING MACHINES $32.59 1T 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $32.59 1T 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $32.95 1T 5D 8L
WHEEL TRACTORS,FARMALL TYPE $30.49 1T 5D 8L
YO YO PAY DOZER $32.95 1T 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $28.00 4A 5A
' SPRAY PERSON $26.49 4A 5A
TREE EQUIPMENT OPERATOR $26.86 4A 5A
TREE TRIMMER $24.85 4A 5A
TREE TRIMMER GROUNDPERSON $18.08 4A 5A
' REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $38.86 1B 5A
' RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $19.25 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $24.74 1 B 5D
' RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $32.80 1 M 5D
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $22.18 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $15.21 1
' RESIDENTIAL GLAZIERS
JOURNEY LEVEL $22.84 2E 5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.59 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $7.96 1
RESIDENTIAL PAINTERS
' JOURNEY LEVEL $14.83 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $24.87 1 B 5A
RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS
JOURNEY LEVEL $38.86 1B 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL $24.25 11 5A
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $28.58 1 B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $15.37 1
ROOFERS
JOURNEY LEVEL $30.03 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $33.03 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL $36.13 11 6L
Page 7
KING COUNTY '
Effective 03-02-00
....t+�w...t,tir,r.,o-t,t,r.*,k*,r,r*.rr+,o-*,rr�..:«f,.,rr,t,r.,r**:***..*#w*.,►,r,.snr+anr..,rr+,r,r,.,r**:**,r,.++**.++.,r..�,r..,r....+.+*+,t,'
(See Benefit Code Key) '
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SIGN MAKERS&INSTALLERS(ELECTRICAL) '
JOURNEY LEVEL $19.29 1
STOCK PERSON $10.39 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) '
CONSTRUCTION $18.05 1
CONSTRUCTION'B' $10.33 1
PRODUCTION SILK SCREENER $10.24 1 '
SHOP PERSON $7.41 1
SIGN HANGER $18.05 1
SIGN PAINTER $20.81 1
SILK SCREENER $14.58 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $28.58 1 B 5A
SOLAR CONTROLS FOR WINDOWS ,
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $38.95 1B 5C ,
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1 '
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE '
CABLE SPLICER $23.34 2B 5A
HOLE DIGGER/GROUND PERSON $12.44 2B 5A
INSTALLER(REPAIRER) $22.32 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $21.61 2B 5A
SPECIAL APPARATUS INSTALLER 1 $23.34 2B 5A
SPECIAL APPARATUS INSTALLER II $22.84 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $23.34 2B 5A '
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $21.61 2B 5A
TELEVISION GROUND PERSON $11.73 2B 5A
TELEVISION LINEPERSON/INSTALLER $16.07 2B 5A '
TELEVISION SYSTEM TECHNICIAN $19.38 2B 5A
TELEVISION TECHNICIAN $17.30 2B 5A
TREE TRIMMER $21.61 2B 5A ,
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $30.98 1H 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $25.11 1H 5A '
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $25.48 1K 5A
TRUCK DRIVERS '
DUMP TRUCK $30.68 1T 5D 8L
DUMP TRUCK&TRAILER $31.26 1T 5D 8L
OTHER TRUCKS $31.26 1T 5D 8L '
TRANSIT MIXER $26.46 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1 '
WELL DRILLER $17.68 1
Page 8
COKUMUK of Labor and ln&nuv-s STATEMENT ur• INTENT
wa=e - TO PASS PREVAILING WAGES
44540
4ym*WA 9&504-45Q F-ubJic Works Contract
THIS FORM MUST BE TYPED ORPRINTED IN INK smoo Filing Fee Required
.� ' ?f rd• •d y � UJUA2vQ.
on bade of form Pnojoet Nona
L ZZ bold numbers msttfi inwuctionf 2
mama m,aaitiaan of to"Aft t"b tr-@AV tales Its Isr tits Oct teoalraa yvX10mR
Coerraet AwasdisLg A =CY
' LL°FORMS:IMLL BE MAILED 70 THIS ADDRESS::
O'priarion tam.add=enty.sate&•Y!P+4 Address
City Sate 2U+4
.................................._..
? _............. Comty wbene w•oct will be pafoanod Crty wbene wadk will be pc:focmod
Bid doe date
...............................................
Due oeotract awatdod
l
UI Contr.Itegistrasion No.• Do you ird"d w use anb000aaccars? Do you intend tome apptea�ti—eeyct
contractor Yes [D No (� Y. V No
Indicate total dollar asaotsnt of your Contact —00—
Rate of Rue of Hourly 6 Estimated Number
Craft rsdabc m 4 Hotuiy Pay 5 Fsimge Benefits of w0d=
ti.. .0
.
WIN-ti:+
2.A'ri�.tar,,{i^.;;:N�:¢o} .y.^7•:L°'-".Z
%<M off;:
Yfes y G0.;.•
f[y{�.'<+.v.}-;::yrof.•%+k%<.w:<•:`fii•:.:k�::.+r� )...iwc'i:
Company name
I hereby certify that the above kd0c um is cant and thatII w•aosrea I $
empta+y on this Public wodks Project win be Paid no'Ica thin the PrevasYin6
Wage Raids)as detriood by the Iadtotrid Suusncraa of the Deparuneat Addstxs
Of Labor and Irduanies•I undemand that contractors Wbo viatate Pre-mitt
wage Laws,i.e..inomroa elsssi6c>:ioa/seoPc of w0
6 of wodkcm ia7prOQCr State ZIP+4
paygnom of paevstTM wages.Cw-,are mbjoa to fines and/or deban n—and
.M be a q&md p pay sal,track wages doe to wedkea. RCW 3912.050
NOTARY: complete all 4 copies and notarize each L&I Comtr. ssxrasiose No.
Phase umber
Subscribed and swum to before the this lose1'1��jy ca:urtsssion aspires on
Signature Title
Notary Public in and for the State
Of
Aaau=
Signature Chock Number-
Ismod By:
For L6�[Use Onl
APPROVED: Department of Labor and Industries
Fr L,u
Mew s—
u.<a.b
BY
Coa
foo�
wy�m�el Yarn a P�7' 69l
Di.a+l+�r+ar WYt-A.�.ed"Aa�7 �7-LA' ISek;PiP� t aoor Uald�od-Snboa 'r
INSTRUCTIONS TO COMPLETE THE
STATEMENT OF INTENT TO PAY PREVAILING WAGES
Incomplete forms cannot be processed and will be returned without approval. '
This form must by TYPED OR PRINTED IN INK,completed In its entirety,and all 4 copies submitted with the processing fee of$25.00 to:
Note: Please fold in thirds '
using marks along the left edge
so the address will show in a
window envelope. '
MANAGEMENT SERVICES i
DEPARTMENT OF LABOR AND INDUSTRIES
PO BOX 44835
OLYMPIA.WA 98504-4835 ,
Appro(ral of this intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of
—labor used by the oontractor/subcontractor. After the Industrial Statistician has approved the Statement of Intent to Pay Prevailing Wages,the ,
department will return 3 copies to the organization,kidicated on the form.-Please cal'(360)902-5335 if you have questions.
NOTE: Please do not submit this form to our office H the"Awarding Agency"Is a federal entity.
Complete the form as follows: NOTE: Numbers on Instructions match large bold numbers on front of form. ,
1. The company name and address to which your forms should be mailed.
2. Project Name-The name of the project
Contract Number-This is the number of the contract between the awarding agency and the prime contractor
Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor.
Address,City,State,ZIP+4-This is the address of the contract awarding agency. ,
County where work was performed-This is the county In which the actual work will be performed.
City where work was performed-This is the city in which the work will be performed. If the work will be performed outside the limits of any
city,write'Na'in this space
Bid Due Date-This is the date that the bids from prime contractors were due for submission to the contract awarding agency.(month/day/year)
Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. (month/day/year)
Prime Contractor-This is the company that signed the contract with the contract awarding agency.
Do you Intend to use subcontractors?-Indicate"Yes"or'No".
Do you Intend to use apprentices?-Indicate"Yes'or"No'. If"Yes",please see Note at the bottom of this page.
NOTE: Wages are rigid to the'&d Due Date";if the I)ate Contract Awarded'Is six months or more after the bid due date,wages will be based on that award date.
3. List each craft/tra"oocupation of workers to be employed on this project If this is residential,landscape,or underground sewer and water
construction,please state so on the form. ,
If operating engineers and/or truck drivers Will be used,describe the type,and list the size or rated capacity of the equipment
If the work will be performed by owners/partners,state'Owner/operator"under the'Craft"section,and sections 4,5 and 6 need not be completed. '
(Individuals whor own less than 30%of the comparjy are not considered to be owners/operators,and must be paid prevailing wage.)
4. Enter:the rate of hourly pay)or each craft/trade%axrpabon classification. This is the wage you will actually pay to the workers.
5. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits,as defined by RCW 39.12.010.that you will actually pay to the workers. '
The amount listed for-Rats of Hourly Pay-phis the amount listed for'Rate of Hourly Fringe Benefits','if any,must equal or exceed the prevailing rate
of wage. '
6. Fitter the estimated number of workers for each craft/trade/occupation.
7. 'Notary'-Ensure this area is completely filled out and each copy notarized with their seal or stamp.
8. Indicate your companys name,address,phone number and the signature of an authorized representative. Contractor registration number begins '
with first letters of company name. Forms without signatures will be returned. Industrial Statistician
NOTE: Do not list apprentices or apprentice wages on this Statement of Intent. If you intend to use ESAC Division '
apprentices on this project, they must be listed on the Affidavit of Wages Paid (F706-007-000), and registered PO Box 44540
with the Washington State Apprenticeship and Training Council. Any workers not registered as such must be Olympia WA 98504-4540
paid prevailing journeyman wages. Apprentices not registered with the Washington State Apprenticeship and
Training Council within 60 days of hiring, must be paid prevailing journeyman wages for the time preceding the (360)902-5335 '
date of registration. To verity apprenticeship registration and status,call(360)902-5324.
. ........ ZO
..........
C3
:: :
... ......................
vA
U)i
JG
.......... ..........
LLI
co
so
TZ
INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID
NOTE: Please do not submit this form to our office if the"Awarding Agency"is a federal entity.
Certification of this affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the
classifications of labor used by the contractor/subcontractor. After the Industrial Statistician has certified the Affidavit of Wages Paid,the
department will return 3 copies to the organization indicated on the form. Please call(360)902-5335 if you have questions. '
Incomplete forms cannot be processed and will be returned without certification.
This form must by TYPED OR PRINTED IN INK, and all 4 copies submitted with the processing fee of$25.00 to: '
Note: Please fold in thirds
MANAGEMENT SERVICES using marks along the left
DEPARTMENT OF LABOR AND INDUSTRIES edge so the address will
PO BOX 44835 OLYMPIA WA 98504-4835 show in a window envelope.
Complete the form as follows: NOTE: Numbers on Instructions match large bold numbers on front of this form.
1. The company name and address to which your forms should be mailed. '
2. Project Name-The name of the project
Contract Number-This is the number of the contract between the awarding agency and the prime contractor
Dale Intent Filed-This is the date that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval.(month/day/year)
Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor.
Address,City,State,ZIP+4-This is the address of the contract awarding agency.
County where work was performed-This is the county in which the actual work was performed.
City where work was performed-This is the city in which the work was performed. If the work was performed outside the limits of any city,write
'rda'in this space.
Bid Due Date-This is the date that the bids from prime contractors were due for submission to the contract awarding agency. (month/day/year)
Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. (month/day/year)
Date Work Completed-This is the date your portion of the contract was completed. (month/day/year)
Prime Contractor-This is the company that signed the contract with the contract awarding agency.
NOTE: Wages are tied to the"Bid Due Date if"Date Contract Awarded"is six months or more after the bid due date,wages will be based on that award date.
3. List each craft/trade/occupation of workers employed on this project. If this is residential, landscape, or underground sewer and water
construction,please state so on the form.
If operating engineers and/or truck drivers have been used,describe the type,and list the size or rated capacity of the equipment.
If the work was done by owners/partners, state"Owner/operator"under the 'Craft-section. Sections 4, 5, 6, 7 and 8 need not be completed.
(Individuals who own less than 301/of the company are not considered to be owners/operators,and must be paid prevailing wage.)
4. List the actual number of journey-level workers employed in the crafVtrade/occupation indicated on this project. '
__5. List the total number of hours worked by each craft/trade/occupation.
6. Enter the rate of hourly pay for each craft/trade/occupation classification. This is the wage you actually paid to the workers.
7. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits, as defined by RCW 39.12.010. that you actually paid to the workers.
The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Fringe Benefits", if any,must equal or exceed the prevailing '
rate of wage.
8 If apprentices have been employed on this project, list each by name, registration number, stage of progression,date of hire by the company,
craft, and rate of hourly pay and fringe benefits. This information must be indicated for each craft listed for each apprentice. If you need more '
space to list apprentices,use additional forms.
Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any
apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing
journeyman wages for the time preceding the date of registration. To verity apprenticeship registration and status,call(360)902-5324
9 Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be
returned. (contractor registration number begins with the first letters of company name.)
10. "Notary"- Ensure this area is completely filled out and each copy notarized(seal or stamp)
RETAINAGE: Contractors are responsible for ensuring that subcontractors obtain and file Affidavits of Wages Paid This is required by law, '
retainage can not lawfully be released until such affidavits are filed
i
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
i Date:
Project CAG No.
iThis is to certify that the prevailing wages have been paid to our employees and our
subcontractors' employees for the period
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
i Labor & Industries. This form will be executed and submitted prior to or with the last pay
request.
Company Name
By:
Title:
1
1
1
1
CITY OF RENTON
SUPPLEMENTAL SPECIFICATIONS
l
' SUPSPEC DOC\
CITY OF RENTON STANDARD SPECIFICATIONS
The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton
Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work
performed as an extension, betterment or addition to any of the City's utility, or transportation systems.
The Renton Standards are comprised of the following documents:
Standard Specifications
The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal
Construction (English)" published by the Washington State Department of Transportation and the American Public
Works Association, Washington Chapter.
WSDOT Amendments
WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT.
The included Index to Amendments lists all amendments received and acknowledged by the time of publication of
this document. These Amendments shall be considered a part of the Standard Specifications.
Standard Plans
The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as
published by the Washington State Department of Transportation and the Washington State Chapter of the
American Public Works Association, adopted by the City of Renton, and bound together with those standard plans
created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition
(Adopted, Replaced, or Deleted) of all original pages.
Supplemental Specifications
The City of Renton Supplemental Specifications is a compilation of the revisions made to the original
WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used
together with the original document(s).
Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original
(WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with
a line through the characters. (This is-de,l 4 All replacement text or text being added is shown as underlined
tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being
revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions.
When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the
meaning of the added text.
Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following
the listing of the section number and title:
(APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard
Specifications.
(SA) Signifies that the section has been modified from the original State text by an amendment
produced by WSDOT. The text of the subject section is shown as modified by the amendment,
otherwise WSDOT Amendments are not shown in this document except for their listing in the
Index to Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has
been rewritten by Renton.
Those documents listed above shall govern all work, except as these standards may be modified or superseded
by project-specific plans, special provisions or other documents officially approved by the City of Renton.
All work within the public right-of-way performed by other agencies or private parties working under permit
authority of the City of Renton shall follow these standards with the exception of those requirements which pertain
to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the
' Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be
examined and copied by any interested party.
' Page-RS-i
Revision Date:May 19, 1997
' Table of Contents
1 CITY OF RENTON STANDARD SPECIFICATIONS................................................................................... *i
Division1 General Requirements.............. ........................................................................................... 1
1-01 Definitions and Terms..................................................................................................... 1
1-02 Bid Procedures and Conditions..........................................................................................2
1-03 Award and Execution of Contract......................................................................................2
1-04 Scope of the Work..........................................................................................................3
1-05 Control of Work............................................................................................................3
1-06 Control of Material.........................................................................................................7
1-07 Legal Relations and Responsibilities to the Public. .7
1-08 Prosecution and Progress................................................................................................12
1-09 Measurement and Payment..............................................................................................14
1-10 Temporary Traffic Control..............................................................................................18
1-11 Renton Surveying Standards............................................................................................19
Division 2 Earthwork.................................................................................:.......................................22
2-02 Removal of Structures and Obstructions.............................................................................22
2-03 Roadway Excavation and Embankment..............................................................................22
2-04 Haul...........................................................................................................................23
2-06 Subgmde Preparation....................................................................................................23
2-09 Structure Excavation......................................................................................................23
Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25
3 No supplemental specifications were necessary........................................................................25
Division4 Bases................................................................................................................................25
4 No supplemental specifications were necessary.........................................................................
25
Division 5 Surface Treatments and Pavements..........................................................................................26
5-04 Asphalt Concrete Pavement.............................................................................................26
Division6 Structures..........................................................................................................................29
6-12 Rockeries....................................................................................................................29
Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................
30
7-01 Drains........................................................................................................................30
7-02 Culverts.....................................................................................................................30
7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.........................................................30
7-04 Storm Sewers..............................................................................................................30
7-05 Manholes, Inlets,and Catch Basins..................................................................................31
7-08 General Pipe Installation Requirements.............................................................................32
7-10 Trench Exc.,Bedding,and Backfill for Water Mains............................................................34
t' 7-11 Pipe Installation for Water Mains ....................................................................................34
7-12 Valves for Water Mains.................................................................................................37
7-14 Hydrants....................................................................................................................38
7-15 Service Connections. ....................................................................................................�. 39
7-17 Sanitary Sewers...........................................................................................................39
Division8 Miscellaneous Construction.....................................................................................................40
8-09 Raised Pavement Markers...............................................................................................40
8-10 Guide Posts....................................................................
8-13 Monument Cases...........................................................................................................40
8-14 Cement Concrete Sidewalks.............................................................................................40
8-17 Impact Attenuator Systems. .41
8-20 Illumination,Traffic Signal Systems, and Electrical................ .41
8-22 Pavement Marking........................................................................................................47
8-23 Temporary Pavement Markin •••.•••••.•.48
Page-RS-ii
Revision Date:May 19, 1997
Division9 Materials...........................................................................................................................49
9-00 Definitions and Tests......................................................................................................49
9-02 Bituminous Materials.....................................................................................................49
9-04 Joint and Crack Sealing Materials.....................................................................................50
9-05 Drainage Structures, Culverts,and Conduits.......................................................................50
9-06 Structural Steel and Related Materials..............................................................................51
9-08 Paints.........................................................................................................................51
9-23 Concrete Curing Materials and Admixtures.........................................................................52
9-29 Illumination,Signals,Electrical........................................................................................52
9-30 Water Distribution Materials...........................................................................................
58
S . ..............................................................................................60
INDEX TO WSDOT AMENDMENT
WSDOTAMENDMENTS......................................................................................................60
l
Page-RS-iii
Revision Date:May 19, 1997
1-01 Definitions and Terms 1-01 Definitions and Terms
Department shall also refer to the Department of I
D1V1S10II 1 PlanningBuilding/Public Works Administrator.
Special Provisions(RC) —
General Requirements odifications to the
standard specifications
&papi€catiow and supplemental specifications that apply to an
individual project. The special provisions may describe work the
1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the
special provisions and then with any specifications that apply. The
SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid
prices.
1-01.1 General(RC) State(RC)
Whenever reference is made to the State, Commission, The state of Washington acting through its representatives.
Department of Transportation Secretary of Transportation,
The State shall also refer to The City of Renton and its authorized
representatives where applicable.
Owner Contracting Agency or Engineer, such reference ,-�re
_shall be Contract Documents(APWA)
deemed to mean the City of Renton acting through its City Council, The component parts of the contract which may include, but
employees and duly authorized representatives for all contracts are not limited to, the Proposal Form, the Contract Form, bonds,
administered by the City of Renton. insurance certificates, various other certifications and affidavit, the
SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the
THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and
Change Orders.
1-01.3 Definitions(RC, APWA) Dates(APWA)
Act of god(RC) Bid Opening Date(APWA)
'Act of God' means an earthquake flood cyclone, or other The date on which the Contracting Agency publicly opens and
cataclysmic phenomenon of nature A rain windstorm, high water reads the bids.
or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC)
locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to
from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work.
be construed as an act of god. Conftva Execution Date (APWA)
Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to
The Contracting Agency's design consultant who may or may the Contract.
not administer the construction program for the Contracting Notice to Proceed Date(APWA)
A K cy The date stated in the Notice to Proceed on which the Contract
Da C time begins.
Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA, RC)
Documents shall be understood to mean working days. The date by which the work is contractually reouired to be
Or ual(RC) completed l b
The Contract Completion Date wile stated in the
Where the term 'or equal" is used herein the Contracting will b
Notice to Proceed. Revisions of this date e authorized in
e oency or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the
engineer, shall be the sole judge of the quality and suitability of the Contract time.
proposed substitution. Final Acceptance Date(APWA, RC)
The responsibility,and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work
demonstrations or other information required to obtain_ the as complete per contract requirements.
approval of alternative materials or processes by the Owner shall Material(APWA)
be entirely borne by the Contractor. Any substance specified for use in the construction of the
Owner project and its appurtenances which enters into and forms a part of
The City of Renton or its authorized representative. Also the finished structure or improvement and is capable of being_so
referred to as Contracting Agency. used and is furnished for that purpose.
Plans(RC) Materialrnan(APWA)
The contract plans and/or standard plans which show location,
A person or organization who furnishes a raw material,
commodity, equipment or manufactured or fabricated
character, and dimensions of prescribed work including layouts, supply,
profiles,cross-sections,and other details. product and does not perform labor at the Project Site a supplier.
Drawings may either be bound in the same book as the Notice of Award(APWA)
en to the
balance of the Contract Documents or bound in separate sets,and The written notice from the Contracting Ag OL
are apart of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency s acceptance
binding. of the Bid.
The terms "Standard Drawings' or "Standard Details' Notice to Proceed(APWA)
The written notice from the Contracting Agency or Engineer
generally used in specifications refers to drawings bound either to the Contractor authorizing and directing the Contractor to
with the specification documents or included with the Plans or the proceed with thi Work and establishing the date on which the
City of Renton Standard Plans. Contract Time begins.
Secretary, Secretary of Transportation(RC)
The chief executive officer of the Department and other
authorized representatives. The chief executive officer to the
1-
Page-SP-1
Revision Date:May 19, 1997
1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract
1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so
label such materials or failure to timely respond after notice of
request for public disclosure has been given shall be dr�r.,,
SECTION 1-02.1 IS DELETED AND REPLACED BY THE a
waiver by the submitting vendor of any claim that such mar pals
FOLLOWING:
are, in fact, so exempt.
1-02.1 Qualifications of Bidder(APWA) SECTION I-02.12 IS SUPPLEMENTED BY ADDING THE
Bidders shall be qualified by experience, financing, FOLLOWING.
equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals APWA
Contract Documents. The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the
the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by
include a pre qualification procedure prior to the Bidder being addenda.
furnished a proposal form on any contract or a preaward survey of
the Bidder's qualifications prior to award. SECTION I-02.13 PARAGRAPH I IS REVISED AS FOLLOWS:
SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RCZ
FOLLOWING. a. The bidder is not prequalified when so required; t
1-02.2 Bid Documents (APWA) SECTION I-02.141S REVISED IN ITEM 3 IN PARAGRAPH I
Information as to where Bid Documents can be obtained or TO READ:
reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders(APWA)
the Contracting Agency's official newspaper.
3. A bidder is not prequalifred for the work or to the full
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid;
SENTENCE I, PARAGRAPH I TO READ:
1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract
If the Contracting Agency has made subsurface investigation
of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS.
sample test data, and geotechnical reports accumulated by the 1-03.1 Consideration of Bids�RC APWA)
Contracting Agency will be made available for inspection by the
bidders. The total of extensions, corrected where necessary, and
SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the
FOLLOWING: Contracting Agency for award purposes and to fix the amount of
the contract bond.
1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices.
The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids
Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to
the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its
Deductives, or Alternates set forth in the Proposal Forms unless discretion.
otherwise specified in the Special Provisions. SECTION I-03.2 IS SUPPLEMENTED BY ADDING THE
SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING. 1-03.2 Award of Contract(RC) ,
1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring
All prices shall be in legible figures and(aQt-words)written in execution, together with a list of all other forms or documents
ink or T rohe sal shall include: required to be submitted by the successful bidder, will be
rye' po forwarded to the successful bidder within 10 days of the award.
1. A unit price for each item (omitting digits more than four The number of copies to be executed by the Contractor shall be
places to the right of the decimal point), each unit price shall also determined by the Contracting Agency.
be written in words; where a conflict arises the written words shall
prevail. SECTION I-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION I-02.6(l) IS AN ADDED SUPPLEMENTAL FOLLOWS.
SECTION. 1-03.3 Execution of Contract (APWA, RC)
1-02.6 1 Proprietary Information (RC) Within 29 10 calendar days after receipt from the City of the
Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the
material(s) which constitute "(valuable) formula, designs, Contracto the successful bidder shall return the
drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance
disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond
be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences
exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the
vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award
r-
Page-SP-2 '
Revision Date:May 19, 1997
1-04 Scope of the Work 1-05 Control of Work
date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE
additional calendar days for return of the documents, provided the FOLLOWING:
' Contracting Agency deems the circumstances warrant it. 1-04.4 Changes C
The Contracting Agency is prohibited by RCW 39.06.010
from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost
or licensed as required by the laws of the state. In addition, the reduction alternatives but will evaluate such proposals by the
Contracting Agency requires persons doing business with the Contractor on a case-by-case basis.
Contracting Agency to possess a valid City of Renton business SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS.
license prior to award.
When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup_RC
number, a Washington State Contractors registration number, or
both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from
provided The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion be
Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost
Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered
information and evaluation activities. incidental to the project and no compensation will be made.
The contract price for "Finish and Cleanup, lump sum,- shall
SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and materials
FOLLOWING TO THE FIRST PARAGRAPH: required to perform final cleanup. If this pay item does not appear
1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered
incidental to the contract and to other pay item and no further
5 Be accompanied by a power of attorney for the Surety's compensation shall be made.
officer empowered to sign the bond.
7 Be signed by an officer of the Contractor empowered to 1-05 Control of Work
1 sin official statements (sole proprietor or partner). If the
Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS:
president or vice-president unless accompanied by written proof of
the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings CZ
corporation(i.e.,corporate resolution power of attorney or a letter The Contractor shall submit supplemental working drawings
to such effect by the president or vice-president).
as required for the performance of the work.The drawings shall be I
on sheets measuring '4_by-36 22 by 34 inches or on sheets with
1-04 Scope of the Work dimensions in multiples of 8-1/2 by 11 inches.
SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
FOLLOWING:
1-04.1 Intent of the Contract�RC� 1-05.4 Conformity with and Deviations from Plans
and Stakes (RC)
The Contractor is encouraged to provide to the Engineer prior
to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying the
to date The Engineer's calculations and decisions shall be final in work
shall provide all required survey work including such
work as mentioned in Sections 1-05.4, 1-05.5;1-11 and elsewhere
regard to the actual percentage of any lump sum pay item
accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer,
method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY
the specifications. THE FOLLOWING.
SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC)
1-04.2 Coordination of Contract Documents, Plans, If the proiect calls for Contractor supplied surveying, the
Special Provisions Specifications, and Addenda Contractor shall provide all required survey work including such
(RQ work as mentioned in Sections 1-05.4 1-05.5 1-11 and elsewhere
Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs
by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included tin "Contractor Supplied 4,5,6, and 7;2 presiding over 3,4, 5,6,and 7; and so forth):
Surveying," per lump sum.
1. Addenda 1-05.5(1) General (APWA, RQ
2. Proposal Form
3. Special Provisions The Engineer or Contractor supplied surveyor will provi e
construction stakes and marks establishing lines slopes and grades
4. Contract Plans as stipulated in Sections 1-05.5(1) and 1:2j5(2) and Fill perform
5. Amendments to the Standard Specifications
6. Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full
7. Standard Plans responsibility for detailed dimensions elevations and excavation
4 8. Standard Specifications slopes measured from the Engineer or Contractor E2122 o
surveyor furnished stakes and marks.
L
Page-SP-3
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
The Contractor shall provide a work site which has been with maior grade changes shall be slope staked to establish grade
prepared to permit construction staking to proceed in a safe and before offset hubs are set.
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and 1-05.5 Bridge and Structure Surveys (APWA)
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retatWn walls,Is the
supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an ,
Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a
monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field
carefully preserved by the Contractor. The Contractor will be measurements and locations match and fulfill the intended lan ,
charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to
monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control
damaged by the Contractor's operations. This charge will be which will be provided by the Engineer:
deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure.
Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines.
of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable
Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances.
control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the
satisfactory substantiating evidence to prove the error is fumished Drawings.
the Engineer.Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls
the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper
line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control
reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the
Contractor shall be liable for any error in alignment or grade. following tolerances:
The Contractor shall provide all surveys required other than 1. Stationing +.01 foot
those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points)
done in accordance with Section 1-11 SURVEYING STANDARDS 3. Supermmmre Elevations+.01 foot(from plan elevations)
of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations)
The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make
standard field book and in a format set by the Engineer,per Section available to the Engineer all field books including survey
1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities.
performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close
and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate
shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated.
of the contract work the field book or books shall be submitted to
the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying(RQ
If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied
the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required
Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the
doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under
the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by
survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in
monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11.
All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in
Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies,and omissions to the plans that
which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the
"Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors,
included in the contracts. discrepancies, and omissions must be corrected to the satisfaction
of the Engineer before the survey work may be continued.
1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor
The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes
Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the
lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points
completion of the Work. These shall generally consist of one initial before physically removing them.
set of: The surveyor shall be responsible for maintaining As-Built
1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his
2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built
3. Centerline finish grade stakes for pavement sections records for the project.
wider than 25 feet, and If the Contractor and Surveyor fail to provide as directed by
4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As-
utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the
n=interval). Engineer may elect to`provide at Contractor expense a surveyor to
On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the
on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor.
1-
Page-SP-4
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
Payment per Section 1-04 1 for all work and materials provided by this Section nor shall the exercise of this right diminish
required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for
complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's
Jump sum price for 'Contractor Supplied Surveying.' failure to perform the Work as required.
1-05.5 Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA, RQ
prior to the backfilling of the trenches by centerline station, offset, within one year after the Acceptance Date of the Work by
and depth below pavement of all existing utilities uncovered or
If crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is
It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by
locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the
work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work
I L. Maior items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site
Manholes Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without
cost to the Contracting Agency. If the Contractor does not
Horizontal Bends Junction boxes Cleanouts, Side Sewers, Street
Lights do Standards Hydrants Major Changes in Design Grade, promptly comply with the written order to correct defective and
Culverts Signal Poles Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting
Vaults this contract, the Agency reserves the right to have defective and unauthorized Work
After the completion of the work covered et
corrected
contractors surveyor shall provide to the City the hard covered �o and replaced pursuant to Section 1-05.8
Co Right
field book(s) containing the as-built notes and one set of white "Owner's Rght to Correct Defective and Unauthorized Work."
prints of the project drawings upon which he has plotted the notes . The Contractor agrees the above one year limitation shall not
of the contractor locating existing utilities and one set of white exclude or diminish the Contracting Agency's rights under any law
as- to obtain damages and recover costs resulting from defective and
prints of the project drawings upon which he has plotted the
built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the
expiration of the legal time period set forth in RCW 4.16.040
This drawing shall bear the surveyors seal and signature certifying limiting actions upon a contract in writing, or liability expressed or
it's accuracy.
All costs for as-built work shall be included in the contract implied arising out of a written agreement.
item 'Contractor Supplied Surveying.' The Contractor shall warrant good title to all materials,
supplies and equipment purchased for or incorporated in the
THE VACANT SECTION 1-05.8 IS REPLACED BY: Work Nothing contained in this paragraph, however, shall defeat
1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to
Defective and Unauthorized Work(APWA) recover under any bond given by the Contractor for their
protection or any rights tinder any law permitting such persons to
If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting
work within the time specified in a written notice from the Agency.
Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all
Contract Documents the Engineer may correct and remedy such subcontracts and material contracts and notice of its provisions
work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work
the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials-
Agency forces. Section 1-05.11 is deleted and the first two sentences of the
If the Contractor fails to comply with a written order to fourth paragraph of section 1-08 9 is deleted and replaced by the
remedy what the Engineer determines to be an emergency following:
situation the Engineer may have the defective and unauthorized 1-05.11 Final Inspection(APWA)
Work corrected immediately, have the rejected Work removed and
replaced or have Work the Contractor refuses to perform
completed by using Contracting Agency or other forces. An 1-05 11(1) Substantial Completion Date (APWA)
emergency situation is any situation which in the opinion of the When the Contractor considers the work to be substantially
Engineer a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify the Engineer and request
might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be
Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be
attributable to correcting and remedying defective or unauthorized met:
Work or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and unrestricted
be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and
Engineer from monies due or to become due, the Contractor. Such safety standpoint.
direct and indirect costs shall include in particular, but without 2 Only minor incidental work replacement of temporary
limitation compensation for additional professional services substitute facilities or correction or repair work remains to reach
required and costs for repair and replacement of work of others physical completion of the work.
destroyed or damaged by correction removal, or replacement of The Contractor's request shall list the specific items of work
the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to
No adiustment in contract time or compensation will be reach physical completion The Engineer may also establish the
allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally.
attributable to the exercise of the Contracting Agency's rights
t.
1 Page-SP-5
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
If after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections
Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer. ,
intended use, the Engineer, by written notice-to the Contractor, The costs for power, gas, labor, material, supplies and
will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing
the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system
ready for its intended use,the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Rid
notify the Contractor giving the reasons therefor. Form.
Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer
substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished
shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. ,
interruption the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE
Completion. The Contractor shall provide the Engineer with a FOLLOWING:
revised schedule indicating when the Contractor expects to reach
substantial and physical completion of the work. 1-05.12 Final Acceptance(APWA)
The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the
establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A
considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting
Inspection. Agency will establish the Completion Date and certify the Work as
1-05.11 2 Final Inspection Date (APWA) complete. The Final Contract Price may then be calculated. The
When the Contractor considers the Work physically complete following must occur before the Completion Date can be
and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated:
shall request the Engineer to schedule a final inspection. The 1. The physical work on the project must be complete.
Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required
Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the '
notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete.
Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work, signed by the
Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The
necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute
be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material.
physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's
continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency
been cot7ected from unilaterally certifying the Contract complete so the Engineer
If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9.
7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING
the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ:
whatever steps are necessary to correct those deficiencies pursuant
to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of
Upon correction of all deficiencies, the Engineer will notify Contractor (APWA)
the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's
upon which the Work was considered physically complete. That p;aqualifrcation pursuant to Section 1-02.1,the Contracting Agency
date shall constitute the Physical completion date of the Contract, will take these performance
but shall not imply all the obligations of the Contractor under the lbws-reports into account.
Contract have been fulfilled.
SECTION 1-05 IS SUPPLEMENTED BY ADDING THE
1-05.11 3 Operational Testing (APWA) FOLLOWING NEW SECTIONS:
It is the intent of the Contracting Agency to have at the
Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA)
the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shall
mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance
signal systems; buildings; or other similar work it may be desirable of the Work.
for the Engineer to have the Contractor operate and test the Work
for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA)
Completion Date. Whenever items of work are listed in the No oral agreement or conversation with any officer agent, or
Contract Provisions for operational testing they shall be fully tested employee of the Contracting Agency, either before or after
under operating conditions for the time period specified to ensure execution of the contract shall affect or modify any of the terms or
their acceptability prior to the Physical Completion Date. During
and following the test period,the Contractor shall correct any items obligations contained in any of the documents comprising the
of workmanship, materials, or equipment which proves faulty, or contract Such oral agreement or conversation shall be considered
as unofficial information and in no way binding upon the
that are not in first class operating condition. Equipment, electrical
controls meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing.
during this period, shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for
the purpose for which they were installed. The Physical
t-
Page-SP-6
Revision Date:May 19, 1997
1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public
1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax
liability.
SECTION I-06.02(2) IS SUPPLEMENTED BY ADDING THE
The Contractor shall include all Contractor-paid taxes in the
unit bid prices or other contract amounts. In some cases, however,
FOLLOWING: state retail sales tax will not be included. Section 1-07 2(3)
describes this exception.
1-06.2(2) Statistical Evaluation of Materials for The Contracting Agency will pay the retained percentage only
Acceptance if the Contractor has obtained from the Washington State
UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that all contract-
PROVISIONS STATISTICAL EVALUATION WILL, NOT BE related taxes have been paid (RCW 60.28.050). The Contracting
USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any
amount the Contractor may owe the Washington State Department
1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or
r the Public not. Any amount so deducted will be paid into the proper State
fund.
SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA)
FOLLOWING. WAC 458-20-171, and its related rules, apply to building,
1-07.1 Laws to be Observed (APWA) repairing or improving streets, roads, etc., which are owned by a
municipal corporation, or political subdivision of the state, or by
The Contractor shall indemnify defend and save harmless the the United States, and which are used primarily for foot or
Contracting Agency (including any agents officers, and vehicular traffic. This includes storm or combined sewer systems
employees) against any claims that may arise because the within and included as a part of the street or road drainage system
Contractor(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system.
materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include
In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item
more stringent regulation shall apply. prices or other contract amounts, including those that the
The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or
shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work.
for the administration of the provisions of the Washington
industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170 (APWA)
The Contractor shall maintain at the Protect Site office, or WAC 458-20-170 and its related rules, apply to the
other well known place at the Project Site all articles necessary for constructing and repairing of new or existing buildings, or other
providing first aid to the iniured. The Contractor shall establish, structures upon real property. This includes but is not limited to,
dish and make known to all employees procedures for ensuring the construction of streets roads highways etc., owned by the
immediate removal to a hospital or doctor's care, persons, State of Washington; water mains and their appurtenances; sanitary
including employees who may have been miured on the Protect sewers and sewage disposal systems unless such sewers and
Site Employees should not be permitted to work on the Protect disposal systems are within and a part of a street or road drainage
Site before the Contractor has established and made known system; telephone telegraph electrical power distribution lines, or
procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such
doctor'S care. power lines become a part of a street or road lighting system; and
The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in
efficiency and adequacy of the Contractor's plant appliances,and or to real property, whether or not such personal property becomes
methods and for any damage or iniury resulting from their failure, a part of the realty by virtue of installation.
or improper maintenance use or operation. The Contractor shall For work performed in such cases the Contractor shall collect
be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract
project Site including safety for all persons and property to the price The Contracting Agency will automatically add this sales
p rfnrmange of the work This requirement shall apply tax to each payment to the Contractor. For this reason, the
continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item
required or implied duty of the Engineer to conduct construction prices or in any other contract amount subject to Rule 170, with
review of the Contractor's performance does not and shall not, be the following exception.
r intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax
measures in on or near the Project Site. fora payment the Contractor or a subcontractor makes on the
purchase or rental of tools machinery equipment, or consumable
SECTION 1-07.2 IS DELETED AND REPLACED BY THE supplies not integrated into the project Such sales taxes shall be
FOLLOWING: included in the unit Bid Item prices or in any other contract
1-07.2 State Sales Tax(APWA) amount.
1-07.2(4) Services (APWA)
1-07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tax from the
The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or
special rules on the state sales tax Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue Rules
07.2(4) are meant to clarify those rules. The Contractor should 138 and 224).
contact the Washington State Department of Revenue for answers
to questions in this area The Contracting Agency will not adjust 1,
Page-SP-7
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public t
SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when
TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10 ,
percent increase in
turbidity when the background turbidity is more
1-07.5(2) State Department of Fish and Wildlifes-e€ than 50 NTU• for other classes of waters refer to WAC 173-201-
., P A, SA) 045.
The term turbidity means the optical property of sample 1
If the work in (1) through (3) above differs little from what light caused by
the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of
for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units
and measured with a calibrated turbidimeter.
those areas, the Contracting Agency will pay pursuant to Section 1- Discharges to a State waterway caused by aggregate washing
abav drainage from aggregate pit sites, and stockpiles or dewatering of
pits and excavations shall not increase the existing turbidity of the
receiving waters.
SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before
FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may
be removed by the use of lagoons or holding ponds, settling basins
1-07.11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment, discharging to ground
C surface, by percolation, evaporation or by passing through gravel
Each Contractor, Subcontractor, Consultant, and or Supplier sand or fiber filters.
shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be
Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent
document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will
be defined in the Special Provisions. Plastic sheet covering shall be
placed over exposed ground areas to protect from rain erosion.
SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain '
1-07.13(1) General (RC) situations may include netting,mulching with binder,and seeding.
Should rutting and erosion occur the Contractor shall be
During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded
contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and
be damaged thereby. culverts and other pipes.
No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual
efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State
constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or
precautions acceptable to the engineer, the contractor shall be able disposed on land for percolation. Chlorine residual may be reduced
to overcome them. chemically with a reducing agent such as sodium thiosulphate.
Water shall be periodically tested for chlorine residual.
SBCTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for
REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm
SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum
AGENCY." products, fresh concrete products or other deleterious material is
accomplished prior to discharge. Detergent solution may be
SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground
FOLLOWS: for percolation. A recirculation system for detergent washing is
recommended. Steam cleaning units shall provide a device for oil
1-07.15 Temporary Water Pollution Erosion Control separation.
(APWA ,-RC) 5. Oil and Chemical Storage and Handling: Handling and
-" storage of oil and chemicals shall not take place adjacent to
If done according to the approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels
orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and
measured and paid for pursuant to Section 1.09 41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be
the lump sum item for "Temporary Water Pollution/Erosion provided on hoses Oil and chemicals shall be dispensed only
Control.: during daylight hours unless the dispensing area is properly lighted.
If no pay item appears in the contract for 'Temporary Water Disposal of waste shall not be allowed on oil and chemical spills.
Pollution/Erosion Control' then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be
equipment used to complete the work shall be considered incidental provided on valves, pumps,and tanks.
to other pay items in the Contract and no further compensation 6 Sewage: If a sanitary sewer line is encountered and repair
shall be made. or relocation work is required the Contractor shall provide
In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line Sanitary sewer flow
this temporary work shall include, but is not limited to, the shall be pumped out collected and hauled by tank truck or
following water quality considerations: pumped directly to a sanitar
y ry system manhole for discharge. The
1. Turbid Water Treatment Before Discharge:
Determination of turbidity in surface waters shall be at the existing sewers shall be maintained by the Contractor without
interruption of service by the use of temporary sewer bypasses. In
discretion of the Engineer; for Lake Class Receiving Waters, addition the excavated materials adjacent to and around a rupture
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and
over background conditions; for Class AA and Class A Waters, f-
Page-SP-8
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and
Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original
washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and
discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on
treatment plant. easements or rights-of-way.
Damage to existing structures outside of easement areas
1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity
SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or
better. The original condition shall be established by photographs
1 FOLLOWING: taken and/or inspection made prior to construction. All such work
1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of the property Owns and the
The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor.
franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of
operation to the areas obtained and shalt not trespass on private restoration of the surface of all streets(traveled ways)used by him
property if damaged.
The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material
indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor.
with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency
unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be
materials. paid by the contractor.
The contractor shall provide with no liability to the The contractor is responsible for identifying and
Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by
shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in
construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration
all access roads detour roads or other temporary work as required Requirements which is available at the Public Works Department
by his operations The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal
storage of material and operation of his workers to those areas Building 200 Mill Avenue South.
shown and described and such additional areas as he may provide. SEC77ON 1-07.17IS SUPPLEMENTED BY ADDING.-
A. General. All construction work under this contract on
easernents,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities (APWA, RQ
confined to the limits of such easements, right-of-way or franchise. In addition to the other requirements pursuant to RCW
All work shall be accomplished so as to cause the least amount of 19.122, an act relating to underground utilities and prescribing
disturbance and a minimum amount of damage. The contractor
shall schedule his work so that trenches across easements shall not penalties the Contractor shall:
be left open during weekends or holidays and trenches shall not be 1 call the utilities underground location center for field
open for more than 48 hours, location of the utilities;
B. Structures The contractor shall remove such existing Call Before You Dig
structures as may be necessary for the performance of the work and,
if required, shall rebuild the structures thus removed inas good a The 48 Hour Locators
condition as found He shall also repair all existing structures which
may be damaged as a result of the work under this contract. 1-800 424-5555
C. Easements. Cultivated areas and other surface and
improvements. All cultivated areas,either agricultural or lawns,and 2 not begin excavation until all known underground
other surface improvements which are damaged by actions of the facilities in the vicinity of the proposed excavation have been
contractor shall be restored as nearly as possible to their original located and marked.
condition. Location and dimensions shown on the Plans for existing
Prior to excavation on an easement or private right-of-
facilities are in accordance with ailable information without
way, the contractor shall strip top soil from the trench or avuncovering measuring or other verification If utility is known
construction airs and stockpile it in such a manner that it may be or suspected of having underground facilities within the area of the
replaced by him, upon completion of construction. Ornamental
proposed excavation and that utility is not a subscriber to the
trees and shrubbery shall be carefully removed with the earth utilities underground location center then the Contractor shall give
surrounding their roots wrapped in burlap and replanted in their individual notice to that utility.
original positions within 48 hours. If in the prosecution of the work it becomes necessary_to
All shrubbery or trees destroyed or damaged, shall be interrupt existing surface drainage sewers underdrains conduit,
replaced by the contractor with material of equal quality at no utilities similar underground structures,. or parts thereof the
additional cost to the Contracting Agency. In the event that it is contactor shall be responsible for and shall take all necessary
necessary to trench through any lawn area, the sod shall be cautions to protect and provide temporary services for same•
1 carefully cut and rolled and replaced after the trenches have been pre
The contractor shall at his own expense repair all damage to
backfilled The lawn area shall be cleaned by sweeping or other such facilities or$tructures due to this construction operation to the
means of all earth and debris. satisfaction of the City; except for City owned facilities which will
The contractor shall use rubber wheel equipment similar be repaired by the utility department at contractor's expense or by
to the small tractor-type backhoes used by side sewer contractors for the contractor as directed by the City.
all work, including excavation and backfill, on easements or rights-
of-way which have lawn areas. All fences, markers, mail boxes,or 1-
Page-SP-9
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the
FOLLOWING. option of the City.
The Contractor shall obtain and maintain the minimum
1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum
Insurance (RQ insurance, the City of Renton shall not be deemed or coLnstruedd to
State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor.
following: The Contractor shall assess its own risks and if it deems
appropriate and/or prudent, maintain higher limits and/or broader
SECTION 1-07.18(I)IS REPLACED WITH THE FOLLOWING: coverage. ,
Coverage shall include:
1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or
The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis
effect from the Contract Execution Date to the Completion Date, and include:
public liability and property damage insurance with an insurance • Premises and Operations (including CG2503; General
company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable).
Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards
The Contractor shall not begin work under the Contract until • Products/Completed Operations
the required insurance has been obtained and approved by the . Contractual Liability (including Amendatory
Contracting Agency. .Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes
Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract)
Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage
against claims for bodily injuries, personal injuries, including • Independent Contractors
accidental death as well as claims for property damages which • Personal/Advertising Injury
may arise from any act or omission of the Contractor or the * Stop Gap Liability
subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all
either of them. • Owned Vehicles
If warranted work is required the Contractor shall provide the • Non-Owned Vehicles
City proof that insurance coverage and limits established under the • Hired Vehicles
term of the Contract for work are in full force and effect during the (3) Workers'Compensation
period of warranty work. • Statutory Benefits (Coverage A) - Show Washington
The Contracting Agency may request a copy of the actual Y Labor&Industries Number
declaration pages(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary)
required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and
of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as
with the requirements described herin will be considered a material primary•
breach of contract and shall be caused for immediate termination of 5) Professional Liability - (whenever the work under this ,
the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural,
SEC77ON 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the
CONTRACTOR shall maintain professional liability
1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the
As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in
submit a completed City of Renton Insurance Information form the course of operations under this Contract.
which details specific coverage and limits for this contract. (6) The Contracting Agency reserves the right to request and/or
All coverage provided by the Contractor shall be in a form
require additional coverages as may be appropriate based on
and underwritten by a company acceptable to the Contracting
Agency. The City requires that all insurers: work performed(i.e.pollution liability).
CONTRACTOR shall Name CITY OF RENTON. and its
1) Be licensed to do business within the State of Washington.
2) Coverage to be on an "occurrence" basis (Professional officers officials agents employees and volunteers as Additional
Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent) The CONTRACTOR
written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates A Insurance.prior
proof of professional liability coverage be provided for up to commencement of work The City reserves the right to request
to two(2)years after the completion of the project. copies of insurance policies if at their sole discretion it is deemed
3) The City may request a copy of the actual declaration appropriate Further, all policies of insurance described above
page(s) for each insurance policy affecting coverage(s) shall:
required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other
4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY
A XII or better is preferred.) If any insurance carrier OF RENTON.
possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause.
exception. 3) Severability of Interest Clause(Cross Liability)
The City reserves the right to approve the security of the
insurance coverage provided by the insurance company(ies), terms, 4) Policy may noI be non-renewed canceled or materially
conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written
Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON Notification
shall be provided to CITY OF RENTON by certified mail.
these requirements will be considered a material breach of contract
t=
Page-SP-10
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1- no obligation or liability of any kind upon the
07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives".
1-07.18(3) Ldmits (RC) c. Amend the cancellation clause to state: -Policy may
LIMITS REQUIRED not be non-renewed, canceled or materially changed or
Providing coverage In these stated amounts shall not be altered unless 45 days prior written notice is provided
construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City
such limits The CONTRACTOR shall cant' the following by certified mail.
limits of liability as required below, For Professional Liability coverage only, instead of the
Commercial General Liability cancellation language specified above, the City will accept a
Ge1CralAggnpw« $2,000,000'* written agreement that the consultant's broker will provide the
Products/Completed Operations $2,000,000"' required notification.
Aggregate
Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS.
Personal/Advertising Injury 1$ ,000,000 1-07.20 Patented Devices, Materials, and Processes
Fire Damage(Any One Fire) $50,000
Medical Payments(Any One Person) $5.000 (APwA)
$bop Gap Liability $1,000,000 The Contractor shall assume all costs arising from the use of
• General Aggregate to apply per protect patented devices, materials,or processes used on or incorporated in
(ISO Form CG2503 or equivalent) the work, and agrees to indemnify, defend, and save harmless
**Amount may vary based on proiect risk
Automobile Liability SaGmwThe Contracting Agency, and their
Bodily Iniury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any
(Each Accident) nature for, or on account of the use of any patented devices,
Workers'Compensation materials,or processes.
Statutory Benefits-Coverage A Variable SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING:
(Show Washington Labor and Industries Number)
Umbrella Liability 1-07.22 Use of Explosives(APWA)
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the
Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required
Aggregate by the proper authorities. Explosives shall be handled and used in
Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, Hiles and
Each Occurrencel Imident/Claim $1,000,000 regulations that may apply. The individual in charge of the blasting
Aggregate $2•000•000 shall have a current Washington State Blaster Users License.
The Contractor shall obtain comply with, and pay for such
The City may require the CONTRACTOR to keep permits and rncrc as are necessary in conjunction with blasting
professional liability coverage in effect for up to two(2)Years after operations
completion of the proiect. When the use of explosives is necessary for the prosecution of
The Contractor shall promptly advise the CTTY OF RENTON the Work the Contractor's insurance shall contain a special clause
in writing in the event any general aggregate or other aggregate permitting the blasting.
limits are reduced At their own expense the CONTRACTOR
will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety
requirements as stated in Section 1-07.18(3) and shall furnish the SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE
CITY OF RENTON a new Certificate of Insurance showing such FOLLOWING PARAGRAPH
coverage is in force.
SECTION 1-0718(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic_T-9
SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlijp dust and
INSURANCE': mud within the proiect limits and on anY street Wtuc is
Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the project•
shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watenng trucks,
CONTRACTING AGENCY the following: power sweepers and other pieces of equipment as deemed
1) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance.
herein)without modification.
Dust and mud control shall be considered as incidental to
2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this
conforming to items as specified in Sections 1-07.18(1), 1- section.
0718(2) and 1-07.18(3). as revised above. Other Complaints of dust mud or unsafe practjt:es and/or
requirements are as follows:
property damage to private Ownership will be ti-ansmitted
a Strike the following or similar wording: "This to the contractor and prompt action in cecrecttng them will
Certificate is issued as a matter of information only be requirQd by the contractor.
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
t.
Page-SP-II
Revision Date:May 19, 1997
1-08 Prosecution and Progress 1-08 Prosecution and Progress
SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL
FOLLOWING: I REFERENCES TO "COMMISSION THE SECRETARY" OR
1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTING AGENCY."
SECTION 1-07.27 (APWA) IS REVISED BY CHANGING
Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO
construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY."
Contractor's construction activities shall be confined within these
limits, unless arrangements for use of private property are made.
'
Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress
to Bid opening, all rights of way and easements, both permanent
and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE
Work. Exceptions to this are noted in the Contract Documents or FOLLOWING:
brought to the Contractor's attention by a duly issued Addendum.
Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA)
property other than public right of way, the Contractor shall meet
and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference(APWA)
obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies
property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be
Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to
practical after they have been obtained by the Engineer. undertaking each part of the Work the ,Contractor shall carefully
Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify
prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field
Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to
where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the
acquired until the Engineer certifies to the Contractor that the right Contractor may discover.
of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the
received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will
part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other
entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the
extension of time. The Contractor agrees that such delay shall not preconstruction conference will be:
be a breach of contract. 1. To review the initial progress schedule;
Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various
entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work;
private property where private improvements must be adjusted. 3. To establish and review procedures for progress payment,
The Contractor shall be responsible for providing, without notifications,approvals,submittals,etc.;
expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work;
and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and
construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to
needs. However, before using any private property, whether the Work.
adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction
Engineer a written permission of the private property owner, and, meeting the following:
upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items;
owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and
reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable.
shall be signed by the private property owner, or proper authority 4. A Proiect Schedule.
acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA)
permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account
restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract P_rice. Before
The statement shall include the parcel number, address,and date of computing this percentage however, The Contractor may subtract
signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted '
the Completion Date will be established. work on items the contract provisions specifically designates maY
be first excluded from the Awarded Contract Price.
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing Each request to
subcontract shall be on the form the Engineer provides. If the
Engineer requests the Contractor shall provide proof that the
subcontractor has the experience ability, and equipment the work
requires. Each subcontract shall contain a provision which requires
the subcontractor to comply with Section 1-07 9 and to furnish all
certificates submittals and statements required by the Contract
Documents.
Along with the request to sublet the Contractor shall submit
the names of any contracting firms the subcontractor proposes to
Page-SP-12
Revision Date:May 19, 1997
1-08 Prosecution and Progress 1-08 Prosecution and Progress
use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 p.m. and 7.00
subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10 00 p.m and
total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subiect to noise
subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these
or structures the following work may be performed by lower tier hours may be revoked at anytime the Contractor exceeds the
subcontractors without being subiect to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are
1 Furnishing and driving of piling, or received from the public or adioining property owners regarding
2 Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall
tensioning steel Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be
' subcontractors shall meet the same requirements as revoked for these reasons.
subcontractors. Permission to work Saturdays, Sundays, holidays or other
The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday
the proposed subcontractor's prior record equipment, experience, through Friday may be given subject to certain other conditions set
and ability to perform the work Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions
1 Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such
contract assistants as the Engineer may deem necessary to be present during
2 Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting
the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting
3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the
the subcontractor, or Work performed on Saturdays and holidays as working days with
4 Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts
Contracting Agency. as multiple working days with respect to Contract Time even
The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period.
(1) purchase of sand gravel crushed stone crushed slag, batched Assistants may include, but are not limited to, survey crews;
concrete aggregates ready mix concrete off-site fabricated personnel from the Contracting Agency's material testing lab;
structural steeL other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the
materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence.
plants;or(2)delivery of these materials to the work site in vehicles 1-08.1 4 Reimbursement for Overtime Work of
owned or operated by such plants or by recognized independent or
commercial hauling companies. Contracting Agency Employees(APWA)
However, the State LAI may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday,
aaWlies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular
above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work
provisions of Section 1-07 9 as modified or supplemented, shall shall be considered as overtime work. On all such overtime work
!RR!Y—. an inspector will be present and a survey crew may be required at
The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the
Disadvantaged hfmority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus
that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required
service providers on the contract. This certification shall be to work overtime hours.
supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize
provided by the Engineer. the Engineer to deduct such costs from the amount due or to
If dissatisfied with any part of the subcontracted work, the become due the Contractor.
Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY TBE
The Contractor shall comply with this request at once and shall not FOLLOWING:
employ the subcontractor for any further work under the contract.
1-08.4 Notice to Proceed and Prosectrtion of the Work
1-08.1 Hours of Work(APWA) APWA
Except in the case of emergency or unless otherwise approved
by the Contracting Agency,the normal straight time working hours Notice to Proceed will be given after the contract has been
for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have
7.00 a.m. and 6.00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not
lunch break and a 5-day work week. The normal straight time 87 commence the Work until the Notice to Proceed has been given by
hour working period for the contract shall be established at the the Engineer. The Contractor shall comrrience construction
preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to
the Work. Proceed Date The Work thereafter shall be prosecuted dill end
If a Contractor desires to perform work on holidays, vigorously and without unauthorized interruption until ph sY ical
Saturdays Sundays or before 7.00 a.m. or after 6:00 p.m. on any completion of the work There shall be no voluntary shutdowns or
day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of
permission to work such times Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from
8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual ,obligation to complete the work within the
Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time.
on the working day prior to the day for which the Contractor is
requesting permission to work.
Page-SP-13
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment '
SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION I-0S.11.
FOLLOWING:
1-08.10 Termination of Contract (APWA)
1-M.5 Time For Completion (Contract Time) (APWA,
RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL
The Work shall be physically completed in its entirety within REFERENCES TO `STATE TREASURER, DEPARTMENT nFTRANSPORTATION" IN THE LAST SENTENCE
the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ "CONTRACTING AGENCY."
Engineer. The Contract Time will be stated in "working days",
shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.I1 IS A NEW SECTION: '
Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC)
on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the
holidays: January 1, adequacy, efficiency, and sufficiency of his and his subcontractor's '
Monday of P@bPAa;3,, Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use
November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any
Christmas Day. When The day before Christmas shall be a work on the site of the work.
holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and-equipment shall be
day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly.
on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility
occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's
observed as holidays.- When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by
the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such
When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service,
preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection
they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be
non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas.
for periods of normal inclement weather which, from historical
records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work(RC)
which periods, work is anticipated to be performed. Each The contractor shall give his personal attention to and shall
successive working day, beginning with the Notice to Proceed Date supervise the work to the end that it shall be prosecuted faithfully,
and ending with the Physical Completion Date, shall be charged to and when he is not personally present on the work site, he shall at
the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall
is designated a nonworking day or an Engineer determined have full authority to execute the same, and to supply materials,
unworkable day. tools, and labor without delay, and who shall be the legal
The Engineer will furnish the Contractor a weekly report representative of the contractor. The contractor shall be liable for
showing (1) the number of working days charged against the the faithful observance of any instructions delivered to him-or to
Contract Time for the preceding week; (2) the Contract Time in his authorized representative.
working days; (3) the number of working days remaining in the
Contract Time; (4) the number of nonworking days; and (5) any
partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment
previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE
elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING:
and the fifth day of the week in which a 4-10 shift is worked would
ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC)
week will be charged as a working day whether or not the When items are specified to be paid for by ton it will be the
Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is
The Contractor will be allowed 10 calendar days from the date given to the Inspector on.the project at the time of delivery of
of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be
discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets delivered to the Inspector
report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not_receipt by the
correct. Inspector will not be honored for payment.
The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton the following
establishing the Substantial Completion, Physical Completion, and system will be used:
Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the
Engineer and there shall be no duplication of numbers.
Duplicate tickets shall be prepared to accompany each
truckload of material delivered to the project The tickets shall ,
bear at least the following information:
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 and te.
Page-SP-14
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S
1 7. Pay item number. MATERIAL LABORATORY."
8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE
The Contractor shall submit a breakdown of costs for each FOLLOWING:
lump sum Bid Item The breakdown shall list the items included in
' the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA)
equipment for each item The summation of the detailed unit
prices for each item shall add up to the lump sum Bid. The unit 1-09.9(1) Progress Payments (APWA)
price values may be used as a guideline for determining progress Progress payments for completed work and material on hand
' payments or deductions or additions in payment for ordered work wilt be based upon progress estimates prepared by the Engineer. A
changes The detailed cost breakdown of each lump sum item shall progress estimate cutoff date will be established at the
be submitted to the Engineer prior to the Preconstruction preconstruction meeting.
Conference. Within 3 days after the progress estimate cutoff date (but not
SECTION 1-09.2 (APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the
ALL REFERENCES TO "MATERIAL )?ECEIVER" TO READ Engineer for review an Application for Payment, filled out and
"ENGINEER." signed by the Contractor, covering the work completed prior to the
SBCTTON 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be
accompanied by documentation supporting the Contractor's
FOLLOWING: Application for Payment.
1-09.3 Scope of Payment(APWA, RCS If payment is requested for materials and equipment not
incorporated in the work, but delivered and stored at approved sites
Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment
Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale, invoice, or other
of the Standard Specifications will be the only items for which documentation warranting that the Contractor has received the
compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and
in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other
specified Work Should a Bid Item be listed in a"Payment" clause arrangements to protect the Engineer's interests therein.
rbut not in the Proposal Form and Work for that item is performed The initial progress estimate will be made not later than 30
by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive
incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the
be required to complete the intent of the Contract per Section I- Completion Date. Progress estimates made during progress of the
04 1 then payment for that Work will be made as for Extra Work Work are tentative and made only for the purpose of determining
pursuant to a Change Order. progress payment The progress estimates are subject to change at
The words"Bid Item," "Contract Item," and "Pay Item," and any time prior to the calculation of the Final Payment per
similar terms used throughout the Contract Documents are Section 1-09.9(4).
synonymous. The value of the progress estimate will be the stun of the
If the 'payment" clause in the Specifications relating to any following:
unit Bid Item price in the Proposal Form requires that said unit Bid 1 Unit Price Items in the Bid Form — the approximate
Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the
or material essential to the item then the work or maternal will not Unit Price.
be measured or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form — the estimated
appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each
' Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item.
changed to singular form. 3 Materials on Hand — 90 percent of invoiced cost of
Payment for Bid Items listed or referenced in the "Payment" _material delivered to Job site or other storage area approved by the
clause of any particular Section of the Specifications shall be Engineer.
considered as including all of the Work required, specified, or 4 Change Orders — entitlement for approved extra cost or
described in that particular Section Payment items will generally completed extra work as determined by the Engineer.
be listed generically in the Specifications and specifically inthe Progress payments will be made in accordance with the
bid form When items are to be "furnished" under one payment progress estimate less:
item and "installed" under another payment item such items shall 1 Five(5)percent for retained percentage•
be furnished FOB project site or, if specified in the Special 2 The amount of Progress Payments previously made.
Provisions delivered to a designated site. Materials to be 3 Funds withheld by the Contracting Agency for
furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents.
shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence
until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contractin
are not to be incorporated into the work delivered to the applicable Agency that any work has been satisfactorily completed.
Contracting Agency storage site when provided for in the payments will be made by warrants issued by the Contracting
' Specifications Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the
incorporated into the Work may be made on monthly estimates to project Payments received on account of work performed b)�a
the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250.
SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO "HEADQUARTERS' MATERIAL
Page-SP-1 S
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment t
1-09.9(2) Retainage (APWA,RCZ 11-09.9(3) Contracting Agency's Right to Withhold
Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA)
earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and
S_percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39 76 the
shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments
the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the ,
which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to
person arising under the Contract. cover the Contracting Agency's costs for or to remedy ri,P
Monies reserved under provisions of RCW 60.28 shall, at the following situations:
option of the Contractor,be: 1. Damage to another contractor when there is evidence
1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed.
2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to
bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is
loan association (interest on monies so retained may be paid to the obligated to pay.
Contractor). 3. Utilizing material, tested and inspected by the Engineer,
3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05 6)
Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16 ,
escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per
sum of the monies reserved payable to the bank or trust company Section 1-08.1(4).
and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to
bonds and securities chosen by the Contractor and approved by the complete the Work on time:
Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or
Interest on the bonds-and securities may be paid to the Contractor b. Lads of construction progress based upon the Engineer's
as the interest accrues. review of the Contractor's approved progress schedule which
The Contractor shall designate the option desired eA--tho indicates the Work will not be completed within the Contract Time. ,
When calculating an anticipated time overrun, the Engineer will
at make allowances for weather delays, approved unavoidable delays
least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this
cotiu=. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount '
assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number
escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion
assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract
percentages in securities. The Contracting Agency may also, at its Time.
option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the
retainage. Contractor's other obligations under the contract, including but not
Release of retained percentage will be made 60 days following limited to:
the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a
RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions.
1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes,
been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by
(RCW 60.28.051). Section 1-05.5.
2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or
the retained percentage. unauthorized work(Section 1-05.8)
3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's
Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection
(RCW 39.12.040). as required by Section 1-06.3.
In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay.
retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of
claims together with a sum determined by the Contracting Agency the Contractor or subcontrictor of any tier as required by Section
sufficient to pay the cost of foreclosing on claims and to cover 1-07.9.
attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title
Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10.
minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval
Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3.
submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the
for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to
department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment.
medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so, will be
Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior ,
applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if
notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period
those departments or agency organizations. 1. no legal action has commenced to resolve the validi of
the claims,and
2. the Contractor has noprotested such disbursement.
Page-SP-16
Revision Date:May 19, 1997
1-09 Measurement and Payment - 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances and
Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract
payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final
paymet made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1-
Contracting Agency shall not be liable to the Contractor for such 05.12).
payment made in good faith. 1-09.11 Disputes and Claims
If legal action is instituted to determine the validity of the
claims prior to expiration of the 15-day period mentioned above,
the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS.-
written settlement agreement of the parties. 1-09.11(2) Claims (APWA)
1-09.9(4) final Payment(APWA) Failure to submit with the Final Application for Payment gust
Upon Acceptance of the Work by the Contracting Agency the uch information and details as
final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of
upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9.
by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE
a release: FOLLOWING:
1 to the Contracting Agency of all claims and all liabilities
of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction
specifically excepted in writing by the Contractor; (APWA)
2 for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance
Work; with the laws of the State of Washington. The venue of any claims
3 for every act and neglect by the Contracting Agency; and or causes of actions arising from this contract shall be in the
4 for all other claims and liability relating to or arising out Superior Court of the county where the work is performed.
of the Work. For convenience of the parties to this contract, it is mutually
A payment (monthly, final retainage or otherwise) shall not agreed that any claims or causes of action which the contractor has
release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be
obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the
the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and
the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time
findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or
Contract; nor shall such payment preclude the Contracting Agency causes of action.
from recovering damages setting penalties or obtaining such other It is further mutually agreed by the parties that when any
remedies as may be permitted by law• claims or causes of action which a Contractor asserts against the
Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the
the Contractor shall submit an affidavit on the form provided by Contracting Agency or initiated in court the Contractor shall
the Engineer, of amounts paid to certified disadvantaged (DB), perm t the Contracting Agency to have timely access to any records
minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating
participating in the Work Such affidavit shall certify the amounts the claims or actions.
paid to the DB MBE or WBE subcontractors regardless of tier.
On Federally-funded projects the Contractor may also be 1-09.13 Arbitration
required to execute and furnish the Contracting Agency an affidavit
certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY
or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY"
Specifications. WITH THE WORDS "KING COUNTY."
If the Contractor fails refuses or is unable to sign and return SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING.-
the Final Progress Estimate or any other documents required for
the final acceptance of the contract the Contracting Agency 1-09.13(3) Procedures to Pursue Arbitration (RC)
reserves the right to establish a completion date and unilaterally The findings and decision of the board of arbitrators shall be
accept the contract. Unilateral acceptance will occur only after the final and binding on the parties unless the aggrieved party, within
Contractor has been provided the opportunity, by written request 10 days challenges the findings and decision by serving and n1mg
from the Engineer, to voluntarily submit such documents. If a petition for review by the superior court of King County.
voluntary compliance is not achieved formal notification of the Washington The grounds for the petition for review are limited to
impending unilateral acceptance will be provided by certified letter showing that the findings and decision:
from the Engineer to the Contractor which will provide 30 calendar 1 Are not responsive to the questions submitted;
days for the Contractor to submit the necessary documents. The 2 Is contrary to the terms of the contract or any component
30-calendar day deadline shall begin on the date of the postmark of thereof;
the certified letter from the Engineer requesting the necessary 3 is arbitrary and/or is not based upon the applicable facts
documents This reservation by the Contracting Agency to and the law controlling the issues submitted to arbitration. Inc
unilaterally accept the contract will apply to contracts that are board of arbitrators shall support its decision by setting forth in
completed in accordance with Section 1-08.5 or for contracts that writing their findings and conclusions based on the evidence
are terminated in accordance with Section 1-08.10. Unilateral adduced at any such hearing.
acceptance of the contract by the Contracting Agency does not in
any way relieve the Contractor of the provisions under contract or
t-
Page-SP-17
Revision Date:May 19, 1997
1-10 Temporary Traffic Control 1-10 Temporary Traffic Control
The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional
statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment or services which could
such procedure. not be usually anticipated by a prudent contractor for the
The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new
and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further linutations for
contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not ,
reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal they are not
by the contractor. specified in the Special Provisions as incidental and the
accumulative cost for the use of each individual channeljzin
1-10 Temporary Traffic Control device, piece of equipment, or service must exceed 5200 in total
cost for the duration of their need. In the event of di utes the
Engineer will determine what is usuallv anticipated by a prudent
SECTION I-IO.I IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price prjCe
FOLLOWING: established by the Engineer, or by force account. Additional items
1-10.1 General(RC) required as a result of the Contractor's modification to the traffic
When the bid proposal includes an item for 'Traffic Control," control plan(s)appearing in the contract shall not be covered by the
the work required for this item shall be all items described in provisions in this paragraph.
Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or
1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adjustment will be
construction signing and other channelization devices, considered for the item "Traffic Control"to address the increase or
unless a pay item is in the bid proposal for any specific decrease.
device and the Special Provisions specify furnishing, SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS
maintaining, and payment in a different manner for that WISED AS FOLLOWS
device;
2. Furnishing traffic control labor, equipment, and supervisory 1-10.2(1) Traffic Control Supervisor 1� (SA)
personnel for all traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and removeS11PeR,;si;F,"—T4he Contractor shall designate an individual or
the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties
devices; for the project. The TCS shall be certified inas-a worksite traffic
control
4. Furnishing labor and vehicles for patrolling and maintaining
in position all of the construction signs and the traffic . The TCS shall assure that
control devices, unless a pay item is in the bid proposal to 1 all the duties of the TCS are performed during the duration
specifically pay for this work; and of the contract.
5. Furnishing labor, material, and equipment necessary for 7• Ensuring that corrections are made if traffic control
cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may
sins and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to
during the life of the project. accommodate site conditions as long as the original intent
6. Removing existing signs as specified or a directed by the of the traffic control plan is maintained and the revision
is in conformance
engineer and delivering to the City Shops or storing and re- with established standards.
installing as directed by the Engineer.
7. Preparing a traffic control plan for the project and ,
designating the person responsible for traffic control at the
work site. The traffic control plan shall include
descriptions of the traffic control methods and devices to be .Possession of a,current flagging card
used by the prime contractor, and subcontractors, shall be by the TCS is mandatory.
submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS.
shall be subject to review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans
notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic
traveled portion of a roadway. control is installed and maintained in conformance to established
standards. The Contractor shall continuously evaluate the
9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to
traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation-
and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS:
10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs
during periods when they are not needed. All signs required by the approved traffic control plan(s) as
If no bid item "Traffic Control" appears in the proposal then
well as any other appropriate signs prescribed by the Engineer, or
required to conform with established standards re will be furnished
by the Cont;acting all work required by these sections will considered incidental and re Contractor.
their cost shall be included in the other items of work. T---
Page-SP-18
Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable
Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price
increases or decreases by more than 25 percent.
6;gas he
All athcp-costs for the work to "
Pc;ho2tr,
provide Class A or Class B construction signs shall be included in The Lump Sum nail contract price pGP ltewiL--shall be full
the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car
bid proposal. driver(s),and the appropriate pilot car sign(s)for any one-pilot
car operation. Any necessary flaggers will be paid under the
SECTTON 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control-labe�.
1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum wait contract price pa",ow-shall be full
Construction Zone 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.
ass „
gar,
The Lump Sum wait contract price per-square-#'aet.�€
panel-ama-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
Tse�:aatFel. Class A signs, and ultimate return of all Contracting Agency-
Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs.
Contractor shall furnish the pilot car(s)and driver(s)for the pilot car
control area. Any necessary flaggers shall be furnished by the
Contractor "
The Lump Sum wait contract price per- shall be full
" pay for all costs involved in furnishing the person(s)assigned
as the "Traffic Control Supervisor" due-ing an c
DELETE SECTTON 1-10.4 AND REPLACE WITH: .All costs for the vehicle(s)required for
the Traffic Control Supervisor shall be included in the Lump
1-10.4 Measurement(RC) (SA) Sum wait contract price for"Traffic Control Supc;;,sieF."
No specific unit of measurement will apply to the lump sum
item of-Traffic Control".
SEC 7ON 1-10.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
1-10.5 Payment (RC) sat lip, 5Q
bc
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 tho),aye-included in the proposal:
"Traffic 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 The Lump Sum wait•-contract price pep-d -shall be full
furnishing installing maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles
devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(24_TUe9
conformance with accepted standards and in such a manner as to
maximize safety, and minimize disruption and inconvenience to the bak�acT
public..
Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards
will be made as follows:
ao When the initial warning signs for the beginning of the
project and the end of construction signs are installed 1-11 1(1) Responsibility for surveys (RC
and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the
amount bid for the item will be paid direct supervision of a person registered to_practice land survey
under the provisions of Chapter 18.43 RCW.
' b Payment for the remaining 70 percent of the amount All surveys and survey reports shall be prepared in accordance
bid for the item will be paid on a prorated basis in with the requiretpents established by the Board of Regtstrauon for
accordance with the total job progress as determined Professional Engineers and Land Surveyors under the provisions of
by progress payments. Chapter 18.43 RCW.
t-
Page-SP-19
Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards t
1-11.1(2) Survey Datum and Precision(RC) In those cases where an electronic data collector is used a hard
The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes ,
coordinate base: The North American Datum of 1983/91.
All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments(RC)
conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the Juncture of two or
Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to
used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground.
The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which
the closure requirements of WAC 332-130-060. The control base marks or accurately references:
lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard • A corner or other survey point established by or under the
Detail Requirements for ALTAIACSM Land Title Surveys jointly supervision of an individual per section 1-11.10) and any
established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office
comparable classification in future editions of said document. The and its successor the Bureau of Land Management including
angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including one-
survey control shall be revealed on the face of the survey drawing, sixteenth corners;and
as shall the method of adjustment. Any permanently monumented boundary, right of wav
The horizontal component of the control system for surveys
using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established
part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including
95 percent confidence level and performed pursuant to Federal
street intersections but excluding dependent interior lot
Geodetic Control Subcommittee Standards for GPS control surveys corners.
as defined in Geometric Geodetic Accuracy Standards do
Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey(RC)
August 1 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all
said document.. construction projects that will create permanent structures such as
The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or
NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base
tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent
benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be
the project site a tie to both shall be made. The benchmark(s)used observed for staking or "as-builting" while occupying one such
will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of
not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments,
the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or
throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall
(benchmark)will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein.
of any bench marks established. The drawing depicting the survey shall be neat, legible, and
drawn to an appropriate scale. North orientation should be clearly
1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The
Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half
the controlling monuments used and the subdivision of the original scale remains legible.
applicable quarter section. If recording of the survey with the King County Recorder is
Those surveys dependent on retracement of a plat or short plat required it will be prepared on 18 inch by 24 inch mylar and will
shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A
methodology used in that retracement. photographic mylar of the drawing will be submitted to the City of
1-11.1(4) field Notes (RC) Renton and upon their review and acceptance per the specific
requirements of the project the original will be recorded with the
Field notes shall be kept in conventional format in a standard King County Recorder.
bound field book with waterproof pages. In cases where an If recording is not required the survey drawing shall be
electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the orjgjnal or a
sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton.
station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of
point. _WAC 332-130-050 and shall conform to the City of Renton's
Every point located or set shall be identified by a number and Drafting Standards American Public Works Association symbols
a description. Point numbers shall be unique within a complete shall be used whenever possible and a legend shall jdentify all
job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not described at
page and point set on that page. Example: The first point set or each use.
found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the
No. 348.16.01, the second point would be 348.16.02,etc. drawing shall be submitted with each drawing The listing should
Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that in
notebook(s) provided by the City or the original field notebook(s) the field notes) a brief description of the point and northing,
used by the surveyor will be given to the City. For all other work, casting and elevation (if applicable) values all in ASCII format,
surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media.
1-
Page-SP-20 ,
Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
1-11.1(7) Precision Levels (RC) 1-11.1(12) Monument Setting and Referencing(RC)
Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in
satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall
Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1-
meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in
' order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a witness
Control Committee, marker shall be set. In most cases, this will be the extension of the
Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the
stability. Descriptions of bench marks must be complete to insure witness monuments and their respective comers shall be shown or
both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g. "Tacks
in lead on the extension of the lot side litres have been set in the
1-11 1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb." In all other
C cases the corner shall meet the requirements of section 1-11 2(1)
Topographic surveys shall satisfy all applicable requirements herein.
of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5) shall meet
All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument
topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area the
shall meet the requirements of section I-11.1 herein. monument shall be set below the ground surface and contained
The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush
section 1-11 1 herein shall be observed for all topographic surveys. with the pavement surface, per section 1-11.2(3).
In the case of right of way centerline monuments all points of
1-11.1(9) Radial Topography (RC) curvature(PC),points of tangency (PT), street intersections, center
Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI,
topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right
with misclosum not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT
Committee third order elevation accuracy specifications, OR 2) of the curve.
trigonometric leveling with elevation differences determined in at For all non corner monuments set while under contract to the
least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision
circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the
city) identifying the monument; point of intersection (Pn, point of
1-11.1(10) Station--Offset Topography(RC) tangency (PT) point of curvature (PC), one-sixteenth corner, Plat
Elevations of the baseline and topographic points shall be monument street intersection etc., complete with a description of
determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91
Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed
exceed 0.1 foot's error as to side shots. with the city.
1-11.1(11) As-Built Survey(RC) 1-11.2 Materials
All improvements required to be "as-built" (post construction
survey) per City of Renton Codes TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC)
and TITLE 9 Public Ways and Property, must be located both Corners per 1-11 1(5) shall be marked in a permanent manner
horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal
survey. The 'as-built" survey must be based on the same base line plugs or caps tack in lead etc and permanently marked or tagged
or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of
improvements being "as-built". The "as-built" survey for all the marker used can be determined by the surveyor at the time of
subsurface improvements should occur prior to backfilling. Close installation.
cooperation between the installing contractor and the "as-builting"
surveyor is therefore required. 1-11.2(2) Monuments (RC)
All "as-built" surveys shall satisfy the requirements of section Monuments per 1 11 1(5) shall meet the requirements as set
1-11 1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently
surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number.
The field notes for "as-built" shall meet the requirements of
section 1-11 1(4) herein and submitted with stamped and signed 1-11 2(3) Monument Case and Cover (RCS
"as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and Ciry
accuracy of the 'as built", of Renton Standard Plans page H031.
The drawing and electronic listing requirements set forth in
section 1-11 1(6) herein shall be observed for all "as-built"
surveys.
1 ;
Page-SP-21
Revision Date:May 19, 1997
2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment
Division 2 Earthwork quantities and changes will be computed either
manually or by means of electronic data processing equipment
Earthwork use of the average end area method. Any changes to the proposed
work as directed by the Engineer that would alter these quantities
shall be calculated by the Engineer and submitted to the Contractor
for his review and verification. ,
2-02 Removal of Structures and
And excavation or embankment beyond the limits indicated in
Obstructions the Plans, unless ordered by the Engineer, shall not be paid for
All work and material required to return these areas to their
original conditions, as directed by the Engineer shall be p_ rovided '
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS
FOLLOWS: 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
2-02.3(3) Removal of Pavement, Sidewalks, and and backfilled areas, fine grading shall begin during the placement
Curbs and the compaction of the final laver. In cut sections,.fine grading
In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut Final grading
mil'1. Haul broken-up pieces ' shall produce a surface which is smooth and even without abrupt ,
changes in grade.
to some off-project site. 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
S. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from
opened to traffic before pavement patching has been completed, detrimental quantities of leaves, brush, sticks trash and other
temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work.
Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation,to grade and
inches immediately after backfilling and compaction are complete, before placement of fills or base course the subgrade under the
and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas
mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and
If pavements, sidewalks, or curbs lie within an excavation replacement. ,
area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection
will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water.
they a uet Acceptable excavated native soils shall be used for fill in the
mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material
and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified
included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the
2-02.5 Payment (RC) native materials from becoming saturated with water. The
2. "Saw Cutting', per Lineal Foot. measures may include sloping to drain compacting the native
3. "Remove Sidewalk",per Square Yard. materials, and diverting runoff away from the materials. If the
4. 'Remove Curb and Gutter% per Lineal Foot. Contractor fails to take such preventative measures, any costs or
5. "Cold Mix",per Ton delay related to drying the materials shall be at his own expense.
6. "Remove Asphalt Concrete Pavement,"per square yard. If the native materials become saturated, it shall be the
7. 'Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the
8. "Remove existing " per optimum moisture content. If sufficient acceptable native soils are
All costs related4o the removal and disposal of structures and not available to complete construction of the roadway embankment,
obstructions including saw cutting, excavation, backfilling and Gravel Borrow shall be used.
temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project,all portions
other items unless designated as specific bid items in the proposal. of Section 2-03 shall apply as though a subgrade trimmer were
specified.
If sufficient acceptable native soils as determined by the
2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway
Embankment embankment, Gravel Borrow meeting the requirements of Section
9-03.14 of the Standard Specifications shall be used.
SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
2-03.3 Construction Requirements (RC) 2-03.4 Measurement(RC) ,
Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to
excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other
excavated material shall be used for embankments, while surplus sections provide otherwise: ,
excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation,
the Contractor. borrow excavation and unsuitable foundation excavation - by the
t-
Page-SP-22
Revision Date:May 19, 1997
2-04 Haul 2-09 Structure Excavation
cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation
hauling vehicle at the point of loading. The contractor shall
provide truck tickets for each load removed. Each ticket shall have SECTION 2-06.S IS SUPPLEMENTED BY ADDING THE
the truck number,time and date, and be approved by the engineer. FOLLOWING:
SECTION 2-03.S IS REVISED AS FOLLOWS:
2-06.5 Payment (RC)
2-03.5 Payment (RC) Subgrade preparation and maintenance including watering
Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs
are included in the proposal: thereof shall be included in the appropriate unit or lump sum
1. "Roadway Excavation" or"Roadway Excavation—Area contract bid prices.
A(B, C.etc.)", per cubic yard.
When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation
subgrade, unit contract prices for roadway excavation and haul
shall apply. If he orders excavation more than 2 feet below SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE
subgrade, that part below the 2-foot depth shall be paid for as FOLLOWING.
provided in Soction1-01 1 Item 3 of this payment section. In this
case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC)
at unit contract prices. This work also includes the excavation, haul, and disposal of
The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable
excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps.
material. .
2r09.3 Construction Requirements
iThe unit contract price per cubic yard shall
include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS:
3. "Unsuitable Foundation Excavation", per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RC)
The unit contract price per cubic yard for "Unsuitable All costs for disposing of excavated material within the project
Foundation Excavation" shall be full pay for excavating, loading,
limits shall be included in the unit contract price for structure
and disposing of the material.
excavation, Class A or B.
The unit contract price per
cubic yard shall include haul.
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
Payment for the work.
embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS
costs for embankment compaction shall be included in other bid FOLLOWS.
items involved.
2-09.4 Measurement (RC)
2-U4 Haul Gravel backfill. All gravel backfill will be measured by the
cubic yard in place determined by the neat lines required by the
Plans or by the ton as measured in conformance with section 1-09.2.
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the
FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a
specific separate pay item is included in the contract for gravel
2-04.5 Payment (RC) backfill for pipe bedding.
SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS
l r "1Iaa1",-per unit FOLLOWS:
All costs for the hauling of material to from, or on the iob
site shall be considered incidental to and included in the unit price 2-09.5 Payment
' of other units of work. Payment will be made for the following bid items when they
are included in the proposal:
"Structure Excavation Class A", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
The unit contract price per cubic yard for the bid items listed
as 1 through 4 above shall be full pay for all labor, materials,
tools, equipment, and pumping or shall be included in the unit bid
price of other items of work if "Structure Excavation- or
Page-SP-23
Revision Date:May 19, 1997
2-09 Structure Excavation 2-09 Structure Excavation
"Structure Excavation Incl Haul" are not listed as pay items in the I
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
treat line.
If there is no bid item for shoring or extra excavation Class B
on a square foot basis and the nature of the excavation is such that
shoring or extra excavation is required, then shoring or extra
excavation shall be considered incidental to the work involved and
no further compensation shall be made.
"Gravel Backfill (Kind) for (Type of Excavation), per Cubic
Yard or per Ton".
. When gravel backfill is paid by the ton, the Contractor shall
take care to assure to the satisfaction of the Engineer that such per
ton backfill is only being used for the specified purpose and not for
purposes 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. Unless included in the contract as a
separate pay item, gravel backfill used for pipe bedding shall be
considered incidental to the installation of the pipe or shall be
included in the gravel backfill used to backfill the trench, if a
separate pay item is included for trench backfill.
Page-SP-24
Revision Date:May 19, 1997
3 No supplemental specifications were necessary 4 No supplemental specifications were necessary
Division 3
Production From Quarry and Pit Sites Division 4
and Stockpiling gases
1 3 No supplemental specifications were
pp p 4 No supplemental specifications were
necessary
necessary
No supplemental specifications were necessary for Division 3.
No supplemental specifications were necessary for Division 4.
1
1
1
1
1
1
1
i
Page-SP-25
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Division 5 (2)
Surface Treatments and Pavements
sample When a sample from uncompacted mix is needed the
Contractor shall ensure that the samples can -be obtained in
$-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712.-Z4o pLuc till '
SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS hawling vsh;Gle Agin
FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose
of acceptance sampling and testing, a lot-Js is-&hail-ba defined as
5-041. G Acceptance Sampling and Testing e shall
the total quantity of material or work produced for each Job mix
1. General. Acceptance of asphalt cement concrete shall e. formula (JMF). Only one lot per IMF is expected to occur-4w
as—provided under--siatrist+cal�-eF a nonstatistical acceptance.
Determination of-44atisticaL-" nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid
items involving mix of a specific class.
Dense graded mixes(asphalt concrete pavement Classes A, B,
E, F. and G) shallvAg be evaluated for quality of gradation on a
dailylet basis by the Contractor. This gradation analysis shall be The JMF
based on WSDOT Test Method 104 and the results delivered to the is defm in Section 9-
Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make
information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the
with Section 9-03.8(6)A.2.-sad A-asphalt content shall be tested at Engineer.
�o „oor_r.,+,rr•,.�r.,r may,., a �I,.,.,,.o in Qs TA,fR TF r{.
the Eengineer's discretion if the Compaction Pay Factor(Section 5-
To w
04.3(10)B)falls below 1.00. r-equess is apprQued, all of the FRawiA Pr.QJ12QaA lip to Cho.:Me 0
The Contracting Agency may take their own independent
gradation samples at the stockpile to confirm the gradation testing
done by the contractor. If the independent sample gradation varies
from the Contractor's data by more than t3% for sieve sizes Ir '
greater than 1/4" and t2% for sieves smaller than the No. 10, then sample per sublot, with minimum, of C41-9 sublots per -t lacs o
the costs of the sampling and testing shall be borne by the
Contractor. If the tT-est results vary from the Contractor's data
sF@-within the ranges listed abov , then Sampling and testing for nonstatistical acceptance shall be
the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one
only,
...•o.eor:..n
sample for each sublot of 400 tons or each day's production,
.. Tuor:,,n ++,:I1 do
- - whichever is least. When proposal quantities exceed 1,200 tons for
a class of mix under nonstatistical acceptance, sublot size shall be
determined to the nearest 100 tons to provide not less than three
uniform sized sublots, based on proposal quantities, with a
maximum sublot size of 800 tons. '
C. Test Results. The Engineer will furnish the Contractor
with a copy of the results as they become available., of all
(a) ;G ftrlM;,1;rt@r@A wider. &he pvovisigas of S@G4ioA 5 04 5(1) f4g of 4h@ AQX4 workday after. Sampling, g; fQ;: pigbaom- wgr-k *4
ghat GWR of Mix aNG00A I 150Q 4014S Engineer will airw pro;...Ja, by agon of 4149 next wgr-kdaY 2fia;
D. Test Methods. When sample testing of asphalt content is '
necessary, Aacceptance to ang for compliance of aspltak-ceateac
will use the Nuclear Asphalt Gauge Procedure; WSDOT Test
2. Aggregates. _Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary,
equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Quick
requirements of Section 9-03.8(2)_ Determination of Aggregate Gradation using Alternate Solvent
�� Procedure; WSDOT Test Method 723-T.
3. Asphalt Cement. Asphalt Cement will be accepted €eF w E. Mixture
Reject Mixscs-based on thak-conformance to the requirements of Section 9- E. Rejection to Contractor. The Contractor may, prior to
02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it
be the responsibility of the contractor. 1f the vendor or grade of with new material at no expense to the Contracting Agency. Any ,
the asphalt cement changes, a new job mix formula (JM1) shall be such new material will be sampled, tested, and evaluated for
evaluated and approved.
acceptance.
43. Asphalt Concrete Mixture (2) Rejection -by Engineer Without TestingxArJth
A. Sampling The Engineer may, without sampling, reject any batch load, or '
(1) A sample will not be obtained from either the first or last section of roadway
25 tons of mix produced in each production shift. - t
Page-SP-26
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
auus&W that appears defective in gradation or asphalt comem SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into Ey" pavement. Any rejected section of 5-04.3(10)A General(RC)
compacted vement shall be removed.
No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a
removal of the materials unless the Contractor requests that the strew where A.C. Line (T'ransite) is in place (refer to City of
' rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of
rejected material tested,a minimum of three representative samples A.C. lines.
will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS:
' for testing from compacted pavement shall be removed by coring.
5-04.3(10)B Control (SA)
he GRP fQr. the ;9joGtod Asphalt concrete pavement Classes A, B, E, and F used in
traffic lanes, including lanes for ramps, truck climbing, weaving,
mfttsr.1ftn' _ r.064 and speed change, and having a specified compacted course
Oar
if the C12P is g;sue; thickness greater than 0.10 foot, shall be compacted to a specified
level of relative density. The testing shall occur on a sublot basis
using the definition of a sublot described in Section 5-04.3(8). The
specified level of relative density shall be
c , ^�'�, ^F 9U.0 percent of the
Acceptance of the initially reference maximum density
` rejected suspaotad material will use the acceptance sampling and A4stkied-SO5. The reference maximum density shall be determined
testing methods If the material does not fall within the job mix as that developed in the job mix formula
formula tolerances of Section 9-03.8(6)A the mix will be rejected
1 and all costs associated with sampling testing and removal shall beplaced. If the Contractor chooses, a moving
borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be
and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the
Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of
tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average sts4stics3
retrain subiect to the compaction adjustment of Section 5-04.3(10) +ea—of three €Eu# nuclear density gauge tests taken in
and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is
the Contracting Agency. placed (after completion of the finish rolling) at locations
determined by om sau�p3i ---gcdur�
within each density lot
I ;jQGamp 3sss,The Engineer will futn' a copy of the
results of all acceptance testing performed in the field as soon as
the results are availabl
._ Pavement compaction
below 89 percent of the reference maximum density shall not be
accepted Relative densities falling between 89 percent and 92
percent shall be subject to the price adjustments of Section 5-
' 04.5(1)B.
For compaction lots falling below a CPF of 1.00 pa. ;eF
and thus subject to price reduction or rejection, cores may be used
as an alternatives to the nuclear density gauge tests. AQWR-"f-"
When the Contractin A ency mquests cores and the
level of relative density within a sublot is less than 92.0 Percents
Progress; t�tie cost for hs_cormg
and testing shall be borne by the Contractor. When the Contracting
Agency requests cores and the level of relative density within a
sublot is greater than 92.0 percent the cost for coring and test,
shall be borne by the Contracting Agency. sxpsasss-at-
shall 915-percent
At the start of paving, if requested by the Contractor, a
compaction test section shall be constructed, as directed by the
Engineer, to determine the compactibility of the mix design.
f-
Page-SP-27
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE pRICE
a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. '
greater referenced to the specified minimum density (92U percent SECTION 5-04.5(1)A IS DELETED AND REPLACED
of the reference maximum density WITH
THE FOLLOWING:
A4attaod OS). If a compaction test section is requested, a
Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix '
proven. Following determination of compactibility, the Contractor (RC)
is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete
Contractor does not request a test section, the mix will be
pavement produced and having all constituents falling within
considered compactible. the limits of the job mix formula shall be accepted at the unit
Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the
under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted(see
basis of a test point evaluation of the compaction train. The test Section 54)4.3(8) Rejection of Mixture).
point evaluation shall be performed in accordance with instructions
from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS
compaction train, required to attain the maximum test point FOLLOWS:
density, shall be used on all subsequent paving.
Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC ,
compacted to the satisfaction of the Engineer. Compaction (RC)
In addition to the randomly selected locations for tests of the For each sublot a Compaction Pay
density, the Engineer may also isolate from a normal lot any area Factor will be
that is suspected of--being defective in relative density. Such determined based on the relative density of the tests. The
isolated material will-not include an original sample location. A following table lists the Compaction Pay Factors and their
minimum of three S randomly located density tests will be taken. associated relative density.
The isolated area will then be evaluated for price adjustment in
accordance with this 'on, considering
it as a separate_sublotlot.
SECTION 5-04.S IS REVISED AS FOLLOWS: ,
Relative Density Compaction Pay Factor
5-04.5 Payment (RC) (average of three tests)
"Misr and/or Driveway Asphalt Conc. A.gpreach Cl. _" ZtW.0 1.00
per ton. This item, when included in the contract, includes asphalt 91.5 0.99
paving for areas such as driveways and traffic islands that are not 91.0 0.95
part of other paving work. 90.5 0.91
_ 90.0 0.85
89.5 0.80
ns;A f r dei;Gribad ;A co,..;,,.,5 04 vi)A 89.0 0.75
Page-SP-28
Revision Date:May 19, 1997
6-12 Rockeries 6-12 Rockeries
6 and have a stable appearance. The rocks shall be carefully placed
Dl�V1s10I1 by mechanical equipment and in a manner such that the longitudinal
Structures axis if the rock shall be at right angles or perpendicular to the
rockery face. The rocks shall have all inclining faces sloping to
the back of the rockery. Each row of rocks will be seated as
SECTION 6-I2 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner
that there will be no movement between the two. After setting a
6-12 Rockeries course of rock, all voids_between the rocks shall be chinked on the
back with quarry rock to eliminate any void sufficient to pass a 2
inch square probe.
6-12.1 Description (RC)
The work described in this section regardless of the type of 6-12.3.1 Rockery Baekfill(RC)
materials encountered The wall backfill shall consist of 1-1/2 inch minus crushed includes the excavation and shaping of the rock or gravel conforming to section 9-03.9(3). This material will
cut or fill slopes and furnishing and constructing rockeries/rock be placed to an 8 inch minimum thickness between the entire wall
retaining wall where shown on the plans or where directed by the and the cut or fill material. The backfill material will be placed in
engineer. lifts to an elevation approximately 6 inches below the course of
' 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of
Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock
andesite or other igneous rock Individual pieces of rock shall be
course will be removed before setting the next course.
sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC)
weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a
sulphate in accordance with aashto t104, the loss through a one- footing drain behind the rockeries as shown in the standard plans,
inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown.
The rock material shall be as nearly rectangular as possible so
as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC)
No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective
The rock material shall be hard sound durable and free from material and to suspend any work that is being improperly done,
weathered portions seams cracks and other defects. subject to the final decision of the engineer. All rejected material
The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work
foot The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner.
material shall be approved by the engineer before delivery to the
site. 6-12.4 Measurement (RC)
The rock walls shall be constructed of one-man rocks, (85 to Measurement of the finished rock wall for payment will be
300 pounds) each 10" in its least dimension; two-man rocks, (300 made from the footing grade to the top of the wall and rounded to
to 600 pounds) each 13" in its least dimension; three-man rocks the nearest square yard.
(800 to 1,200 pounds) each 16" in its least dimension; four-man
rocks(1 500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment (RC)
rocks shall range uniformly in size for each classification specifies. payment will be made under the item "rock retaining wall",
' The four-man rocks shall only be used for the first course of
rock in walls over 6 feet in height. per square yard.
The unit price per square yard shall be full compensation for
6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work,
The rock unloading at the site will be done in such a manner materials and equipment required to complete the instailation,
as to segregate the rock by the size ranges indicated in the
including drainage pipe and all other items.
preceding paragraph.
The walls shall be started by excavating a trench not less than
6 inches or more than one foot in depth below subgrade in
excavation sections or not less than 6 inches or more than one foot
in depth below the existing ground level in embankment sections.
Areas on which the rockery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. The rock
wall construction shall start as soon as possible upon the
completion of the cut or fill section.
Rock selection and placement shall be such that there will be
no open voids in the exposed face of the wall over 6 inches across
in any direction The rocks shall be placed and keyed together
with a minimum of voids Particular attention shall be given to
the placing and keying together of the final course of all rockeries. ,
The final course shall have a continuous appearance and be placed
to minimize erosion of the backfill material. The larger rocks shall
be placed at the base of the rockery so that the wall will be stable
t-
Page-SP-29
Revision Date:May 19, 1997
7-01 Drains 7-04 Storm Sewers
Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19
Where steel or aluminum are referred to in this Section in '
Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall
Sanitary Sewers, Water Mains, and
be understood that steel is zinc coated with Asphalt Treatment I
(galvanized) or aluminum coated (aluminized) corrugated iron or
Conduits steel, and aluminum is corrugated aluminum alloy as specified in ,
Sections 9-05.4 and 9-05.5.
Where plain or reinforced concrete, steel, or aluminum are
referred to in Section 7-02 it shall be understood that reference is
7-01 Drains also made to PVC.
SECTION 7-01.2 IS REVISED AS FOLLOWS:
7-01.2 Materials (RC)
7-03 Structural Plate Pipe, Pipe Arch, Arch,
,
and Underpass
Drain pipes may be concrete, zinc coated (galvanized) Asphalt
Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.21S REVISED AS FOLLOWS:
steel with Asphalt Treatment I, corrugated aluminum alloy, ,
polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC)
option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following
used. sections:
SECTION 7-01.3 IS.REVISED AS FOLLOWS: Concrete Class 3000 6-02
Construction Requirements
Corrugated Steel Asphalt Treatment I 9-05.6(8)
(RC) I
7-01.3 Corrugated Aluminum 9-05.6(8)
PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07
using a flexible elastomeric seal as described in Section 9-04.8.
The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS.
jointed with snap-on, screw-on, or wraparound coupling bands as I
recommended by the manufacturer of the tubing. 7-03.5 Payment(RC)
PVC underdrain pipe shall be jointed using either the flexible payment will be made in accordance with Section 1-04.1, for
elastoineric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal:
described in Section 9-04.9, at the option of the Contractor unless "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear
otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I. I
PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Str. Plate Pipe Arch_Gage Ft._In. Span",
snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment I.
recommended by the manufacturer of the tubing. "St. Sir. Plate Arch_ Gage_ Ft. _In. Span", per
SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment 1.
FOLLOWING: "Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl.Haul", per cubic yard.
7-01.4 Measurement(RC) If no bid item for Structure Excavation Class A or Structure '
When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of
Class B« or"Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost
should hou be included in the cost of the pipe. "Shoring or Extra
item all costs associated with these items shall be included in other s '
contract pay items. Excavation Class B". If it is not in the contract, then it shall be
incidental.
7-02 Culverts 7-04 Storm Sewers
SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS
FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS:
7-02.2 Materials (RC) ) I
Materials shall meet the requirements of the following
Where steel or aluminum are referred to in this Section in '
sections: regard to a kind of storm sewer pipe, it shall be understood that
Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized),, Asphalt Treatment I Coated eF
Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and
Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections
Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5.
Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) '
Steel End Sections, Asphalt Treatment I 9-05.4(9)
Aluminum Culvert Pipe 9-05.5
Aluminum End Sections 9-05.5(6)
Solid Wall PVC Culvert Pipe 9-05.12(1)
Profile Wall PVC Culvert Pipe 9-05.12(2)
Page-SP-30 '
Revision Date: May 19, 1997
7-05 Manholes,inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins
7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins
SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING.
7-04.3(1)B Pipe Bedding (RC) 7-05.3 Construction Requirements (RC)
pipe bedding for PVC sewer pipe shall consist of clean, All manholes shall have eccentric cones and shall have
granular pea gravel consistent with section 9-03.1"C It shall be ladders.
placed to a depth of 6' over and 6' under the exterior walls of the
pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7-04,3(2) Laying Storm Sewer Pipe
SECTION 7-04 3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to
Graded
7-04.3(2)A Survey Line and Grade SRC) The existing cast iron ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
specifications. existing structure shall be raised or lowered to the required
elevation.
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7-04.3(2)G Storm Sewer Line Connections_RC�
All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar
be done utilizing pre-manufactured tee co ors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall
' approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the
proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing
by the Engineer. manholes shall be cut off and coveted in a similar manner. The
contractor shall carefully reference each manhole so that they may
SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing
7-04.4 Measurement(RC) the gravel or crushed stone surfacing the manholes and manhole
castings shall be constructed to the finished grade of the roadway
The length of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade
feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area
include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void
of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result
center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be
catch basins and similar type structures. thoroughly compacted.
In cement concrete pavement: Manholes, catch basins and
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS similar structures shall be constructed and adjusted m the same
FOLLOWS: manner as outlined above except that the final adjustment shall be
7-04.5 Payment (RQ made and cast iron frame be set after forms have been placed and
checked In placing the concrete pavement, extreme care shall be
The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way•
the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted
complete the installation including adjustment of inverts to until the pavement is completed at which time the center of each
manholes. When no bid item "gravel backfill for pipe bedding is manhole shall be carefully relocated from references previously
included in the Schedule of Prices pipe bedding as shown m the established by the contractor. The pavement shall be cut m a
standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of
additional payment shall be made. the-cover. ugh
The manhole shall then be brot to proper grade
Rips". utilizing the same methods of construction as for the manhole
Testing of storm sewer pipe if required by the Engineer, shall itself The cast iron frame shall be placed on the concrete blocks
be considered incidental to and included in the unit contract prices and wedged up to the desired grade The asphalt concrete Pavement
for other items. shall be cut and removed to a neat circle the diameter of which
shall be equal to the outside diameter of the cast iron frame plus
two feet. The base materials and crushed rock shall be removed
and Class 3000 or Commercial Portland Cement Concrete shall be
placed so that the entire volume of the excavation is replaced up to
within but not to exceed 2 inches of the finished pavement surface.
On the day following placement of the concrete the edge of the
asphalt concrete pavement and the outer edge of the casting shall
be painted with hot asphalt cement Asphalt Class_G concrete shalt
then be placed and compacted with hand tampers and a patching
roller. The complete patch shall match the existing paved surface
for texture density, a2d uniformity of grade. The joint bet_�cen the
Page-SP-31
Revision Date:May 19, 1997
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements ,
patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS.
hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC)
covered with dry paving sand before the asphalt cement solidifies.
The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of
manhole heights for payment purposes will be the distance from
plastered. finished rim elevation to the invert of the lowest outlet pipe ,
Adjustment of inlets: The final alignment and grade of cast
iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such
established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract
final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made
manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such ,
projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by 'Adjust Existing • per
frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all
in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section
inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details.
below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured
concrete pavement will butt the cast iron frame. The existing per each.
concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS
asphalt cement. Adjustments in the inlet structure shall be FOLLOWS.
constructed in the same manner and of the same material as that
required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment(RCZ
and plastered. 'AdjustMaPAW#Existing ' per each.
Monuments and.,cast iron frame and cover: Monuments and The unit contract price per each for "Adjust
monument castings shall be adjusted to grade in the same manner Existing " shall be full pay
as for manholes. for all costs necessary to make the adjustment including restoration
Valve box castings:Adjustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer. ,
made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard.
SEC77ON 7-05.3(Z)IS REVISED AS FOLLOWS. "Structure Excavation Class B Incl. Haul",per cubic yard.
Structure excavation for concrete inlets and area inlets is
7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included
Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If
the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure
below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the
manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included
manhole filled with sand and compacted to 90 percent density as in the cost of the pipe.
specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each.
the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each.
to the approval of the Engineer. The ring and cover shall be
salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements
SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMENTED AS FOLLOWS. '
FOLLOWING:
7-08.3(1)C Pipe Zone Bedding (RC) (SA)
7-05.3(3) Connections to Existing Manholes RQC Hand compaction of the bedding materials under the pipe
Where shown on the plans,new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished
to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid
the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort.
manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no
plans, additional structure channeling will be required. further compensation shall be made.
A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS:
connection of a new line to an existing structure, or the connection '
of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC)
will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled
adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or
Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed
place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense. before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced ,
labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe
together, except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
r-
Page-SP-32
Revision Date: May 19, 1997
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in
Contracting Agency. the pipe line shall be closed with water tight expandable type sewer
Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe
pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other
damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted.
Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen
entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the
pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be
minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades
' concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall
gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by
deflected and straightened, such movement shall be held to a the following pipe to prevent movement.
minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight
between the changes in alignment and at uniform grade between
SECTION 7-08.3(2)1 IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement
7-08.3(2)J Placing PVC Pipe C the pipe shall be placed with the minor axis of the reinforcement in
In the trench prepared as specified in Section 7-02.30) PVC a vertical position.
pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made, proper gasket
upgrade Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the
extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement.
the p1pe When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE
mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING.
at the point of connection.
7-08.3(2)G Sewer Line Connections (RC)
7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer, all connections of
Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron
with Sections 1-05.4, 1-05.5 and 1-11 hilbs will be saddle secured to the sewer main with stainless steel bands. When
F&agin"F n a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or
The Contractor shall transfer line and grade into the trench reinforced concrete cast or ductile iron pipe, the existing main
where they shall be carried by means of a laser beam using 50 foot shall be core drilled.
minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided
have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall
have an "O" ring rubber gasket meeting ASTM C-478 in a
manhole coupling equal to the Johns-Manville Asbestos-Cement
collar, or use a conical type flexible seal equal to kore-N-Seal.
PVC pipe connection shall consist of tee nipple and couplers as
approved by the Engineer.
SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.-
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE 7-08.4 Measurement (SA)
FOLLOWING:
'
7-08 3(2)B Pipe Laying (RC) Gravel back-fill for foundations, or gravel backfill for pipe Checking of the invert elevation(RC)of the pipe may be made by zone bedding when used for foundations, shall be measured by the
cubic yard, including haul,as specified in 2-M nr by the TON.
calculations from measurements on the top of the pipe, or by Y
Concrete for plugging existing pipes will be measured by the
looking for ponding of 1/2" or less which indicates a satisfactory cubic and for the volume which would be required to completely
condition At manholes when the downstream pipe(s) is of a Y
larger size pipe(s) shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for
corrugated metal pipes will be based on the nominal diameter•
elevation unless otherwise approved by the Engineer.
All pipe fittings etc shall be carefully handled and protected Excavation of the trench will be measured as structure
excavation Class B or structure excavation Class B including haul,
against damage impact shocks and free fall. All pipe handling b the cubic and ass specified in Section 2-09. When excavation
equipment shall be acceptable to the ENGINEER. Pipe shall not below grade is necessary, excavation will be measured to the limits
be placed directly on rough ground but shall be supported in a
manner which will protect the pipe against injury whenever stored ordered by the Engineer.
at the trench site or elsewhere Embankment construction before culvert placement under the No pipe shall be installed where licabie provisions of Section 7-08.3(1)A will be measured in
the lining or coating show defects that may be harmful as a PP P
determined by the ENGINEER Such damaged fining or coating accordance with Section 2-03.
shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as
specified in Section 2-09.4.
installed.
The CONTRACTOR shall inspect each pipe and fitting prior
to installation to insure that there are not damaged portions of the
pipe Any defective damaged or unsound pipe shall be repaired or
replaced All foreign matter or dirt shall be remove_d from the
interior of the pipe before lowering into positron in the trench. 1
' Page-SP-33
Revision Date: May 19, 1997
7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains
SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains
FOLLOWS:
7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC)
Payment will be made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves
"Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS:
"Gravel Backfill for Pipe Zone Bedding", per cubic yard, or
Ton. 7-11.3(4)A Ductile Iron Pipe (RC) '
"Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or
"Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If
"Structure Excavation Class B Incl. Haul", per cubic yard. the pipe is shown curved in the Plans and no special fittings are
Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by
structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter
to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that
"Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe
If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I
incidental. the manufacturer's printed recommended deflections.
7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS.
Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe(4 inches
and Over) C;
Polyvinyl Chloride (PVC) Pipe shall not be used for water
SECTION 7-f0.4 IS REVISED AS FOLLOWS: mains and appurtenances.
7-10.4 Measurement(RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN
Measurement of bank run gravel for trench backfiil will be by REVISED AS FOLLOWS.
the cubic yard measured by the calculation of neat lines based on 7-11.3(6) Laying Ductile Iron Pipe and F7ittings with '
maximum trench width per Section 2-09.4 or by the ton, in
accordance with Section 1-09. Polyethylene Encasement_ RQ
, tThe Contractor shall lay ductile
7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. iron pipe with a polyethylene encasement. Pipe and polyethylene
7-10.5 Payment RQ 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
cubic-3mrd. valves, with 8 mil. polyethylene plastic in accordance with Section '
4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color.
Any damage that occurs to the wrap shall be repaired in accordance
Payment for 'removal with ANSI/AWWA C105/A21.5-93. '
and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered
incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment
compensation will be made. shall be allowed. '
4. "Bank Run Gravel for Trench Backfill". per cubic yard 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND
or ton.
The unit contract price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING
Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC) '
furnish, place., and compact the material in the trench. Also Steel pipe shall not be used.
included in the unit contract price is the disposal of excess and
unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS
6. "Foundation Material" , per ton or cubic yard. FOLLOWS: '
Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains (RC)
shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection
unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor
material per Section 9-30.7B(1).
shall not operate any valves on the existing system�uitlreat-sgocif+c
Water system personnel will operate
all valves on the existing system for the contractor when required.
No work shall be performed on the connections unless a '
representative of the water department is present to inspect the
work.
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by City '
forces as provided below:
City Installed connections:
Page-SP-34 ,
Revision Date:May 19, 1997
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by
drawings The contractor must verify all existing piping, the Engineer.
dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows:
Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as
without first making the necessary arrangements with the Engineer follows:
' in advance. 1. The quantity of water lost from the main shall not exceed
A two-week advance notice shall be required for each the number of gallons per hour as listed in the following
connection which requires a cutting of the existing water mains or a table.
shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour
tore schedule the connection if the work area is not ready at the test period.
scheduled time for the connection. All water used to perform hydrostatic pressure shall be
Work shall not be started until all the materials equipment charged a usage fee.
and labor necessary to properly complete the work are assembled
Allowable leakage per 1000 ft. of pipeline*-in GPH
on site.
The Contractor shall provide all saw-cutting removal and
disposal of existing surface improvements excavation, haul and Nominal Pipe Diameter in inches
disposal of unsuitable materials shoring, de-watering, foundation PSI 6' 8' 10" 12" 16' 20' 24'
material at the connection arras before the scheduled time for the 450 0_95 1.27 1.59 1.91 2.55 3.18 3_82
connection by the Ciri The Contractor shall provide all materials 400 0_90 1_20 1_50 1.80 2_40 3_00 3_60
necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 2_25 2.81 3.37
plans including but not limited to the required fittings coupl 275 0.75 1_00 1.24 1.49 1.99 2.49 2_99ings, 250 0.71 0.95 1.19 1.42 1_90 2.37 2.95
pipe spools shackle materials to complete the connections. The 225 0_68 0_90 1.13 1.35 1_80 2_25 2.70
Contractor shall provide and install concrete blocking, polywrap 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
the piping at the connections backfill and surface restoration at the
locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various
water mains. diameters the allowable leakage will be the sum of the computed
The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed,
the formula below shall be used:
SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the
FOLLOWS: number of gallons per hour as determined by the formula
7-11.3(11) Hydrostatic Pressure Test (R L P
C)
7400
' A hydrant meter and a back flow prevention device will be in which
used when drawing water from the City system. These may be L = Allowable leakage, gallons/hour
obtained from the City by completing the required forms and N = No.of joints in the length of pipeline tested
making required security deposits. There will be a charge for the D = Nominal diameter of the pipe in inches
' water used. Before applying the specified test pressure air shall P = Average test pressure during the leakage test,psi
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
e milled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND
expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS:
pressure applied At the conclusion of the pressure test, the
corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and °Poly-pi99ft (RQ
r The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be Aadwdpoly-
under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may
air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.If no hydr= ;
furnish the water necessary to fill the pipelines for testing purposes of main cannot be "poly-pigged", then a tap shall be
at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in
normal system operation. the main.
The test shall be accomplished by pumping the main up to the The "Poly pig" shall be equal to Girard Industries Aqua-
' required pressure, stopping the pump for a minimum of two hours, Swab AS 2lb/cu-ft density foam with 90A durometer urethane
and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly pig" only The Poly-pig
the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end.
visible leakage. A clean container shall be used for holding water
' for pumping up pressure on the main being tested. This makeup
water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be
concentration of 50 mg/l. accomplished in accordance with the City' standard detail. Water
The quantity of water required to restore the pressure shall be containing chlorine residual in excess of[hat carried in the existing
accurately determined by either 1) pumping from an open container water system shall not be disposed into the storm drainage system
of suitable size such that accurate volume measurements can be or any water way.
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
r.
Page-SP-35
Revision Date:May 19, 1997
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains '
SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components:
REPLACED WITH. Tiebolt: ASTM A242, type 2, zinc plated or hot-di
galvanized. SST 7:5/8 for 2 and 3 mechan cal joints Ltd" for
7-11.3(12)D Dry Calcium Hypochlorite (RC) 4 to 12 mechanical joints, ASTM A325, !vM 31) except tensile
Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40 inn
laid. lbs. minimum for 5/8 and 60.000 lbs. minimum for 3/4" by heat '
SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS. treating (quenching and tempering) to manufactures rehear and
hardness specifications. SST 753: 3/4" for 14" to 24' mechanical
7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4" same as
Treated water shall be retained in the pipe at least 24 hours SST 7, except P eye for 7/8" rod. same ASTM specification as
but no long than 48 hours. After this period, the chlorine residual SST 7.
at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4'
least 25 mg/I. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4" ASTIvI
SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized
Tiecoupling: used to extend continuous threaded rods and are
7-11.3(12)N Final Flushing and Testing (RC) provided with a center stop to aid installation, zinc plated or hot-
Before placing the line$ into service,a satisfactory report shall dip galvanized. SS10: for 5/8' and 3/4" tierods, ASTM A563 '
be received from the local or State health department or an grade C3. S10: for 5/8' and 3/4' tierods,ASTM A563 grade A
approved testing lab on samples collected from representative points in the new-system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths
bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8" and 314" diameter,
ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter,
SECTION 7-11.3(I3) HAS BEEN SUPPLEMENTED BY ASTM A36,A307.
ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip
7-113(13) Concrete Thrust Blocking and Dead-Man
galvanized. SS17:ASTM A242, F436. S17: ANSI 1318.22.1. ,
Installation:
Block(RC) Install the joint restraint system in accordance with the
Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked
horizontal or vertical angle points. Conform to The City of Renton Nether to prevent joint separation. Tiebolts shall be installed to '
standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower.
All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings
plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange '
or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe.
around joints. The forms shall be stripped prior to backfilling.
Joint restraint(shackle rods), where required, shall be installed in
accordance with section 7-11.3(15). '
Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4"
plans. The dead-man block shall include reinforcing steels, shackle Tie Rods Required
rods, installation and removal of formwork. —
Blocking shall be commercial concrete (hand mixed concrete 4" .....................................2
is not allowed)and poured in place. 6" ...........................................3
8" .3..........................................
SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION. 10............................................4
12............................................6 '
7-11.3(15) Joint Restraint Systems (RC) 14............................................8
General: 16............................................8
Where shown on the plans or in the specifications or required by 18............................................8
the engineer, joint restraint system (shackle rods)shall be used. all 20............................................10 '
joint restraint materials used shall be those manufactured by star 24............................................14
national products, 1323 holly avenue PO box 258, Columbus Ohio 30............................................(16-7/8"rods)
43216, unless an equal alternate is approved in writing by the 36............................................(24-7/8"rods)
engineer. '
Materials:
Steel types used shall be: '
High strength low-alloy steel(cor-ten), ASTM A242, heat-
treated, superstar "SST' series. Where a manufactures mechanical joint valve or fitting is
High strength low-alloy steel(cor-ten), ASTM A242, superstar supplied with slots for 'T' bolts instead of holes a flanged valve
"SS" series. with a flange by mechanical joint adapter shall be used instead, so
as to provide adequate space for locating the tiebolts.
Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained
ASTM A153 for galvanizing iron and steel hardware. no run of restrained pipe shall be greater than 60 feet in length
ASTM A 123 for galvanizing rolled, pressed and forged steel
shapes. between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe '
used in continuously restrained runs shall be mechanical joint pipe
and tiebolts shall be installed)as rod guides at each joint.
Page-SP-36 '
Revision Date:May l9, 1997
' 7-12 Valves for Water Mains 7-12 Valves for Water Mains
Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains
' tiecouplings tierods and tiewashers shall be galvanized. All
disturbed sections will be painted to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS.
with koppers bitomastic no. 300-m or approved equal.
_Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS:
' tiecouplings tierods and tiewashers may be galvanized as specified 7-12.3(1) Installation of Valve Marker Post CJ
in the preceding paragraph or plain and painted in the entirety with �
koppers bitumastic no. 800-m or approved equal. Where required, a valve marker post shall be furnished and
Teebolts tienuts tiecouplings tierods and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the
considered incidental to installation of the pipe and no additional edge of the right-of--way opposite the valve and be set with
payment shall be made. 18 inches of the post exposed above grade.
SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS:
7-11.4 Measurement (RC)
Measurement for payment of concrete thrust blocking and
dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION:
included as separate pay items If not included as separate pay
items in the contract then thrust blocking and dead-than blocks 7-12.3(2) Adjust Existing Valve Box to Grade1RC)
shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as
and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton
Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited
trains will be per each for each connection to existing water to the locations shown on the Plans.
main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to
' SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in
accordance with the applicable portions of Section 7-12.
7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked
with debris the Contractor shall use whatever means necessary to
Pipe for Water Main and Fittings _In. Diam.', per remove such debris leaving the valve installation in a fully
lineal foot. operable condition.
The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one-
of '_Pipe for Water Main _In. Diam." shall be full pay for fourth inch(1/4")to one-half inch(112")below finished grade.
all work to complete the installation of the water main including
but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE
pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING:
of polyethylene wrap cleaning by poly-pigs vertical crosses for 7-12.4 Measurement
insertion and removal of poly-pigs temporary thrust blocks and
blow-off assemblies testing flushing disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured
shackle rods abandoning and capping existing water mains, per each if included as a separate pay item in the Contract; if not a
reproving miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value
hydrant assemblies and other appurtenances to be abandoned as box adiustment shall be considered incidental.
shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the
-Concrete Thrust Blocking and Dead-Man Blocks" per cubic measurement for hydrant assembly and will not be mciuded in this
yard• measurement item.
The unit contract price bid for 'Concrete Thrust Blocking and SECTION 7-I2.5 IS DELETED AND REPLACED WITH THE
Dead-Man Block" Shall be for the complete cost of labor, FOLLOWING.
materials equipment for the installation of the concrete thrust "Gate Valve from 4 inch to 10 inch in diameter and Valve
blocks and dead- man blocks including but not limited to Box,' per each.
excavation dewatering haul and disposal of unsuitable materials, ified
The unit contract price per each for the valve of the spec
concrete reinforcinackle rods and formwork. If this size, shall be full pay for all labor, equipment and material to
' item is not included in the contract schedule of prices, then thrust furnish and install the valve complete in place on the water main,
blocking and dead-man blocks shall be considered incidental to the including trenching jointing blocking of valve paintmgZ
installation of the pipe and no further compensation shall be made.
disinfecting hydrostatic testing cast-iron valve box and extensions
'Connection to Existing Water Mains", per each.
as required valve nut extensions adjustment to final grade.
The unit contract price per each connection to existing water "12 inch Gate Valve and Concrete Vault " per each•
mains shall be for complete compensation for all equipment labor, The unit contract price per each for the 12 gate valve
materials required for the connections to the existing water mains.
assembly, shall be full pay for all labor equipment and matey 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 users al
required adjustment to final grade.
16 inch and larger Butterfly Valve and Concrete Vault " Per
each.
t-
Page-SP-37
Revision Date: May 19, 1997
7-14 Hydrants 7-14 ,
Hydrants
The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and accessories
butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are ,
and material to furnish and install the valve complete in place on outside fight-of-way).
the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance
painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15).
casting and cover, ladder, concrete risers as required, adjustment
to final grade. SECTION 7-I4.3(3) IS SUPPLEMENTED BY ADDING THE
'Blow-off assembly,' per each.
FOLLOWING:
The unit contract price per each for each blow-off assembly 7_14.3(3) Resetting Existing Hydrants
shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants ,installation of the assembly per the City of Renton Water Standard �
shalt be rebuilt to the approval of the City(or replaced wit}t a new
Detail, latest revision.'Air-Release/Air-Vacuum Valve Assembly," per each. hydrant). All rubber gaskets shall be replaced with new gaskets of The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same type
assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE
complete the installation of the assembly including but not limited FOLLOWING:
to, excavating, tapping the main, laying and jointing the pipe and '
fittings and appurtenances, backfrlling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants_RCZ
disinfection meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or
and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced
"Adjust Existing Valve Box to Grade(RC)," per each. with new gaskets of the type required for a new installation of the
The contract bid price for 'Adjust Existing Valve Box to same type.
Grade' above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS.
tools and equipment necessary to satisfactorily complete the work
as defined in the Contract Documents; including all incidental 7-14.5 Payment(RC) I
work. If not included as a separate pay item in the Contract, but
required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for
valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal:
and no futher compensation shall be made. "Hydrant Assembly",per each. '
The unit contract price per each for"Hydrant Assembly" shall
be full pay for all work to furnish and install fire hydrant
assemblies, including all costs for auxiliary gate valve, shackles,
tie rods, concrete blocks, gravel, and painting and guard posts
required for the complete installation of the hydrant assembly as
mar-W;$est. specified. The pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made.- '
7-14 Hydrants
7-14.3 Construction Details C "Resetting Existing Hydrants",per each. I
� The unit contract price per each for "Resetting Existing
Hydrant" shall be full pay for all work to reset the existing
SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant),
FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to
the main. The new pipe connecting the hydrant to the main shall be
7-14.3(1) Setting Hydrants(RC) _considered incidental and no additional payment shall be made.
After all installation and testing is complete, the exposed Now pipe r-sqtlir4d f;om the main to the hyd;ant will be paid ar
portion of the hydrant shall be painted with oiwtwo field coats. The Guard posts, shown on the plans shall
type and color of paint will be designated by the Engineer. be incidental to the contract. ,
Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants", per each.
a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing
Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing '
specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new
Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and
in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to
the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment
specifications and guard posts painted with two coats of shall be made
preservative paint NO. 43-655 safety yellow or approved equal. Guard posts shown on the plans shall
Fire hydrants shall be of such length as to be suitable for be incidental to the contract.
installation with connections to 6", 8" AND 10" piping in trenches '
3 - 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 x FL), 6" gate valve(FL x MJ), 6" DI spool (PE x PE),5-
1/4' MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, t
Page-SP-38 '
Revision Date:May 19, 1997
' 7-15 Service Connections 7-17 Sanitary Sewers
7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection (RC)
Once the television inspection has been completed the
7-153 Construction Details (RC) contractor shall submit To the Engineer the written reports of the
Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color
and compatible with the City's viewing and recording systems. The
lines shall be copper. City system accepts 1/2' wide high density VHS Tapes The tapes
Where instalation is in existing paved streets the service lines will be run at standard speed SP(1 5/16 I.P.S.).
' shall be installed by a trenchiess percussion and impact method
(hoe hogging) If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS
fails regular open trench methods may be used. FOLLOWS:
SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement ILRQ
' The length of sewer pipe will be the number of linear feet of
7-15.5 Payment (RC) completed installation measured along the invert and will include
Payment will be made in accordance with Section 1-04.1. for the length through elbows, tees and fittings. The number of linear
' the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of
"Service Connection_In. Diam. per each. manhole or to the inside face of catch basins and similar type
The unit contract price per each for "Service Connection structures.
In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with
connection, including but not limited to, excavating orhoe- Section 7-17.3(2) will be the number of linear feet of completed t
hogging), tapping the[Hain, laying and jointing the pipe and fittings installation actually tested. l
and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill
of the service connection. Sewer" will be determined by the cubic yard in place,measured by
the neat line dimensions shown in the Plans, or by the Ton on truck
tickets.
7-17 Sanitary Sewers
SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS
' SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS:
7-17.5 Payment C
7-17.2 Materials_RCZ (SA) Payment will be made in accordance with Section 1-04.1, for
' Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal:
Rigid Flexible "Plain Conc. or 317 ewer Pipe _ In. Diam.", per linear
Concrete ADS-Cea� foot'
3r; .may. PVC(Polyvinyl Chloride)' "Cl. Reinf. Cone. Sewer Pipe — In. Diam.", per linear Ductile Iron foot.
Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot.
"Ductile Iron Sewer Pipe_In. Diam.",per linear foot.
sections I
Plain Concrete Storm Sewer Pipe 9-05.7(1) —
Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the
v t •Fe+ r, ,,co.,."�p;po 0058 kind and size specified shall be full pay for furnishing, hauling, and
PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes,
Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and
adjustment of inverts to manholes for the completion of the
installation to the required lines and grades.
All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot.
The unit contract rice r linear foot for "Testing Sewer
thickness. Lettering shall be legible and permanent under normal p � i ment
conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment
required to conduct the leakage tests required in Section 7-17.3(2).
SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Pipe" is included it shall be
' FOLLOWING: considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material", Per
7-17.3(1) Protection of Existing Sewerage Facilities cubic yard.
(RC) The unit contract price per cubic yard for "Removal and
When extending an existing sewer, the downstream system Replacement of Unsuitable Material" shall be full pay for all work
shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and compact suitable
trap in the first existing manhole downstream of the connection. It material as specified in Section 7-08.3(1)A.
shall be the contractor's responsibility to maintain this screen or "Bank Run Gravel for Trench Backfill Sewer", per cubic
trap until the new system is placed in service and then to remove it. yard, or Ton.
Any construction debris which enter the existing downstream The unit contract price per cubic yard, or To for "Bank Run
system shall be removed by the contractor at his expense, and to Gravel for Trench Backfill Sewer" shall be full pay for all work to
' the satisfaction of the Engineer. When the first manhole is set, its furnish, place, and compact material in the trench.
outlet shall be pluggedacceptance by the Engineer. "Television Inspection", per Lump Sum.
' Page-SP-39
Revision Date:May 19, 1997
9-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks '
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE
'
Miscellaneous Construction FOLLOWING:
8.13.s Payment
'Reset Existing Monument" per each.
8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall '
be incidental unless included as a pay item in the Schedule of
SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices,
8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks ,
Payment will be made for each of the following bid items that
are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE
"Raised Pavement Marker Type 1",per eachlwadrrd. FOLLOWING: ,
"Raised Pavement Marker Type 2", per eachlaiisd;@d. $-14.3(4) Curing(RC)
"Raised Pavement Marker Type 3- In.", per
eachhumkod The Contractor shall have readily available sufficient '
"Recessed Pavement Marker", per eachlwadr*d. protective covering, such as waterproof paper or plastic membrane
The unit contract price per eachlwadrad for "Raised Pavement to cover the pour of an entire day in the event of rain or other
Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather.
Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricading ,
Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concrete
necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and
with these Specifications including all cost involved with traffic replaced at the expense of the Contractor.
control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE ,
control is listed in the FOLLOWING:
contract as a separate pay item.
8-14.4 Measurement (RC)
8-10 Guide Posts When the contract contains a pay item for "Curb Ramp '
Cement Concrete," the per each measurement shall include all
costs for the complete installation per the plans and standard details
8-13 Monument Cases including expansion joint material curb and gutter and ramped '
sidewalk section. Sawcutting, removal and disposal of excavated
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk crushed
FOLLOWS. surfacing base materials and all other work materials and '
_equipment required per Section 8-14 shall be included in the per
8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless any of these
This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay
cases and covers, in accordance with the Standard Plans and these items. ,
Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp
the Plans or as staked by the Engineer or by the Contractor Cement Concrete,' but the plans call for such installation then
supplied surveyor. quantities shall be measured with and paid for under the bid items
for Curb and Gutter and for Cement Concrete Sidewalk. When '
SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete the payment
FOLLOWS. shall be included in the pav item for "Miscellaneous and/or
5-13.3 Construction Requirements
Driveway Asphalt Concrete."
The monument will be furnished and set by the Engineer or b SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE
y FOLLOWING:
the Contractor supplied surveyor.
When existing monuments will be impacted by a proiect the 8-14.5 Payment(RC) ,
Contractor shall be responsible for assuring that a registered
surveyor references the existing monuments prior to construction. "Curb Ramp, Cement Concrete," per each.
After construction is complete, the monuments shall be re- Payment for excavation of material not related to the
established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can
be placed, when and if shown in the Plans, will be made in
SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the
FOLLOWING: Contractor shall make all excavations including haul and disposal,
8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the '
lines and grades shown, and shall include all costs thereof in the
All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk
impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete."
contract unless specifically called out to be paid as a bid item. '
r,
Page-SP-40 ,
Revision Date:May 19, 1997
8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical
8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench
' which prove necessary for the completion of the project.
The minimum width for the trench will be at the option of the
THE STATE AMENDMENT TO SECTION $-17 IS contractor. Trench width will, however, be of sufficient size so
SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be installed within the depths
' 8-17.5 Payment LtQ specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per
then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D.
pay item for 'Traffic Control." SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS.
8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations_TCZ
' and Electrical
8-20.2 Materials
Where obstructions prevent construction of planted
SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation
satisfactory to the Engineer.
FOLLOWING:
8-20.2(1) Equipment List and Drawings (RC)' �'The Contractor shall submit for approval six sets of shop The contractor shall provide all material for and construct the
drawings for each of the following types of standards called for on foundations for and to the dimensions specified in table 1 below.
this project: The anchor bolts shall match that of the device to be installed
1. Light standards with or without pre-approved plans. thereon.
2. Signal standards with or without pre-approved plans. All excess materials are to be removed from the foundation
3 Combination Signal and lighting standards. construction site and disposed of at the contractor's expense.
' 4. Metal Strain Poles. Concrete shall be placed against undisturbed earth if possible.
Disturbed earth or backfill material shall be compacted to 95
percent of the material's maximum density. Before placing the
concrete the contractor shall block-out around any other
The Contractor also shall submit either on the signal standard
underground utilities that lie in the excavated base so that the
shop drawings or attached to the signal standard shop drawings all concrete will not adhere to the utility line. Concrete foundations
dimensions to clearly show the specific mast arm mounting height shall be troweled brushed edged and finished in a workmanship-
and signal tenon locations for each signal pole to be installed. like manner. Concrete shall be promptly cleaned from the exposed
' SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement.
ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified
curing period the contractor may install the applicable device
8-20.3(2) Excavating and Backfiilling (RQ thereon.
The contractor shall supply trench within the unit widths and Table 1
to the specified depths at the locations indicated on the contract
plans or as directed by the engineer. Type of device Dimensions
' The contractor shall have approved compaction equipment on
site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia.
performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3' Sg or Dim.
directed otherwise by the engineer. Signal Controller See Detail Sheet
Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet
with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet
work shall be covered until it has been examined by the engineer.
backfill material used for fill around and over this conduit system All concrete foundations shall be constructed in the manner
' shall be free of rocks greater than two inches in diameter to a depth specified below:
of six inches above the conduit. 1. Where sidewalk or raised islands are to be constructed as a
Trench within the roadway area shall use select trench backfill part of this project, the top of the foundation shall be made
' which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. (See detail
course or other material as indicated in the special provisions or sheet
schedule of prices and directed for use by the engineer. The source Z Where no sidewalks are to be installed,the grade for the top
and quality re the material shall be subject to approval by the of the foundation shall be as specified by the engineer.(See
' Pngitieer. Trench backfill within the sidewalk area shall be made detail sheet)
with acceptable materials from the excavation subject to the All etailconc tefoundations shall be located as per stationing on
Engineer's approval of the material and shall be considered a the plans or as located by the engineer in the field.
necessary part and incidental to the excavation in accordance with
' the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by tte Engineer. The
r-
Page-SP-41
Revision Date: May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical '
SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed.
FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise '
in the Plans or Special Provisions.
8-20.3(S� Conduit (RC) All conduit openings shall be fitted with approved belle
nds or
Bushings. Wall thickness of conduit shall be consistent w_ ;thin
continuous conduit runs with no mixing of different schedule types '
between terminations.
The contractor shall provide and install all conduit and
necessary fittings at the locations noted on the plans. Conduit size
bex- shall be as indicated on the wiring and conduit schedule shown show
non
plans-
5
Conduit to be provided and installed shall be of the type
tstjlitisr. indicated below: ,
1. Schedule 40 heavy wall p.v.c. Conforming to ASTM
standards shall be used whenever the conduit is to be placed other
than within the roadway area.
2. Schedule 80 extra heavy wall p.v.c. Conforming to'in dhe Fun, the -ondilif segment sAwFing the juAGlion box '
ASTM standards shall be used when the conduit is to be placed
within the roadway area.
All joints shall be made with strict compliance to the
manufacturer's recommendations regarding cement used and I
environmental conditions.
SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE
FOLLOWING_
8-20.3(6) Junction Boxes
The contractor shall provide and install junction boxes of the
tyype and size at the locations specified in the plans and as per detail ,
sheets.
The inscription on the covers of all junction boxes shall be as
indicated below:
1. Street lighting only: "Lighting" '
2. Signal only: "Signals"
6IiPfQFMqdiaF. 3. Traffic signal and street lighting: "TS-LT"
4. Telemetry only: "Telemetry" '
Inscriptions on junction boxes performing the same function,
i.e. street lighting, traffic signal, or both, shall be consistent
throughout the project. All junction boxes shall be installed in
t:taa4 conformance with provisions contained in the standard plans and
detail sheets.
The unit contract price per each for "Type I" or "Type II"
function box shall be full compensation for furnishing same and for
all costs of labor, material, tools, and equipment necessary to '
provide and install the junction boxes including excavation,
backfilling and compaction all in accordance with plans,
If allowed in the--Plans or if obstructions are encountered in specifications and detail sheets.
jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. '
install conduits by open trenching. Open trench construction shall All tuncuon boxes and associated concrete pads shall be
conform the following: installed on compacted sub grade which shall include six inches of
1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed
deep. The cuts shall be parallel to each other and extend Z-faat-one under and around the base of the junction box. Concrete shall be '
1 foot beyond the edge of the trench. — Promptly cleaned from the junction box frame and lid.
2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include
3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a '
over conduits below the roadbed, and 18 inches below finished 4" thick Class "B' cement concrete pad enclosing the iunction box
grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the
crushed surfacing and the concrete pad shall be incidental to the
unit price per junction box and no further compensation will be
5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed '
restored per the Renton Standard Detail. surfacing"and/or for"`concrete pad."
vi,--felle�uoG ,
t-
Page-SP-42 '
Revision Date:May 19, 1997
' 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the
FOLLOWS:
necessary arrangements with the serving utility to complete the
service connexions. Electrical energy used prior to completion of
8-20.3(9) Bonding, Grounding(RC) the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when such operation is ordered
str. Owl!
by the Engineer,will be borne by the&sea Cit .
Three types of power service are used as indicated below:
1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle
A.C.(traffic signal service only)
Wh
2. Type II system shall be single phase 240 volt,2 wire 60 cycle
A.C. (street lighting non contactor, individual controlled
photo-cell with no neutral wire)
3. Type III system shall be single phase 120/240 volt, 3 wire 60
' cycle A.C. (street lighting contactor/traffic signal grounded
neutral service)
The power service point shall be as noted on the plans and
shall be verified by the electrical servicing utility.
cos+dwit. The service cabinet shall be marked with the service
Identification of the equipment grounding conductor shall agreement letters and numbers. The markings shall be installed on
conform to all Code requirements. the outside cabinet door near the top of the cabinet. The markings
Grounding of conduit and neutral at the service point shall be shall be series C using stencils and black enamel alkyd gloss paint
accomplished as required under the Code. Grounding of the neutral conforming to Federal Specification TT-E489.
shall be accomplished only at the service.
SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
el r
•� 8-20.3(11) Field Test (RQ
Fl ti t'
1
s
All street light standards signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on
which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends,
copper clad metallic ground rod 5/8" in diameter x 8'0' in length holidays,or the day preceding a holiday.
complete with a#8 AWG bare copper bonding strap located in the
neatest junction box. All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a
signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place.
diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the
in the nearest junction box with a bare copper bonding strap sized contractor and re inspected prior to requesting signal turn on
' in accordance with the plans specifications and applicable codes. date.
Ground rods are considered miscellaneous items and all costs 3 Requests for signal turn on shall not be considered until
are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has
are also miscellaneous items unless a separate pay item is provided been energized by the electric utility.
in the"Schedule of prices." 4 A minimum of three (3) working days notice will be required
for signal turn on.
SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5 Channelization at the intersection must be complete per plan
FOLLOWS: before requesting signal turn on date Any deletions of
channelization prior to turn on must be approved by the
8-20.3(10) Service(RC) engineer.
Power sources shown in the Plans are approximate only; exact 6 City forces shall provide post and maintain Proper signing
' location will be determined in the field. warning of new signal ahead.
8-20.3(13) Illumination Systems
SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED
a two or-' AS FOLLOWS:
8-20.3(13)A Light Standards (RC) (SA)
assasuta4�}.
ha- padlgQkadr
t
Page-SP-43
Revision Date: May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ,
All poles and davit arms shall be designed m s,,., rt a
luminaire weight of 50 lbs. or more and to withstand pressures '
caused by wind loads of 85 m.p.h. with gust factor of 1.3.
All poles shall maintain a minimum safety factor of 4.38 p s i
on yield strength of weight load and 2.33 p.s.i. for basic wind
3. Anchor bolts shall extend through the top heavy hex nut two pressure.
full threads. Davit Arms:
The davit style arm shall incorporate a 5'9" radius bend
as measured from the centerline of the shaft. The outer portion of
elnmping bolts shall be tightgAed to the GpsGifisd &QFqw, Plus, the arm shall be nearly horizontal to +2' above horizontal and
shall be furnished with a 2" diameter "fitter with a maximum,
length of 8 inches to fit the luminaire specified. The pole end of
the davit arm tube shall be fastened securely to the top of the shaft
producing a flush joint with an even profile. ,
Anchor Base:
the ;;regularities. A one piece anchor base of adequate strength shape and
6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base
shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment '
repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four
approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall
include removing the damaged portion of the anchor bolt, be provided with each pole. '
cutting threads -ion the undamaged portion to remain, the Anchor Bolts:
installation of an approved threaded sleeve nut and stud, and Four steel anchor_bolts, each fitted with two hexnuts and
repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall
7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The ,
bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending
installed plumb, t 1 degree. moment of the pole shaft at its yield point
The contractor shall assure that all anchor bolts conform to the
StaAdai:d-RIsss. recommended ASTM specifications of the pole manufacturer and
shall secure and submit to the City for approval all manufacturer
data on pole bending moment, anchor bolt fabrication data, test
results and any other data that may be required to confirm that the
anchor bolts meet these specifications.
Miscellaneous Hardware:
All hardware (bolts, nuts, screws, washers, etc.) needed
to complete the installation shall be stainless steel. '
I.D. (Identification for poles):
The contractor shall supply and install a combination of
€eaadatiea. 4-digits and one letter on each pole, whether individual luminaire
or signal pole with luminair. The letter and numbers combination '
shall be mounted at the 15 foot level on the pole facing approaching
traffic. Legends shall be sealed with transparent film, resistant to
dust,weather and ultraviolet exposure. The decal markers shall be
Slip base ;Assn iA,&a1W;QAQ ChAll GQ;jfgFM to Agf�;Ir ;A the 3 inch square with gothic gold, white reflectorized 2 inch legend on '
a black background. The I.D. number will be assigned to each
pole at the end of the contract or project by the City traffic
r.;"@,@A to the pole above 'he haAdholv_ Us Wigming ;;;formatign engineering office. '
Cost for the decals shall be considered incidental to the
contract bid.
Light standards shall be spun aluminum davit style and shall
meet the pole detail requirements indicated below and the detail
All new light standards shall be numbered for identification in sheets at the end of these specifications.
accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand
installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. ,
Specification TT-E-489. The pole shall be adjusted for plumb after all needed
In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and
minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using propec sized
and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers pipe wrenches ,
The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be Emitted.
on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the
provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of
inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and '
Page-SP44 ,
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION.
base plate. 8-20.3(14)F Opticom Priority Control Systems (RC)
Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500
portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy
mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller
and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the
drain hole shall be left in the bottom of the grout pad as shown on supplier.
the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE
tSECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING:
FOLLOWING: 8-20.3(15) Grout (RC)
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete
' All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with
600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to
multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall
division 9-29 3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just
' sdiedule and wiring diagram All stranded wires terminated at a enough water so that the mixture will stick together on being
terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so
terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of
block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail,
terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
of the correct type of connector and crimping with pliers, wire FOLLOWS:
cutters etc will not be allowed. All wiring inside the controller
cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC)
marina installation No splicing of ariy traffic signal conductor When shown as lump sum in the PIans or in the proposal as
shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal stem
conductor runs shall be attached to appropriate signal terminalor. syswa_ no specific unit of measurement
boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items
be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed.
loops. Conduit of the kind and diameter specified in the Schedule of
SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line
FOLLOWING(RC) length in place, unless the conduit is included in an illumination
system, signal system, or other type of electrical system lump sum
8-20.3(14)C Induction Loop Vehicle Detectors(RC) bid item.
' 11 Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in
compression type connectors. Section 8-20 5 or as described in the contract schedule of prices
SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions.
FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS
i8-20.3(14)D Test forinduction Loops and Lead-in FOLLOWS:
Cable RLC 8-20.5 Payment (RC)
The Contractor shall keep records of field testing and shall Payment will be made for each of the following bid items that
furnish the engineer with a copy of the results. are included in the proposal:
SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED Illumination System— , lump soon.
AS FOLLOWS: "Traffic Signal ystem __-_", lump
sum.8-20.3(14)E Signal Standards�RC) " _"
3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System _
cable shall be installed in any signal standard supporting a and "Traffic Signal Yam " aPA
' luminaire. _" hall be full pay for furnishing
all labor, materials, tools, and equipment necessary for the
Qticonstruction of the complete electrical system, in existing
systems, or both, as shown in the Plans and herein specified
' 14 The signal standard and its fabrication shall conform with including excavation, back-filling, concrete foundations, conduit,
all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during
Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all
' WSDOT. required tests. All additional materials and labor, not shown in the
15 Installation of all nuts and bolts shall be performed with plans or called for herein and which are required to complete the
proper sized sockets open end or box wrenches. Use of pipe electrical system,'shall be included in the lump sum contract price.
wrenches or other tools which can damage the galvanization of the 4."r ,, •t D•pa 'l D a tinaar,
' nuts and bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve 40
adequate torquing of the nut(s).
Page-SP-45
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
The unit per each price for (14)"Service cabinet' shall be full
compensation for furnishing and installing the fully equipped ,
cabinet and for risers, standoffs and any other materials labor or
costs associated with providing electrical service as required b the
electrical utility, the contract plans, details and specifications and
not included as separate pay items in the contract schedule of '
rp ices.
ho'&Q ........Signal head......," per each.
All costs for installing conduit containing both signal and '.......Signal head mounting hardware," per lump sum.
illumination wiring shall be included in the contract prices for the The lump sum price for (16)'....Signal head mounting
signal system. hardware" shall be full compensation for supplying and installing
All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in
illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets.
prices for the signal system. "Pole mounted terminal box,..."x..."z...", and mounting ,
The unit prices for the items listed below shall be full hardware," per each.
compensation for furnishing and installing each item and for all "2/c shld loop return cable," per Jinear foot.
labor, materials tools equipment and testing necessary and/or '3/C shld pre-emption cable,"per linear foot. ,
incidental for the full and complete installation as per the contract ...-pair shid interconnect cable," per linear foot.
plans detail sheets and these specifications. "Traffic signal controller and cabinet,' per each.
"Trench and Back-fill ........ wide by........." deep, ' per The unit contract price for 'Traffic Signal Controller and
linear foot. Cabinet" shall be full compensation for furnishing and installing a
The unit contract price for (3) 'Trench and Backfill' per fully equipped,wired and operational controller and cabinet.
linear foot shall be full compensation for excavating, loading, 'Traffic signal wire,'per lump sum.
hauling and otherwise disposing of the waste materials, for "Signal standard, Type...,with ...-foot mast arm,"per each.
backfilling and compacting backfrll material to specified density "Induction loop vehicle detector.' per linear foot.
and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for ('24)"Induction loop
as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth
accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be full
"Select Trench Backfill " per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, '
shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required
unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans,
and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include '
waste materials. providing and installing conduit stub-outs and soldered splices,
'........Foundation, ......... per each.* splices to loop return cables unless separate pay items are included
'Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting
*The unit per each price for(5)"Foundation" and (6)'Junction shall be considered incidental to the loop installation whether or not '
Box' shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting.
per the plans specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be "
each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home ruts' shall be done such as
unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of
'Concrete Pad." proper locating of loop return "Stub-out" by direct routing of
"Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires in a
Measurement for (7)'Concrete Pad" shall be by the square single 'home run" sawcut Loop and 'Home Run" layout shall be
yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place.
the area of the junction box or foundation enclosed and shall be full ".......Splice kit,"per each.
compensation for full and complete installation as per the plans, 'Emergency Vehicle pre-emption detector," per each.
specifications and detail sheets. "Opticom discriminator card," per each.
......... Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier,' per each. '
........" Schedule 80 conduit, P.V.C., " per linear foot.* "Street light fuse kit," per each.
* The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, ' per each.
couplings adapters elbows bends reducers bell ends, bushings, 'Pedestrian push button post," per each. '
and any other material labor or equipment necessary to complete "Pedestrian signal pole Type I 10-feet " per each.
the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each.
from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be
grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its exrsung '
measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existing
depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its
conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools materials,
of the conduit within the trench line. equipment and any other costs necessary and/or incidental to
"Street Light Standard ......... per each. complete the installation and make the electrical equipment
".......watt...Luminaire and lamp,' per each. operational all in accordance with the plans specifications and
........watt...Luminaire and lamp with photocell," per each. detail sheets.
.......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each. '
'Service cabinet,." per each.
L
Page-SP-46 ,
Revision Date:May 19, 1997
' 8-22 Pavement Marking 8-22 Pavement Marking
The unit per each price for "Remove existing foundation" Traffic i su"I,e end
shall be full compensation for full and complete removal and A WHITE marking
hauling and disposal of the foundation.
pteporsionusing alphabetical lettets.�
8-22 Pavement Marking
3�ig1t.,See contract plans and detail shcets.
SECTION 8-22.1 IS REVISED AS FOLLOWS:
SECTION 8-22.3(5)IS REVISED AS FOLLOWS:
8-22.1 Description(RC)
Skip Center Snipe 8-22.3(5) Tolerances for Line Stripes (RC)
Length of Stripe: The longitudinal accumulative error
A BROKEN YELLOW line 4 inches wide. The broken
'
or "skip" pattern shall be based on a-49-feet 24-foot unit consisting within minus
a 1 inch.
24-foot length of skip stripe shall not exceed plus or mnus 1
of 2--39-feet 9-foot line and a-'IQ-€eet 15-foot gap. Skip center
stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS.
two way highways.
Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC)
' Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided
separated by a 4-inch-ex-t•z4aclt space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendationss 4ad-s
and for channelization. wp;@&@ntativa shall be
Gera.StF"Approach Stripe
A SOLID WHITE line, 8 inches wide, used-zt-€raoway. SECTION 8-22.3(7)IS A NEW SECTION:
to delineate turn lanes
from through lanes, for traffic islands, and for hash marks. Hash 8-22 3(7) Removal of Traffic Markers (RC)
mark stripes shall be placed on 45 degree angle and 10 29-feet The work to remove all old or conflicting stripes, Iines,
Ott• buttons or markers as required to complete the channelization of
Lane Stripe the project as shown on the plans or detail sheets shall be
' A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further
delineate adjacent lanes travelling in the same direction. The compensation shall be made unless a separate pay item or items are
broken or "skip" pattern shall be based on a-49-€eet24-foot unit provided for such removal.
consisting of a I9-feet 9-foot line and a_30-€ee4 15-foot gap.
Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS
A BROKEN WHITE line, 8 inches wide, used to FOLLOWS:
delineate a lane that ends at an ^ff The broken or "skip"
pattern shall be based on a 24 -foot unit consisting of a 93-foot 8-22.4 Measurement (RC) (SA)
•t5
line and a 154Z-foot gap. The measurement will be based on the travel distaace r-s}uirad
big RaGG Strom Qf a marking system capable...
Go"Approach stripe, barrier stripe, crosswalk stripe, and
'61vig is
stop bar will be measured by the linear foot of each marking type.
Traffic arrows will be measured by the unit with each arrow
�• head defined as a unit.
•r uvni�> �T v�r T nS�; , "- h a. i e� ..,;is Lam Traffic lo4ssslegends, handicapped parking stall symbols,
preferential lane symbols, railroad crossing symbols, drainage
markings, and cycle detector symbols will be measured by the unit.
' Measurement for paint/plastic stripe line removed shall be by
1 -
Two Way Left Turn Stripe the linear foot of ...... wide line or shall be included in the lump
A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic marking" unless specified
to be paid as a separate pay item. If not specified as a separate
BROKEN YELLOW line, 4 inches wide, separated by a 4-inch pay
space.The broken or "skip" pattern shall be based on a494€eet 24- item then removal of existing traffic markings shall be considered I
foot unit consisting of a-19-€eet 9-foot line and a-39-feet 15-foot incidental to the payment for other items of work and no further `
space. The solid line shall be installed to the right of the broken compensation shall be made.
line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS
Crosswalk Stripe FOLLOWS:
A SOLID WHITE line,-t•2 8 inches wide and 10-feet
long, installed parallel to another crosswalk stripe-;vith -- 6 feet 8-22.5 Payment (RC)
' and "painted GeFeApproach Stripe", per linear foot.
parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.. "Painted Traffic LsueFLegend", per each.
Stop Bar "Plastic Traffic I eu- Legend", per each.
A SOLID WHITE line,-l_8 12, 18 or 24 inches wide :
"Remove Paint Line ....." wide,' per linear foot.
ualass as noted ethwamise iA on the Contract plans.
Page-SP-47
Revision Date: May 19, 1997
8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings
'Remove Plastic Line ....... Wide,' per linear foot.* 8-23 Temporary Pavement Markings
"Remove existing traffic markings, 'per lump sum.*
* The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED
'Remove Plastic Line' and the lump sum contract price for µ'ITH THE
m
FOLLOWING:
'Remove existing traffic markings" shall be full compensation for
removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RQ '
and detail sheets. If these pay items do not appear in the contract
schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for
markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated
ets shown on the plans or detail she shall be considered incidental to with these items are considered incidental to other items in the
other items in the contract and no further compensation shall be contract or included under "Traffic Control ' if that item is
made. included as a bid item.
The unit contract prices for the above listed bid items shall be
full pay for furnishing all labor, tools, material, and equipment ,
necessary for the completion of the work as specified.
Page-SP-48 '
Revision Date:May 19, 1997
9-00 Definitions and Tests 9-02 Bituminous Materials
Division 9 material for payment may be produced for use on a proiect until the
job mix formula has been approved by the engineer. The mixture
Materials shall be designed to meet the test criteria listed in Section 9-03 8(2)
and remain within the limits set forth to 9-03.8(6) The
determination of the job mix formula shall be the responsibility of
the Contractor.
9-00 Definitions and Tests
The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single
FOLLOWING: job mix formula established for the class of asphalt concrete
specified unless there is a need to make an adjustment tole the
9-00(A) Recycled Materials (RC) JMF.
The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to
practicable provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations
applicable requirements described elsewhere in the contract and shall include as a minimum:
sWifications Should recycled materials be utilized, the City a. Percent passing each sieve size.
requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement.
the Contractor. c. Asphalt grade.
d. Mixing temperature.
9 e. Compaction temperature.
-02 Bituminous Materials
f. Anti-strip agent content.
9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without
prior written approval of the Engineer. Should a change in sources
SECTION 9-02.1(10)IS A NEW SECTION: of materials be made, a new JMF must be approved by the
Loop Sealant (RC) Engineer before the new material is used.
9-02.1 10
Unless specified otherwise in the contract or permitted by the
Engineer upon request from the contractor, loop sealant shall be 134 estabiiswed-
hot-melt rubberized asphalt sealant (Crafco Loop Detector Sealant
or approved equal), shall meet the penetration flow and resilience The " r-aduio f the mplatsd
specifications of ASTM D3407 and shall be installed with an
approved applicator in conformance with manufacturer's
recommendations.
The contractor shall request and obtain approval from the Feu .
Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances and Ad}ustments.
detector loops and shall submit manufacturer cutsheets or other a. After the JMF is
data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of
determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances:
only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits
applied in conformance with the methods required as to The tolerance limit for each
temperature and means of application such as to completely fill the mix constituent shall not
sawcut area encapsulate the loop wires and adhere to the exceed the broad band
pavement. specification limits specified
in Section 9-03.8(6).
9-03 Aggregates Ag®ate passing I", Broad band specification
3/4 5/8 , 1/2', and limits Section 9-03.8(6).
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8* sieves
Aggregate passing 1/4" sieve t 6%
9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve t 5%
1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4%
conformance to the project job mix formula (JNM. FeF--tie Aggregate passing No. 200 sieve t2%_Notes
Asphalt cement f 0.5%Note2
to be For open graded mix: Tolerance limits shalt be for aggregate
1 gradation only and shall be as specified in Section 9-03.8(6).
Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt
Pavement), 2.5% for 50% RAP or more.
Note 2 — 0.5% if less than 20% RAP, 0.7% for over 2A%
' RAP, but less than 50% RAP, 1.0% for 50% RAP or greater.
These tolerance limits constitute the allowable limits used in
Section 5-04.3(8)A to determine acceptance.
No
' Page-SP49
Revision Date:May 19, 1997
9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits
SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE
FOLLOWING:
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Joint assembly design shall be reinforced concrete bell and
c A.djus<map" spigot type incorporating a fully retained single rubber gasket in ,
accordance with ASTM C361 or AWWA C302. Rubber gasket
material shall be neoprene.
SECTION 9-05.7(4) IS SUPPLEMENTED BY THE
FOLLOWING:
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints
Hydrostatic testing of rubber gasket joints shall be performed
in accordance with ASTM C361 or AWWA C302 except test
„GIA, A4p TTha ^dfusted g .tie ,n,,.,,a pressure shall be 5 psi.
s
SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS t
sPocif cztieusr FOLLOWS:
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
� . Th-
The manufacturer of spiral rib storm sewer pipe shall furnish
9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating
that the materials furnished comply in all respects with these
SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State.
9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral nb storm sewer pipe shall
Butyl rubber shall conform to ASTM D2000, MI BG 610. be furnished with pipe ends cut perpendicular to the longitudinal I
axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or
9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib.
Conduits
SECTION 9-05.4 IS REVISED AS FOLLOWS:
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) '
Steel culvert pipe and pipe arch shall meet the requirements of
AASHTO M 36, Type I and Type II. Welded seam aluminum
coated (aluminized) corrugated steel pipe and pipe arch with Pips Ghn" be
metallized coating applied inside and out following welding is
acceptable and shall be asphalt treatment coated.
SECTION 9-05.7(2) 1S DELETED AND REPLACED BY THE
FOLLOWING. Steel spiral rib storm sewer pipe shall be manufactured of
9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and
inspected in conformance with Section 9-05 4 'Me size coating,
and metal shall be as shown in the Plans or in the Specifications.
Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe helical ribs shall project
requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a
in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material The ribs shall be essentially
conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness
otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a
SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical
FOLLOWING: distance from the outside of pipe wall immediately adjacent to the ,
lockseam or stiffener to the top surface of rib) The maximum
9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center(measured
All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs) The radius of bend of the
(D-load) test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch
test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch If the sheet between adjacent ribs
AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included midway
Page-SP-SO '
Revision Date:May 19, 1997
9-06 Structural Steel and Related Materials 948 Paints
between ribs having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured
fabricated with ends that can be effectively iointed with coupling normal to the direction of the ribs). The radius of bend of the
bands metal at the corners of the ribs shall be 0.0625 inch with an
When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent.
be bituminous treated or paved The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall
Viral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated
05.4(3)and 2:Q 4(4) from a single thickness of material. The ribs shall be 3/4 inch +
For narrow pitch spiral rib sewer pipe the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95
project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the
from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum
1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured
4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the
shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0 525 inch with an
direction of the ribs) The radius of bend of the metal at the allowable tolerance of+ 10 percent.
corcers of the ribs shall be 0,0625 inch with an allowable tolerance
or—10 percent. 9-06 Structural Steel and Related Materials
SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION:
9-06.5 Bolts
9-05.12 3) CPEP Sewer Pipe (RC)
CPEP - Smooth interior pipe and fittings shall be SECT70N9-06.S(4)EASBEENSUPPLEMENTEDBYADDING:
manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111 Category 4 or 5, 9-06.5(4) Anchor Bolts(RC)
Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal
jpipe shall comply with all material and stiffness requirements of poles street light poles, strain poles or other types of poles shall
AASHTO M294. meet the recommended specifications of the pole manufacturer.
The Contractor shall be responsible for providing to the Engineer
SECTION 9-05.14 IS DELETED: any and all data concerning fabrication, strength test results, mill
SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor
FOLLOWS. bolts meet those specifications.
The following standard specifications shall apply to anchor
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light signal and strain poles provided that the
(RQ Contractor can submit documentation from the manufacturer
Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are
be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon:
axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall 1 The standard anchor bolt for aluminum street light poles
be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of
gasket ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall
be a full one inch in diameter with a hot forged four inch "L" bend
on the bottom end and a minimum of six inches of die-cut threads
on the top end.
2 The anchor bolts for signal poles and strain poles shall
meet the specifications as designated on the approved
manufacturer's pole plans and/or supplemental plans or
ifications provided by the manufacturer.
IR All anchor bolts nuts and washers shall meet the pole
manufacturer's specifications and shall be hot dipped galvanized
T unless such galvanization is not permitted for the type of steel as
Genta; per Section 9-06.5(4).
9-08 Paints
SECTION 9-08.8 IS A NEW SECTION:
pips r
9-088 Manhole Coating System Products
For spiral rib storm sewer pipe helical ribs shall project
(R
outwardly from the smooth pipe wall and shall be fabricated from a
single thickness of material The ribs shall be 3/4 inch wide by 3/4 9-08 8(1) Coating System Specification(RC)
' inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for
Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces
with coupling bands. of sanitary sewer manholes when required.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 0.375 inch + 1
' Page-SP-SI
Revision Date:May 19, 1997
9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical
Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS
FOLLOWS: ,
A. General
1. Buried Manhole 9-29.3 Conductors, Cable (RC)
Surface Color Paint System Each wire shall be numbered at each terminal end with a
wrap-around type numbering strip bearing the circuit number
a. Buried, and White C-1 shown on the plans.
exposed No splicing of any traffic signal conductor shall be permitted
concrete unless otherwise indicated on the plans. All conductor runs shall
surfaces. be pulled to the appropriate signal terminal compartment board
with pressure type binding posts. The on nsly exceptio shall be the
9-08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loops
A. High Solids Urethane The contractor shall provide and install all the necessary
wiring, fuses and fittings so as to complete the installation of the
Coating System: C1 signal and lighting equipment as shown on the plans. All materials
Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein shall
Surfaces: Concrete comply with applicable sections of the National Electrical Code.
Surface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 1244 AWG stranded
(Sweep el brush off blast) copper wire, Class B, with chemically cross-linked
Application: Shop/Field The drying time PP Y Polyethylene
type RHH-RHW insulation of code thickness.
between coats shall not exceed (11) S4-paiCommunications cable(�_shall meet REA
6.0 Primer:
mils dry film in any case specification �cation PE-39 and shall have si c-�ii�No. 19 AWG wires
System Thickness: with 0.008 inch FPA/MPR coated aluminum shielding. The cable
Coatings: Prmer: One coat of Walser shall have a petroleum compound completely filling the inside of
MC-Conceal high solids the cable.
urethane D Finish: The shielded communications/signal interconnect cable shall
Two or more
coats of Walser meet the following:
MC-Conceal (min. 4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19
awg.
9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or
AdmNtureS polypropylene, with telephone industry color coding.
3. Cable core assembly: insulated conductors are twisted
SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk
9-23.9 Fly Ash(RC) and meet strict capacitance limits.
4. Shielding: A corrosion/oxidation resistant tinted ethylene
Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum
tape shield is applied longitudinally with shielding coverage. A
9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable.
5. Outer jacket: A black, low density high molecular weight '
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight,
FOLLOWING: temperature variations and other environmental conditions plus
abuse during installation) is extruded overall to provide a
9-29.1 Conduit.(RC) continuous covering.
The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed
indicated below: sequentially a minimum of 2' along the outer jacket.
7. Filling: the entire cable within the outer jacket is flooded
I. Schedule 80 Extra heavy wall P.V.C. conforming to
ASTM,Standards, to be used in all installations under roadways. with betwpetroeen
the outer hylene
gel filling compound including the
2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield.
Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING. 9-29.9 Ballast, Transformers (RC)
9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal
Junction boxes shall be reinforced concrete with galvanized board. ,
steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE
(Diamond pattern)as indicated on detail sheets. FOLLOWING:
The inscriptions on the covers of the junction boxes shall be as
follows: 9-29.10 Luminaires (RC)
1. Signal only: 'Signals" The filter shall W charcoal with elast-omer gasket.
2. Street Lighting only: 'lighting" Luminaires shall have a cast aluminum housing of the cobra
3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. '
The above inscriptions shall not be higher than the top surface
of the cover plates.
1,
Page-SP-52 '
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
The manufacturer's name or symbol shall be clearly marked re-energize without change.
1 on each luminaire.
9-29.11 Control Equipment atac}uir�d.
5. Conflict Monitor. Upon sensing conflicting signals or
SECTION 9-29.I1(2)IS DELETED AND REPLACED WITH- unsatisfactory operation voltages, the conflict monitor shall
immediately cause the signal to revert to flash; however, the
9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict
Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take
operate on 120 volts 60 Hz The unit shall consist of alight command of the signal displays at the beginning of artery
sensitive element connected to necessary control relays. The unit gF"A ely tow.
shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type capable of
energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of
The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per
values in the temperature range of-55 degrees C to +70 degrees minute.
C. The photo cell shall be mounted externally on top of the SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS
Itunimire In a contactor controlled system the photo cell to FOLLOWS:
control the system shall be mounted on the luminaire nearest to the
service/contactor cabinet The photo cell shall be capable of 9-29.13(3) Emergency Pre-emption (RC)
switching 'ON" 1,000 watts of incandescent load as a minimum. hnmediately after a valid call has been received, the
SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required
FOLLOWING. clearance intervals and subsequent pre-emption intervals.
Pre-emption shall sequence as noted in the contract. Pre-emption
9-29.13 Traffic Signal Controllers(RC) equipment shall be installed so that internal wiring of the
The unit shall operate on 120 volt 60 cycle, single phase controller, as normally furnished by the manufacturer, is not
alternating current and shall use the power line frequency as a time altered.
base The traffic signal controller shall meet the requirements of
the National Electrical Manufacturers Association (NEMA)
Standard Publications. '
Components such as resistors capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules
transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator
t standard soldering techniques Intergrated circuits shall be type unite The pre-emption system operation shall be compatible
mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City
soldering All components shall be standard"Off the shelf" items. of Renton is currently using and shall be capable of being activated
The traffic signal controller shall be capable of mterfacmg by the same transmitters.
with the Multisonic real time master computer. The controller The optical signal discriminator system shall enable an
shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a
master computer) and standby operation. The controller shall distance of up to 1800 feet(0 54 kilometers) along an unobstructed
establish the sequence of signal phases including overlaps, in "line of sight" path The system shall cause the traffic signals
conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program.
operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for
with volume density on each phase as required. All clearance field programmability. It shall consist of the following
timing and pedestrian timing shall be accomplished at the local components:
intersection. a Optical energy detectors which shall a mounted on the
traffic signal mast arms and shall receive the optical energy
SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS emitter's signal.
' FOLLOWS: b Discriminators which shall cause the signal controller to
9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the auttlonzea vehicle
the right of way in the manner shown on the phase sequ _ence
2. Police Panel Switch. When the flash-automatic switch diagram.
located behind the police panel door is turned to the flash position, c Pre-emption Indicator Lights.
the signals shall immediately revert to flash; however, the Optical Detector
controller shall "STOP TIME." When the switch is placed on a. Shall be of solid state construction.
automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system
8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation.
flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of-40°F
immediately resume normal cyclic operations at the beginning of to +180°F(_40°C to +85°C).
artery grass elY low- d Shall have internal circuitry encapsulated in a semi-
artery Power Interruption. On "NEMA" controllers any power flexible compound and shall be impervious to moisture.
interruption longer than 475 plus or minus 25 milliseconds, signals a Shall rdspond to the optical energy impulses generated by
shall re-energize consistent with No.2 above to ensure an 8 second a pulsed Xenon source with a pulse energy density of 0.8 micro
flash period prior to the start of artery green. A power interruption joule per square meter at the detector, a rise time less than one
of less than 475 plus or minus 25 milliseconds shall not cause microsecond and half power point pulse width on not less
resequencing of the controller and the signal displays shall thirty microseconds. 1-
Page-SP-53
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical ,
Discriminator
Each module shall do the following: Goptr
a. Shall provide for a minimum of two channels of optical Method of Gve;Wpi;
detector input.
b. Shall provide for a minimum of two discrete channels of
optically isolated output. fQ
When a pre-emption detector detects an emergency vehicle,
the phase selector shall hold the controller in the required phase or
advance directly to that phase after observing all vehicle
clearances. The phase selector shall hold the controller in the
phase selected until the detector no longer detects the emergency gnp
vehicle. �
When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully-
not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance
are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards.
received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by
simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall
be on the front of the controller unit or shall have keyboard entry
SECTION 9-29.139) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation the traffic
FOLLOWING: - signal controller shall include all circuitry required to provide all
timing and all functions for signal operation in a fully-actuated
9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening
The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when
side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be
of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of
and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not
SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE cell up a starting yellow.
FOLLOWING. SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.13(6) Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test
A Cornell-Dubiler radio interference filter NF 10801-1 30
amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic
Additionally, all power supplies shall have noise immunity from Controllers (RC)
other devices within the cabinet. The traffic signal controller assemblies, including the traffic
signal controller, auxiliary control equipment and cabinet shall be
SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check-
FOLLOWS: out of all timing circuits, phasing and signal operation shall be at
9-29.13(7) Traffic-Actuated Controllers (RC) the City of Renton Signal Shop, Renton, Washington. The Signal
Traffic-actuated controllers shall be electronic devices which,
Shop will make space available to the contractor for the required
test demonstrations. The contractor shall assemble the cabinet and t
when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete
both. shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components
more intersections. satisfactorily functioning shall start the test period. Any
All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are
supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a
The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the
permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The '
NEMA specifications. When—perraiti.d—type--370 Gowrel demonstration by the contractor to the Engineer of all components
functioning properly shall not relieve the contractor of any
Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated
control gear when field installed.
units. Volume-density timing features shall be provided on all
controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED
AS FOLLOWS.
9-29.13(7)B Auxiliary Equipment for Traffic Actuated
Controllers (RC)
:ram
Lahctaies -tasting. . is a__. .,e� :. how o.,..,,.ie - -
gntpol
P143AZA pub
r,
Page-SP-54
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Power Switches Computer Interface Unit
' There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate
shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The
off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control
controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector
maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command
or load switching devices. information from the computer all in conformance and within the
capability of the multisonic master computer unit and the
Stop Time Bypass Switch interconnect cables.
There shall be a switch in the cabinet identified as the stop SECTION 9-29.I3(7)D IS REVISED AND SUPPLEMENTEDAS FOLLOWS:
time bypass switch If the intersection is placed on flashing
gyration either by the flash switch or the fail_safe monitor, the 9-29.13(7)D Controller Cabinets (RC,LSA)
controller shall immediately stop time. The stop time bypass I. Construction shall be of 0.073-inch minimum thickness
switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness claa;:
normal cycling operation while the intersection remains in flashing asaodiaad-sheet aluminum, or cast aluminum. Cabinets shall be
operation. finished inside with an approved finish coat of exterior white
enamel and outside with an approved enamel finish, light gray or
DETECTOR test switch aluminum in color. As an alternate to painting, the outside and
inside of the aluminum cabinets may be clear anodized aluminum.
Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with:
(spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of
shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
The convenience outlet and lamp socket shall have a three point latch.
b. A police panel door with a stainless steel hinge pin and
A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1114 inch long
and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet.
cabinet A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off
circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will
allow the control equipment to operate when placed in the "off"
Fail Safe Unit position A second switch shall be the auto-flash switch. When
placed in the "flash" position,controller power shall remain on and
Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the
shall monitor both the positive and negative portions of the A.C. auxiliary panel described later,
sine wave for all green amber and pedestrian walk indications. c.
The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed
enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene They shall be equipped with
initiates flashing operation There shall be a visual indication that some type of stops so the door may be held open in either of two-
the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of
The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind..
manufactured by Eberle Design Inc. or approved equal. d. A two position door stop assembly.
e The Controller cabinet shall have a load bay panel with at
Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer
relays; load switches; and terminal blocks for termination of all
The controller shall have an input voltage surge protector that wires contained on a separate panel the terminal block shall
shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications).
damage the controller or any of its components. This load bay panel shall be mounted so that when the screws
are removed it will be possible to obtain full access to the
Field Wiring Terminal terminations on the back of the load bay panel.
There shall be a terminal strip for field wiring in the
controller cabinet. The terminals shall be numbered in accordance SECTION 9-29.I6 IS SUPPLEMENTED By ADDING THE
with the schematic wiring diagram on the plans. If a different FOLLOWING:
numbering system is used for the cabinet wiring, then both
numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC)
drawing shall include the field wiring numbers where the terminal
strip is illustrated A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless
terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head
provided. housings shall consist of separate sections and be expandable type
for vertical mounting Lens shall be glass and meet _I•T•E-
Specifications for light output Reflectors shall be alzac. Each
signal head shall have a 1/4 inch drain hole in its base.
Page-SP-55
Revision Date: May I9, I997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical `
Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC)
All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of '
border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied
plates shall be finished with two coats of factory-applied traffic traffic signal gFee&-- ely low baked enamel. The inside of visors,
signal yellow baked enamel. The inside of the visors and front of front of back plates,and louvers shall be finished with two coats of
back plates shall be finished with two coats of factory-applied flat flat black enamel. ,
black enamel.
Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED.
between the signal head and mast arm. All mounting hardware 9-19.16(3) n t�, ,.t, .,,t. UQM 4•s a tt4laa& (RC)
will be of the top-mount plumbizer type as shown on the standard
plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A(RC)IS DELETED.
Position of the signal heads shall be located as close as
possible to the center of the lanes. Signal heads shall be mounted o_�o wz� Q_;., t, n„t.,, ,.t,,.,,*o -r.uffi S t u
on the mast arm such that the red indicators lie in the same plane (RQ
and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED.
be less than 16 feet 6 inches nor more than 18 feet 6 inches above
the grade at the center of the roadway. All bolts and other
miscellaneous mounting hardware shall be stainless steel. Uaa& (RQ
SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS. SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS.
9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
Eight inch conventional signals shall employ a 67 to 69 watt
traffic signal lamp rated for 130420 volt operation, 595 minimum Fittings fer 33'Pe A4 and N
initial Iumen, 665 rated initial lumen, 8,000-hour minimum, uupak"4L-All odwr-hardware for e424r-4nounts shall be painted
2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow
traffic signal lamp. Twelve inch traffic signal heads require gFeea-baked enamel.
420130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(I) IS SUPPLEMENTED AND REVISED AS
length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS.
base. Bulbs shall be installed with the opening between the filament 9-29.18(1) Induction Loop Detectors (RC)
ends Detector amplifiers shall be Detector Systems model 810A or I
SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. equal•
9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall
Each lens shall be protected with a removable visor of conform to current NEMA specifications. Amplifi@R installed
polywrbona;@ pin aluminum of the tunnel type, unless specified
otherwise in the contract. Visors shall have attaching ears for
installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS:
have square doors. '
9-29.20 Pedestrian Signal (RC)
SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iaraadesceat- fiber optic or
neon-grid type, or other types as specified in the contract.
9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to ITE Standards (Standard for
Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975).
furnished and installed. Directional louvers shall be constructed to
have a snug fit in th6 signal visor. The outside cylinder shall be
constructed of aluminum pinsfig, and the louvers shall
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract. n minimum ef—d l/Z inches high Symbol messages, when
specified, shall be a minimum of 12 inches high and 7 inches in
SECTION 9-29.16(2)D HAS BEEN DELETED AND width.
REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with
9-29.16(2)D Back Plates (RC) two coats of factory applied traffic signal ellow enamel. ,
Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(I) IS REPLACED BY ADDING I
heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION:
half-hard aluminum sheet, 0.058-inch minimum thickness, with
5-inch square cut border and painted black in front and yellow in 9-29.20(fi Fiber Optic Type (RC)
back. The fiber optics; shall be drawn from optical glass of hih purity. The fibers shall be temperature resistant. The fibers shall
be resistant to the UV light emitted by the halogen lamp and shall
maintain their high transmission properties throughout the lifetime
Page-SP-56
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
of the sign The light guides shall contain fibers with a diameter of SECTION 9-29.24(I) IS DELETED AND REPLACED WITH
53 microns. Each single arm in the harness shall contain THE FOLLOWING:
approximately 300 fibers. The optical sheathing shall have a wall
9-29.24(1) Painting (RC)
thickness of at least 1.5 microns. The common end of each bundle The finish coat shall be a factory baked on enamel light erey
shall have a hexagonal bundle format. The common bundle end in color. The galvanized surface shall be etched before the baked
and each arm end shall be epoxied and optically polished. on enamel is applied. The interior shall be given a finish at of
The light source shall be a halogen incandescent lamp with co
dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel.
with the provisions of
of pins Painting shall be done in conformance The reflector shall be covered with a hard coating capable Section 8-20.3(12).
to withstand a temperature of 400 degrees Centigrade, rapid
temperature changes aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH
shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING:
hours The coating shall not dissolve during this period. The lamp
shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors
together with the fiber shall produce a light intensity as high as (RC)
3800CD The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as
light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following
housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet.
aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker
signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers
bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I. Type
Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp)
display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit
a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240
light points All components shall be fastened to the flat black volt
matrix plate When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for
with no message legible. The low power consumption lamps shall utility plugs)
be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral
SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service
FOLLOWS: 9 One 120 volt 40 Amp single pole branch breaker (signal
service
9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles
All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except
made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white.lettering. All name
Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws.
1 a rugged plastic module. 12. Meter base sections are unnecessary
SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
11144F Pt
THE FOLLOWING:
The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC)
electronic ballast no external transformer, and operate at 30 watts. The pole mounted terminal box shall be made of molded
The heads shall display two symbol messages, "hand" (for the
do not walk mode) in Portland orange and 'Man" (for the walk fiberglass be grey in color, be approximately 16" high x 13-7/8"
wide z 5-7/8' deep and have a minimum of 16 terminals on the
mode) in lunar white. The message module shall consist of two
terminal blocks The box shall be weather tight have a single door
neon gas tubes enclosed in a housing made of polycarbonate
plastic The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the
visors shall be flat black in color. door locking side All hardware will be stainless steel. All
mounting hardware shall be stainless steel and shall be incidental to
SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box.
FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each
terminal shall be separated by a marker strip The marker strip
9-29.24 Service Cabinets (RC) shall be permanently marked with the circuit number indicated in
The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post
on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires_fitted with
buss bars and conductor terminals shall be copper or brass. The spade tips.
cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell
with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge.
panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each
and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet.
The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract_.
cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F with
complete with screens filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x II" deep and
cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock.
Page-SP-57
Revision Date:May 19, 1997
9-30 Water Distribution Materials 9-30 Water Distribution Materials
9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC)
Butterfly valves shall be Dresser 450 or Pratt Groundhog,
SECTION 9-30.1(1)IS REVISED AS FOLLOWS: SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED
9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING:
1. Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC)
cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in
conformance with the Standard Drawings.
All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker
Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0" or approved equal with blue label "water.
the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS
9-30.3 Valves FOLLOWS:
SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW. 9-30.3(7) Combination Air Release/Air VacuumValves (RC)
9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be AP CO- Valve and
Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty,' combination air release valve or
pressure of 200 PSL--'Gate valves shall be Iowa List 14, Mueller equal.
Company No.A2380, Kennedy, or M&H. Installation shall be per the City of Renton Standard Detail
Approval of valves other than models specified shall be latest revision.Piping and fitting shall be copper or brass. Location of the air
All gate valves
ves less than 12" in diameter shall include an S" x
obtained prior bid opening. release valve as show on the plans is approximate. The installation
24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line.
diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS. '
Water Standard Detail for 12" gate valve assembly vault and 1"
bypass installation. 9-30.3(8) Tappit:g Sleeve and Valve Assembly(RC)
Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron
body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material. ,
and 0-ring stuffing box.
RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION:
Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC)
exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow-off assembly shall be #78 Kupferle Foundry '
All external and internal ferrous metal surfaces of the gate Co. or approved equal. Installation of blow-off permanent blow-
valve shall be coated for corrosion protection with fusion bonded off assembly shall be per City of Renton Water Standard Detail,
epoxy. The epoxy coating shall be factory applied to all valve latest revision. Pipe and fittings shall be galvanized. Blow-off
parts prior to valve assembly and shall meet or exceed the
requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans.
shall be provided with two (2) internal 0-ring stems seals. The Temporary blow-off assembly on new dead-end water main shall
valves shall be equipped with one (1) anti-friction washer. The be installed location shown on the plans.
resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary
ry blow-off assemblies for testing and flushing of the ,
new water mains will not be included under this item and shall be
directional flow. The stem shall be independent of the stem nut or
considered incidental to the contract and no additional payment
integrally cast. _
Manufacturers of Resilient Seated gate Valves shall provide shall be made.
the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE r
specifications. FOLLOWING:
Valves shall be designed for a minimum water operating 9-30.5 Hydrants (RC)
pressure of 200 psi. y
End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa Corey Type (opening with the
mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening.
Clow M&H Style 3067, Mueller Series 2370, Kennedy. Compression type fire hydrants (opening againstpressure) ,
Approval of valves other than model specified shall be shall be Clow Medallion M&H 929 Mueller Super Centurion
obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85.
in diameter shall include an 8"x24" cast iron gate valve box and
extensions, as required. SECTION 9-30.5(I) IS SUPPLEMENTED BY ADDING THE
All 12 inch diameter and larger resilient seated gate valves FOLLOWING:
shall have a 1 inch by-pass assembly and shall be installed in a
concrete vault per City of Renton Standard Details, latest revision. 9-30.50) End Connections (RC)
Hydrants shall be constructed with mechanical joint
connection unless otherwise specified in bid proposal description.
r-
Page-SP-58
Revision Date:May 19, 1997
9-30 Water Distribution Materials 9-30 Water Distribution Materials
SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant
THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard
9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants latest revisions.
Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS
or compression type (opening against pressure) conforming to FOLLOWS:
AWWA C 502-85 with a 6 inch mechanical joint inlet and a_mam
valve opening (M.V.O.) of 5 1/4 inches two 2 1/2_inch hose 9-30.6(3) Service Pipe
nozzles with National Standard Threads 7 1/2 threads per inch and
one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC)
per inch 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used.
4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4 9-30.6 3 C Pol butalene Pipe C
pentagon operating nut opened by turning counter clockwise(left). O y )
The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used.
threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS:
proportions as the hydrant stem nut Caps shall be fitted_with Fittings used for copper tubing shall be compression type with
suitable neoprene gaskets for positive water tightness under test gripper ring.
pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS
Seattle Thread x 5" Stortz Stortz adapter shall be forged and/or FOLLOWS:
extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded Meter Setters C
end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) (R )
Stortz face to be metal no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
r.
Page-SP-59
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
INDEX TO WSDOT AMENDMENTS
WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document.
The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the
subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those
SAX subsections have been deleted from this document.
The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting
provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as
specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date
following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT.
SECTION 1
SECTION 2
02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION
CONDITIONS AND EMBANKMENT
(March 3, 1997) (March 3, 1997)
"Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock
Cuts is revised. Sub-section 2-03.3(14)K Select of
04.AP1 SECTION 1-04, SCOPE OF THE WORK Common Borrow is added.
(March 3, 1997) "Embankments at Bridge and Trestle Ends"
"Increased or Decreased Quantities" revised. formula revised.
07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION
RESPONSIBILITIES TO THE PUBLIC (March 3, 1997)
(March 3, 1997) A new Amendment. Sub-section 2-09.3(4)
A new Amendment. Sub-section 1-07.9(5) Construction Requirements, Structure Excavation,
Required Documents is revised. Sub-section Class B, Sub-section 2-09.4 Measurement, and
1-07.13(4) Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub-
"Required Records and Retention" revised. section 2-09.3(1)E Backfilling, Controlled Density
09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added.
PAYMENT "Measurement" drywells added.
(March 3, 1997)
"Payment for Material on Hand" revised. SECTION 3
10.AP1 SECTION 1-10, TEMPORARY TRAFFIC 02.AP3 SECTION 3-02, STOCKPILING
CONTROL AGGREGATES
(March 3, 1997)
A new Amendment. Sub-section 1-10.3(5) (March 3, 1997)
"Asphalt Concrete Aggregates" revised.
Temporary Traffic Control Devices is revised.
Sub-section 1-10.5 Payment is added. SECTION 5
"Conformance to Established Standards", "Traffic
Control Labor" and "Payment" have been revised.
04.AP5 SECTION 5-04, ASPHALT CONCRETE
PAVEMENT
(September 30, 1996)
A new Amendment. Sub-section 5-04.3(10)B
Control is revised.
r-
Page-SP-60
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT' ,
(March 3, 1997) MARKERS
A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997)
Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1
section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub-
Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is
02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is
Subsection 6-02.3(6)A Temperature and Time for supplemented and revised.
Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular.
Curing Concrete is added. 10.AP8 SECTION 8-10, GUIDE POSTS
Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996)
and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials
10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction
(March 3, 1997) Requirements is revised.
A new Amendment. Sub-section 6-10.5 Payment ILAP8 SECTION 8-11, GUARDRAIL
is supplemented with an additional item. Sub- (March 3, 1997)
section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised.
added.
"Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP
(March 3, 1997)
SECTION 7 "Materials", and "Measurement" are revised.
05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR
SYSTEMS
CATCH BASINS
(March 3, 1997)
(March 3, 1997)
Construction Requirements revised.
Revised to include drywells. New standard item
1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC
Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL
Manhole". (March 3, 1997)
A new Amendment. Sub-section 8-20.3(4)
06.AP7 SECTION 7-06, CONCRETE PIPE Foundations is revised. Sub-section 8-20.3(13)A
ANCHORS Light standards is added.
(March 1997) "Equipment List and Drawings" revised.
This section is deleted in its entirety.
08.AP7 SECTION 7-08, GENERAL PIPE
21.AP8 SECTION 8-21, PERMANENT SIGNING
(March 3, 1997)
INSTALLATION REQUIREMENTS A new Amendment. Sub-section 8-21.3(6) Sign
(March 3, 1997) Refacing is revised. Sub-section 8-21.2 Materials
A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added.
Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is
Sub-section 7-08.3(2)D Pipe Laying-- Steel or added. ,
Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials"
Sub-section 7-08.5 Payment are revised. are revised.
"Materials", "Trenches", "Jointing of Dissimilar
Pipe", and "Payment" are revised. 22•AP8 SECTION 8-22, PAVEMENT MARKING
"Standard plan for pipe collars pending. (March 3, 1997)
Anew Amendment. Sub-section 8-22.4
17.AP7 SECTION 7-17, SANITARY SEWERS
(March 3, 1997) Measurement is revised.
"Materials" revised.
A new Amendment. Sub-section 7-17.3(2)C
Infiltration Test is revised. Sub-section 7-17.2
Materials is added.
"Infiltration Test" revised.
18.AP7 SECTION 7-I8, SIDE SEWERS
(October 28, 1996)
Page-SP-61 ,
Revision Date: May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 9 l0.AP9 SECTION 9-10, PILING
(September 30, 1996)
OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber
(September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling
A new Amendment. Sub-section 9-01.3 Tests and is revised.
Acceptance is revised to reference "Mill Test Use message revised.
Report Number". 11.AP9 SECTION 9-11, WATERPROOFING
02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997)
(March 3, 1997) Asphalt waterproofing revised.
"Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS
03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997)
(March 3, 1997) Revised.
A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS,
Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS
03.14(2) Select Borrow is revised. (March 3, 1997)
"Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted.
04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL
SEALING MATERIALS (March 3, 1997)
(March 3, 1997) "Posts and Blocks", revised.
"Joint Mortar" revised.
17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, (September 30, 1996)
CULVERTS, AND CONDUITS A new Amendment. Sub-section 9-17.1 General
(March 3, 1997) is revised.
A new Amendment. Sub-section 9-05.6(4)
Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT
05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM)
9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996)
Profile Wall PVC Storm Sewer Pipe are revised. Anew Amendment. Sub-section 9-21.1(1)
Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section
"Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub-
1 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised.
RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS,
(March 3, 1997) ELECTRICAL
A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996)
Strength Bolts is revised. A new Amendment. Sub-section 9-29.4
"High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised.
revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION
Specifications. GEOTEXTILE
09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996)
(March 3, 1997) A new Amendment. Sub-section 9-33.2
A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised.
Placing in Treating Cylinders is revised..
i
1
Page-SP-62
Revision Date: May 19, 1997
t
WSDOT AMENDMENTS
WSDOT AMENDMENTS
M
The following WSDOT Amendments are the complete text of all
Amendments to the WSDOT/APWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, accepted and adopted by the City of
Renton on May 19, 1997 and should be with any project specific Special
Provisions contained within the contract document.
i
1
1
i
Page-AMD-i
Revision Date:May 19, 1997
Table of Contents ,
WSDOTAMENDMENTS...................................................................................................................................i
SECTION 1-04, SCOPE OF THE WORK March 3, 1997 ......................................................................................... 5
1-04.6 Increased or Decreased Quantities........................................................................................................ 5 ,
SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 ................................ 5
1-07.9(5) Required Documents ..................................................................................................................... 5
1-07.11(10)B Required Records and Retention................................................................................................. 5
1-07.13(4) Repair of Damage........................................................................................................................ 5
SECTION 1-09, MEASUREMENT AND PAYMENT March 3, 1997........................................................................... 6
1-09.8 Payment for Material on Hand............................................................................................................ 6 ,
SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997 ........................................................................ 6
1-10.2(1) Traffic Control Supervisor.............................................................................................................. 6
1-10.2(1) General. ...................................................................................................................... 6
1-10.2(3) Conformance to Established Standards.............................................................................................. 8
1-10.3(1) Traffic Control Labor....................................................................................................................8
1-10.3(2) Traffic Control Vehicle.................................................................................................................. 8 ,
1-10.3(5) Temporary Traffic Control Devices................................................................................................... 8
1-10.4 Measurement.................................................................................................................................. 9
1-10.5 Payment........................................................................................................................................i99
SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................
2-03.3(14)I Embankments at Bridge and Trestle Ends.......................................................................................10
2-03.3(14)K Select or Common Borrow Including Haul.....................................................................................10
SECTION 2-09,STRUCTURE EXCAVATION March 3, 1997..................................................................................10
2-09.3(1)E Backfilling ...............................................................................................................................10
2-09.4 Measurement.................................................................................................................................11 '
2-09.5 Payment........................................................................................................................................11
SECTION 3-02, STOCKPILING AGGREGATES March 3, 1997..............................................................................11
3-02.3(1) Asphalt Concrete Aggregates..........................................................................................................11
SECTION 6-02, CONCRETE STRUCTURES March 3, 1997 ...................................................................................11
6-02.3(4)D Temperature and Time For Placement............................................................................................12
6-02.3(11) Curing Concrete .
6-02.3(17)J Face Lumber,Studs,Wales, and Metal Forms ................................................................................12
6-02.3(24)A Field Bending..........................................................................................................................12
6-02.3(25)F Prestress Release......................................................................................................................12 ,
SECTION 6-10, CONCRETE BARRIER March 3, 1997..........................................................................................13
6-10.3(1) Precast Concrete Barrier...............................................................................................................13
6-10.5 Payment........................................................................................................................................13
SECTION 7-05,MANHOLES,INLETS, AND CATCH BASINS March 3, 1997...........................................................13
SECTION 7-05, MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS...............................................................13
7-05.1 Description....................................................................................................................................13
7-05.2 Materials.......................................................................................................................................13
7-05.3 Construction Requirements................................................................................................................14
7-05.4 Measurement ................................................................................................................................ 14
7-05.5 Payment........................................................................................................................................14
SECTION 7-069 CONCRETE PIPE ANCHORS March 3, 1997.................................................................................15 '
Page-AMD-ii
Revision Date:May 19, 1997
SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15
7-08.2 MaterialsTrenches
.......................................... .15
7-08.3(1)A Trenc .............................................................................•.............hes......................................
7-08.3(1)C Pipe Zone Bedding.................................................................................................... .15
7-08.3(1)C Bedding the Pipe.........................................................................................................................15
7-08.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15
7-08.3 2 G Jointing of Dissimilar Pi 16
7-08.4 Measurement .................................................................................................................................16
7-08.5 Payment........................................................................................................................................16
' SECTION 7-17, SANITARY SEWERS March 3, 1997............................................................................................16
7-17.2 Materials.......................................................................................................................................16
7-17.3(2)C Infiltration Test.........................................................................................................................17
SECTION 8-09, RAISED PAVEMENT MARKER March 3, 1997 .17
8-09.1 Description....................................................................................................................................17
' 8-09.3 Construction Requirements.................................................................. .17
8-09.3(5) Recessed Pavement Marker..............................................................................................................17
8-09.5 Payment........................................................................................................................................17
SECTION8-11, GUARDRAIL March 3, 1997.......................................................................................................17
8-11.3(1)C Erection of Rail.........................................................................................................................17
8-11.3(1)D Anchor Installation....................................................................................................................18
rSECTION 8-15, RIPRAP March 3, 1997..............................................................................................................18
8-15.2 Materials.......................................................................................................................................18
8-15.4 Measurement .................................................................................................................................18
SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3,1997........................................................................18
8-17.3 Construction Requirements................................................................................................................18
SECTION 8-20, ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18
ANDELECTRICAL March 3, 1997....................................................................................................................19
8-20.2(1) Equipment List and Drawings.........................................................................................................19
8-20.3(13)A Light Standards.......................................................................................................................19
SECTION 8-21, PERMANENT SIGNING March 3, 1997........................................................................................19
8-21.2 Materials.......................................................................................................................................19
8-21.3 Construction Requirements................................................................................................................19
8-21.3(4) Sign Removal..............................................................................................................................19
8-21.3(9)F Bases ......................................................................................................................................20
8-21.3(10)A Sign Lighting Luminaires...........................................................................................................20
8-21.3(9)G Identification Plates. ..20
8-21.3(12) Steel Sign Posts..........................................................................................................................20
SECTION 8-22, PAVEMENT MARKINGS March 3, 1997.......................................................................................21
8-22.2 Materials.......................................................................................................................................21
SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997...................................................................................21
9-02.4 Anti-Stripping Additive....................................................................................................................21
SECTION 9-03, AGGREGATES March 3, 1997....................................................................................................21
9-03.12 Gravel Backfill..............................................................................................................................21
9-03.12(5) Gravel Backfill for Drywells .........................................................................................................22
9-03.14(2) Select Borrow............................................................................................................................22
SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22
9-04.3 Joint Mortar..................................................................................................................................22
SECTION 9-05,DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3 1997.........................................22
9-05.4(7) Coupling Bands..........................................................................................................................22
9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe.................22
Page-AMD-iii
Revision Date:May 19, 1997
9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe...22
9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23
9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23
9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23
SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................................................23
9-06.16 Roadside Sign Structures..................................................................................................................24
9-06.5(3) High Strength Bolts......................................................................................................................24
9-06.5(4) Anchor Bolts...............................................................................................................................24 ,
9-06.5(5) Bolt, Nut, and Washer Specifications......................................................................................................25
SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25
9-09.3(1)B Placing in Treating Cylinders .......................................................................................................25
SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 ,
9-11.1 Asphalt for Waterproofing................................................................................................................25
SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25
9-12.4 Precast Concrete Manholes................................................................................................................25 ,
9-12.5 Precast Concrete Catch Basins...........................................................................................................26
9-12.7 Precast Concrete Drywells.................................................................................................................26
SECTION 9-13,RIPRAP,QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS March 3, 1997....................26 ,
9-13.4 Concrete Slab Riprap.......................................................................................................................26
SECTION 9-16, FENCE AND GUARDRAIL March 3, 1997 ....................................................................................26
9-16.3(1) Rail Element.... .........................................................................................................................26
9-16.3(2) Posts and Blocks..........................................................................................................................26
9-16.3(5) Anchors.....................................................................................................................................27
i
i
1
Page-AMD-iv
Revision Date:May 19, 1997
1-04 6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage
{ TC "SECTION 1-049 SCOPE OF THE WORKtt }SECTION 1-04, SCOPE OF THE
2 WORK
' March 3, 1997
' 1-04.6 Increased or Decreased Quantities
5 The first sentence of Item no. 1 in the first paragraph is revised to read:
Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the
original bid quantity.
9
Item no.2 in the first paragraph is revised to read:
Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of
3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due
solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount
originally bid for the item.
7 Item no.4 in the second paragraph is deleted.
{
TC "SECTION 1-079 LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO
THE PUBLIC
1 March 3, 1997
2 1-07.9(5) Required Documents
IThe fifth sentence of the third paragraph is revised to read:
5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in
the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the
contract provisions.
1-07.11(10)B Required Records and Retention
0 The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391".
1 The third paragraph is revised to read:
3
4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the
Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all
Contracting Agency funded projects, and those Federally funded projects under$100,000.
7
t 1-07.13(4) Repair of Damage
9 The second sentence of the first paragraph is revised to read:
ti For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section
2 1-04.4
Page AMD-5
Revision Date:May 19, 1997
1-09.8 Payment
ent for Material on Hand 1-10.2(1) General
1 { TC "SECTION 1-099 MEASUREMENT AND PAYMENT" }SECTION 1-09, '
2 MEASUREMENT AND PAYMENT
3 March 3, 1997 ,
4 1-09.8 Payment for Material on Hand '
5 The first sentence of the fifth paragraph is revised to read:
6
7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000.
8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10,
9 TEMPORARY TRAFFIC CONTROL
o March 3, 1997
1
1 1-10.2(1) Traffic Control Supervisor
2 This section is revised to read:
3
4 1-10.2(1) General '
5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager
6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic
7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required
8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor
9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS '
0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to
1 the same degree as the primary TCM and TCS.
2
3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be
4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have
5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any
5 deficiency in the traffic control system.
9
8 1-10.2(1)A Traffic Control Manager '
9 The duties of the Traffic Control Manager include:
0
1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor-
2 adopted traffic control plan(s) with the Engineer.
3
4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any
5 adjacent construction or maintenance operations.
6
7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) ,
8 with appropriate police, fire control agencies, city or county engineering, medical emergency
9 agencies, school districts, and transit companies.
0 '
Page-AMD-6
Revision Date:May 19, 1997
1 10 2(1) General 1-10.20) General
4. Overseeing all requirements of the contract which contribute to the convenience, safety, and
orderly movement of vehicular and pedestrian traffic.
3
5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for
IStreets and Highways for the State of Washington and applicable standards and specifications
6 available at all times on the project.
1 6. Attending all project meetings where traffic management is discussed.
9
7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations.
1
2 1-10.2(1)B Traffic Control Supervisor
IA TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer.
5 . The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be
1 able to be on the jobsite within a 45-minute time period after notification by the Engineer.
8 The TCS's duties shall include:
1. Inspecting traffic control devices and nighttime lighting for proper location, installation,
1 message, cleanliness, and effect on the traveling public. Traffic control devices shall be
inspected each work shift except that Class A signs and nighttime lighting need to be checked
only once a week. Traffic control devices left in place for 24 hours or more should also be
4 inspected once during the nonworking hours when they are initially set up (during daylight or
Idarkness, whichever is opposite of the working hours).
7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-04013, which shall be
submitted to the Engineer no later than the end of the next working day to become a part of the
project records. The Contractor may use their own form if it is approved by the Engineer.
0 Include in the diary such items as:
a. When signs and traffic control devices are installed and removed,
3 b. Location and condition of signs and traffic control devices,
1 c. Revisions to the traffic control plan,
d. Lighting utilized at night, and
6 e. Observations of traffic conditions.
' 3. Ensuring that corrections are made if traffic control devices are not functioning as required.
9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as
long as the original intent of the traffic control plan is maintained and the revision has
tconcurrence of the WSDOT TCS.
2
4. Attending traffic control coordinating meetings or coordination activities as authorized by the
IEngineer.
5
The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS
Iare accomplished. Possession of a current flagging card by the TCS is mandatory.
8
A reflective vest and hard hat shall be worn by the TCS.
Page-AMD-7
Revision Date:May 19, 1997
1 1•.2 Conformance to Established Standards 1-10.3(5) Temporary Traffic Control Devices
(3)
1 1-10.2(3) Conformance to Established Standards '
2 This section is supplemented with the following:
3 '4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality
5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the
6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a ,
7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and
8 replaced within 12 hours.
9 '0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American
I Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703)
2 898-5400, FAX (703) 898-5510. '
3
4 1-10.3(1) Traffic Control Labor
5 The first sentence of the second paragraph is replaced with the following two sentences:
6
7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or
8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency.
9
0 1-10.3 2 Traffic Control Vehicle ,
1 This section is revised to read:
2
3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing
4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and '
5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for
6 transporting signs shall be limited to:
7
8 1. Set up and removal,
9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary
0 storage is approved by the Engineer, and ,
1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans,
2 approved traffic control plan, or the orders of the Engineer.
3
4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360
5 degrees.
6
7 1-10.3(5) Temporary Traffic Control Devices
8 The first sentence of the first paragraph is revised to read: ,
9
o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this
I item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control
2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another
3 item.
4 '
Page-AMD-8 ,
Revision Date:May 19, 1997
1 10 4 Measurement 1-10.5 Payment
1-10.4 Measurement
The fourth paragraph is revised to read:
3
3 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties
described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the
6 Engineer authorizes the TCS to be on the jobsite during non-working shifts.
IThe following paragraph is inserted after the fourth paragraph:
9
9 No unit of measure will apply to the position of traffic control manager and it will be considered incidental to
unit contract prices. When the traffic control manager performs the duties of the traffic control supervisor,
2 measurement and payment will be as specified for the traffic control supervisor.
IThe sixth paragraph is revised to read:
5
5 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used
for the previously described work. The Contractor may use more than one vehicle to perform this work,
8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used.
Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing
the work required by this section but will be excluded from payment under this section.
1
1-10.5 Payment
The bid item "Traffic Control Supervisor", per day, is revised to read:
5 "Traffic Control Supervisor", per hour.
IThe first paragraph following the bid item "Traffic Control Supervisor" is revised to read:
8
The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person
performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties.
Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read
"Section 1-10.3(5)".
5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read:
IThe unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for
8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for
under the item "Traffic Control Labor" or "Traffic Control Supervisor".
i The last paragraph of this section is deleted.
' Page-AMD-9
Revision Date:May 19, 1997
2-03.3(14)I Embankments at Bride and Trestle Ends 2-09.3(1)E Backfillin
1 { TC "SECTION 2-039 ROADWAY EXCAVATION AND EMBANKMENT" ,
2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
3 March 3, 1997 ,
4 2-03.3(14)I Embankments at Bridge and Trestle Ends
5 The third paragraph is replaced with the following two paragraphs:
6
7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly '
8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the
9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the
0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers '
I and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet
2 unless approved by the Engineer.
3 ,4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial he
5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for
6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and
7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft3
8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the
9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear ,
0 any added cost that results from the change.
1
2 2-03.3(14)K Select or Common Borrow Including Haul
3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read '
4 "Section 9-03.14(3).
5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-099 ,
6 STRUCTURE EXCAVATION
7 March 3, 1997
8 2-09.3(1)E Backfilling
9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read:
0
1 Ingredients Amount per Cu. Yd. '
2 Portland Cement 50 lb.
3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is
4 used.) '
5 Air Entrainment Admixture Per Manufacturer's recommendations
6 Fly Ash Class F or 300 lb.
7 Fly Ash Class C 150 lb.
8 Water 300 lb. (maximum)
9
Page-AMD-10 '
Revision Date:May 19, 1997
2-09 4 Measurement 6-02.3(4)D Temperature and Time For Placement
2-09.4 Measurement
Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe
3 arches, structural pipes, and underpasses" are deleted and replaced with the following:
IFor all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be
6 calculated based on the following trench width:
IFor drain and underdrain pipes, trench width = I.D. + 12 inches.
9 For pipes 15 inches and under, trench width = I.D. + 30 inches.
IFor pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches.
2 Under "Horizontal Limits" the following new paragraph is added:
IFor drywells, the limits shall be in accordance with the Standard Plans.
5
1 The paragraph for "Gravel Backfill" is revised to read:
8 Gravel Backfill
Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the
cubic yard in place determined by the neat lines required by the Plans.
1
2-09.5 Payment
The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted.
�+ I N 3-02
a { TC SECTION 3-02, STOCKPILING AGGREGATES }SECT O ,
STOCKPILING AGGREGATES
March 3, 1997
3-02.3(1) Asphalt Concrete Aggregates
The first paragraph is revised to read:
0 Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the
class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size
shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use,
3 except as modified in Section 9-03.8.
{ TC "SECTION 6-029 CONCRETE STRUCTURES" }SECTION 6-02, CONCRETE
5 STRUCTURES
March 3, 1997
6-02.3(4)D Temperature and Time For Placement
8 The first paragraph is supplemented with the following:
Page-AMD-11
Revision Date:May 19, 1997
6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release
i Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being '
2 placed.
3
4 6-02.3(11) Curing Concrete
5 Item number 1 of the first paragraph is revised to read:
6
7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs,
8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing
9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. ,
0
1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms '
2 The 22nd paragraph of Section 6-02.3(17)J is revised to read:
3
4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the
5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval
6 shall be based on laboratory test results or selection off the current Qualified Products List.
7
8 6-02.3(24)A Field Bending
9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read:
o
1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar
2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and
3 smaller may be bent without heating;
4 '
5 Table 1 is supplemented with the following:
6
7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall
8 be specified in Section 9-07.
9
0 6-02.3 2 F Prestress Release '
( �
1 This Section is supplemented with the following: '
2
3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum
4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with '
5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of
6 the proposed release concrete compressive strength. The calculated release strength shall meet the
7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension '
8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated
9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the
0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of '
I the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that
2 results from the change.
Page-AMD-12 ,
Revision Date:May 19, 1997
6-10.3(1) Precast Concrete Barrier 7-05.2 Materials
{ TC "SECTION 6-109 CONCRETE BARRIER" }SECTION 6-10, CONCRETE
BARRIER
March 3, 1997
6-10.3(1) Precast Concrete Barrier
The first two paragraphs are replaced with the following paragraph:
6
6 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No
concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same
9 conditions show the concrete has reached 4000 psi.
IThe fifth paragraph is revised to read:
2
2 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be
cured in the forms until a rebound number test, or test cylinders which have been cured under the same
5 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No
additional curing is required once the barrier is removed from the forms.
6-10.5 Payment
Section 6-10.5, Payment, is supplemented with the following:
0
"Single Slope Concrete Barrier", per linear foot.
The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in
3 place or precast single slope concrete barrier.
{ TC "SECTION 7-059 MANHOLES, INLETS, AND CATCH BASINS" }SECTION
T-05, MANHOLES, INLETS, AND CATCH BASINS
March 3, 1997
The title of this section is revised to read:
SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
0
1 7-05.1 Description
2 In the first paragraph, the work "drywells" is inserted after the word "inlets".
1
7-05.2 Materials
This section is supplemented with the following:
6
Crushed Surfacing Base Course 9-03.9(3)
Gravel Backfill For Drywells 9-03.12(5)
Page-AMD-13
Revision Date:May 19, 1997
7-05.3 Construction Requirements 7-05.5 Pa ment
1 Precast Concrete Drywells 9-12.7
2 Underground Drainage Geotextile,
3 Moderate Survivability 9-33.1
4
5 7-05.3 Construction Requirements
6 The following paragraph is inserted after the first paragraph: ,
7
8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill
9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in
0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the
1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the
2 drywell. '
3
4 The third paragraph is deleted.
5
6 The eighth paragraph is supplemented with the following:
7 ,8 Mortar shall conform to the requirements of Section 9-04.3.
9
0 The 15th paragraph is revised to read:
1 '
2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of
3 Section 2-09.
4
5 The 16th paragraph is revised to read:
6
7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level '
8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000.
9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures
0 shall conform to the requirements of the Standard Plan except as approved by the Engineer.
1
2 7-05.4 Measurement ,
3 This section is supplemented with the following:
4
5 Precast Concrete Drywell will be measured per each.
6
7 7-05.5 Payment ,
8 The bid item "Abandon Drainage Structure", per each, is revised to read:
9
0 "Abandon Existing Manhole", per each.
1
2 This section is supplemented with the following: ,
3
4 "Precast Concrete Drywell", per each.
Page-AMD-14 '
Revision Date:May 19, 1997
7-08 2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum
The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing
the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and
drainage geotextile.
J { TC "SECTION 7-069 CONCRETE PIPE ANCHORS" }SECTION 7-069
s CONCRETE PIPE ANCHORS
March 3, 1997
7 This section is deleted in its entirety.
{ TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS"
}SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS
March 3, 1997
7-08.2 Materials
This section is revised to read:
Materials shall meet the requirements of the following sections:
Gravel Backfill for Foundations 9-03.12(1)
Gravel Backfill for Pipe Zone Bedding 9-03.12(3)
Bedding Material for Thermoplastic Pipe 9-03.16
7-08.3(1)A Trenches
The second paragraph is revised to read:
2
The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given
by the Engineer.
5
7-08.3(1)C Pipe Zone Bedding
This section heading is revised as follows:
7-08.3(1)C Bedding the Pipe
In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone
1 bedding".
3 7-08.3(2)D Pipe Laying - Steel or Aluminum
IThe first paragraph is revised to read:
6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of
circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed
together with approved bands.
' Page-AMD-15
Revision Date:May 19, 1997
7-08.3(2)G Jointing of Dissimilar Pi 7-17.3(2)C Infiltration Test
1 '
2 7-08.3(2)G Jointing of Dissimilar Pipe
3 This section is revised to read:
4
5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a
6 pipe collar as detailed in the Standard Plans.
7
8 7-08.4 Measurement '
9 The following new paragraph is inserted after the first paragraph:
o
1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert
i and storm sewer pipes.
3 '
4 7-08.5 Payment
5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per ,
6 cubic yard.
7 '8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding":
9
0 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the '
1 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of
2 pipe installed.
3 '4 This section is supplemented with the following paragraph:
5
6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract
7 price per linear foot for the size and type of pipe being jointed.
8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY
9 SEWERS ,
o March 3, 1997
1 7-17.2 Materials
2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary '
3 Sewer Pipe".
4 '5 The fourth paragraph is supplemented with the following:
6
7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) '
8
9 7-17.3(2)C Infiltration Test
o The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per
1 hour)".
Page-AMD-16 '
Revision Date:May 19, 1997
8-09.1 Description 8-11.3(1)D Anchor Installation
{ TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED
PAVEMENT MARKER
3 March 3, 1997
1
8-09.1 Description
The word "raised" is deleted from the first and second sentences.
6
' 8-09.3 Construction Requirements
This Section is revised by adding the following new Section:
8-09.3(5) Recessed Pavement Marker
The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the
2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans.
4 8-09.5 Payment
IThe first paragraph is supplemented with the following new bid item:
7 "Recessed Pavement Marker", per hundred.
IThe second paragraph is revised to read:
0
0 The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type
2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for
3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with
1 traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5.
5 { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-11, GUARDRAIL
March 3, 1997
r 8-11.3(1)C Erection of Rail
8 The following paragraph is inserted after the second paragraph:
When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be
1 installed. The inside and outside rail elements shall not be staggered.
i
3 8-11.3(1)D Anchor Installation
IThe heading is revised to read:
5
9 Terminal and Anchor Installation
8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes".
Page-AMD-17
Revision Date:May 19, 1997
8 15 2 Materials 8-20.2(1) Equipment List and Drawings
1
2 This section is supplemented with the following:
3
4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all
5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's
6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation.
7 Assembly and installation shall be in accordance with the manufacturer's recommendations. '
8 { TC "SECTION 8-159 RIPRAP" }SECTION 8-159 RIPRAP
9 March 3, 1997 ,
0 8-15.2 Materials ,
1 The reference to Slab Riprap in the first paragraph is deleted.
2 ,
8-15.4 Measurement
The third paragraph is revised to read:
6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed.
7
8 The fifth paragraph dealing with Concrete Slab Riprap is deleted.
9 SECTION 8-179 IMPACT ATTENUATOR SYSTEMS '
o March 3, 1997
1 8-17.3 Construction Requirements
2 The following paragraph is inserted before the first paragraph: '
3
4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that
5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided
6 to the Engineer prior to installation.
7
8 The first sentence of the first paragraph is revised to read: '
9
0 Assembly and installation shall be in accordance with the manufacturer's recommendations.
1 { TC "SECTION 8-209 ILLUNIINATION, TRAFFIC SIGNAL SYSTEMS, AND
2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,
3 AND ELECTRICAL '
4 March 3, 1997
5 8-20.2(1) Equipment List and Drawings
6 The fifth paragraph is revised to read: '
7
Page-AMD-18 '
Revision Date:May 19, 1997
8-20.3 13 A Light Standards 8-21.3(9)F Bases
The Contractor will not be required to submit shop drawings for approval for light standards conforming to the
ipre-approved plans listed in the Qualified Products List.
3
8-20.3(13)A Light Standards
5 The first sentence of Item No. 2 in the third paragraph is deleted.
The first sentence of Item No. 4 in the third paragraph is deleted.
{ TC "SECTION 8-219 PERMANENT SIGNING" }SECTION 8-219 PERMANENT
SIGNING
March 3, 1997
8-21.2 Materials
The second sentence of the first paragraph is revised to read:
3
3 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the
requirements of Section 9-06.
' 8-21.3 Construction Requirements
8 8-21.3(4) Sign Removal
IThis section is revised to read:
0
Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign
Istructures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete
3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the
Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the
post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures,
6 metal sign posts, windbeams, and other metal structural members shall become the property of the
Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT.
The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to:
9 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract ntunber
shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense
to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical
2 completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall
become the property of the Contractor and removed from the project. The Contractor will be charged
q $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation.
5
16 8-21.3(9)F Bases
7 The second sentence of the second paragraph is revised to read:
'8
Page-AMD-19
Revision Date:May 19, 1997
8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials '
1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all '
2 other sign structure bases.
3
4 The second paragraph is supplemented with the following: '
5
6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3.
7
8 8-21.3(10)A Sign Lighting Luminaires
9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". '
0
1 This section is revised by adding the following new sections:
2
3 8-21.3(9)G Identification Plates
4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign '
5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign
6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign
7 structures and give them to the Engineer.
8
9 8-21.3(12) Steel Sign Posts '
0 Steel sign posts shall be connected to concrete bases using the following procedure:
1 '2 1. Remove all galvanized runs and beads from washer area.
3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates.
4 3. Shim as required to plumb sign posts. '
5 4. Tighten bolts in a systematic order to required torque while not over tightening.
6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening.
7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent ,
8 loosening.
9
0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall '
1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M
2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches
3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection.
4 { TC "SECTION 8-22, PAVEMENT MARKINGS" }SECTION 8-22, PAVEMENT
5 MARKINGS
6 March 3, 1997
7 8-22.2 Materials '
8 The first sentence is revised to read: '
9
0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved
1 materials listed in the Qualified Products List. ,
2
3 8-22.4 Measurement
Page-AMD-20 '
Revision Date:May 19, 1997
9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow
The second sentence of the eighth paragraph is revised to read:
3 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for
the area actually removed.
tt "
s { TC SECTION 9-02, BITUMINOUS MATERIALS }SECTION 9-029
BITUNIINOUS MATERIALS
March 3, 1997
9-02.4 Anti-Stripping Additive
This section is revised in its entirety to read:
l When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the
option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the
aggregate on the cold teed. Once the process and type of anti-stripping additive proposed by the Contractor
4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and
amount of anti-stripping additive shall not be changed without approval of the Engineer.
is added to the liquid as
7 When liquid anti-stripping additive is the amount will be designated by the Q P
Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt.
When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall
not exceed 0.67 percent by mass (weight) of the aggregate.
The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered
based on a proposal from the Contractor.
{ TC "SECTION 9-039 AGGREGATES" }SECTION 9-039 AGGREGATES
March 3, 1997
9-03.12 Gravel Backfill
This section is supplemented with the following new section:
9
9-03.12(5) Gravel Backfill for Drywells
Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete,
Grading No. 4 in accordance with Section 9-03.1(3)C.
3
9 9-03.14(2) Select Borrow
5 The sand equivalent requirement in the first paragraph is revised to read "25 min."
Page-AMD-21
Revision Date:May 19, 1997
9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall
PVC Storm Sewer Pine
l { TC "SECTION 9-049 JOINT AND CRACK SEALING MATERIALS" )SECTION 9- ,
2 04, JOINT AND CRACK SEALING MATERIALS
3 March 3, 1997 '
4 9-04.3 Joint Mortar '
5 The first paragraph is revised to read:
6 '7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient
8 water to allow proper workability.
{ TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS"
o }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
1 March 3, 1997
2 9-05.4(7) Coupling Bands '
3 The first paragraph is supplemented with the following:
4 '5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed
6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers
7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When
8 flat band couplers are used, pipe arch ends are not required to be recorrugated.
9
0 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and '
1 PVC Sanitary Sewer Pipe
2 The section heading is revised to read: '
3
4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC
5 Sanitary Sewer Pipe
6 '7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read:
8
9 "solid wall PVC sanitary sewer pipe"
0
1 The third paragraph is revised to read:
2 ,3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented.
4
s 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe
6 The section heading is revised to read:
7
Page-AMD-22 '
Revision Date:May 19, 1997
' 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures
Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe
! 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC
2 Sanitary Sewer Pipe
The first paragraph is revised to read:
5
Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO
M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM
8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List.
The first sentence of the third paragraph is revised to read:
t
Qualified producers are identified in the Qualified Products List.
4 The fifth paragraph is revised to read:
IFittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46.
7
9-05.19 Corrugated Polyethylene Culvert Pipe
The second sentence of the first paragraph is revised to read:
specified in the Qualified Products List.
i The maximum pipe diameter shall be as spec Q
The first sentence of the fourth paragraph is revised to read:
4
Qualified producers are identified in the Qualified Products List.
7 9-05.20 Corrugated Polyethylene Storm Sewer Pipe
The first subparagraph in the first paragraph is revised to read:
The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a
producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List.
�► RELATED MATERIALS"
2 { TC SECTION 9-06, STRUCTURAL STEEL AND
}SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
March 3, 1997
This section is revised by adding the following:
9-06.16 Roadside Sign Structures
All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293.
Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B.
Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the
requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable
alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183.
' Page-AMD-23
Revision Date:May 19, 1997
9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications_
'
1
2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M
3 222, AASHTO M 223, or ASTM A 572 Grade 50.
4 ,5 Base connectors for multiple directional steel breakaway posts shall conform to the following:
6
7 brackets Aluminum Alloy 6061 T-6
8 bosses for Type 2B brackets ASTM A 582
9 coupling bolts ASTM A 325
0 anchor bolts ASTM 304 stainless steel for threaded t
I portion. AISI 1038 steel rod and AISI
2 1008 coil for cage portion.
3 '4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as
5 follows:
6 '7 Type 2A 17,000 to 21,000 lb.
8 Type 2B 47,000 to 57,000 lb.
9 ,0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For
I one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass
2 conforming to ASTM B 36. '
3
4 9-06.5(3) High Strength Bolts
5 The first two sentences of the second paragraph are revised to read:
6
7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are '
8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing
9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's
0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. I
1
2 9-06.5(4) Anchor Bolts '
3 The first paragraph is revised to read:
4
5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts
6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with
7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested
8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot '
9 provided shall show the ultimate tensile strength test results.
0
1 9-06.5(5) Bolt, Nut, and Washer Specifications
2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436".
Page-AMD-24 '
Revision Date:May 19, 1997
' 9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins
{ TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-099 TIMBER AND
LUMBER
3 March 3, 1997
4 9-09.3(1)B Placing in Treating Cylinders
IThe requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade
6 Requirements Table are deleted.
The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted.
{ TC "SECTION 9-11, WATERPROOFING" }SECTION 9-11, WATERPROOFING
March 3, 1997
9-11.1 Asphalt for Waterproofing
In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41".
}SECTION 3 { TC SECTION 9-129 MASONRY UNITS" }SEC 9-12, MASONRY UNITS
March 3, 1997
9-12.4 Precast Concrete Manholes
This section is revised to read:
Precast concrete manholes shall meet the requirements of AASHTO M 199.
0 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral
Idisplacement.
3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections
may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type
III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be
6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of
0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the
48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be
9 furnished with knockouts or cutouts.
I
1 9-12.5 Precast Concrete Catch Basins
This section is supplemented with the following:
3
11 Knockouts or cutouts may be placed on all four sides and may be round or D shaped.
6 Section 9-12 is supplemented with the following new section:
�7
' Page-AMD-25
Revision Date:May 19, 1997
9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors ,
1 9-12.7 Precast Concrete Drywells '
2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may
3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 ,
4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly
5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference.
6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND '
7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE
8 PROTECTION, AND ROCK WALLS '
9 March 3, 1997
o 9-13.4 Concrete Slab Riprap
1 This section is deleted.
2
{ TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND
GUARDRAIL
5 March 3, 1997 '
6 9-16.3(1) Rail Element '
7 The first paragraph is revised to read:
8
9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A
0 Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail
1 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F
2 end sections, which shall be formed from 10 gage steel. ,
3
4 9-16.3(2) Posts and Blocks
5 The second sentence of the first paragraph is revised to read:
7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance
8 with manufacturers recommendations.
9 '
o 9-16.3(5) Anchors
1 The following paragraph is inserted after the third paragraph:
2
3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or
4 ASTM A 501.
5
6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17".
Page-AMD-26 '
Revision Date:May 19, 1997
SPECIAL PROVISIONS
DIVISION 1
GENERAL REQUIREMENTS
L1-01 DEFINITIONS AND TERMS
1-01.3 Definitions (APWA Only)
' Add the following definitions:
CITY
The City of Renton
Substantial Completion Date(APWA Only)
The date established by the Contracting Agency or ENGINEER when the contract work is completed to a
' point that the formal procedures for liquidated damages will no longer be used and liquidated damages
thereafter will be assessed on the basis of direct engineering and related cost for overruns of the contract
time until the Actual Completion Date.
tActual Completion Date(APWA Only)
The date established by the ENGINEER as the date that all the work the contract requires is complete.
Acceptance Date (APWA Only)
The date the Contracting Agency accepts the completed contract and items of work shown in the final
estimate.
' 1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1(1) Consideration of Bids (Additional Section)
tThe contract, if awarded, will be awarded to the lowest responsive, responsible bidder.
1-03.2 Award of Contract (Supplemental Section)
The contract award or bid rejection will occur within 30 calendar days after bid opening.
' Special Provisions Page 1
7/11/2000
1-04 SCOPE OF THE WORK
1-04.12 Hours of Work(Additional Section)
General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. See Section
1-07.23(1)A of the Special Provisions for lane closure limitations.
The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the
public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in
writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours
notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway
without a traffic control plan approved by the City Transportation Division.
1-05 CONTROL OF WORK
1-05.4 Conformity with and Deviations from Plans and Stakes(Revised Section)
1 Delete the first sentence of this section and replace with the following:
The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines,
grades, slopes, cross-sections, and curve superelevations.
1 1-05.5 Construction Stakes (Revised Section)
The CONTRACTOR shall provide all required survey work, including such work as mentioned in
Section 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer or
Contractor. All costs of this survey work shall be included in "Construction Surveying, Staking, As-
Builts"per lump sum, as described in Section 1-09.14(Z).
1-05.5(2) Construction Staking(Supplemental Section)
Sanitary Sewer Alignment and Grade Stakes
(50' max. interval for laser control)
(30' max. interval for batter boards)
' Page 2 Special Provisions
7/11/2000
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.16 Protection and Restoration of Property(Supplemental Section)
Private property such as plants, shrubs, trees, fences, and rockeries within the work area shall be removed
and restored to the satisfaction of the property owner. It shall be the CONTRACTOR's responsibility to
notify each property owner when it is necessary to remove such improvements to facilitate the
CONTRACTOR's progress, and to remove those improvements to locations requested by the property
owner or to restore them to near original location in as near original condition as possible.
' For the purpose of this contract, all property not within the Right of Way, including property owned by
the City of Renton, will be considered private property.
All lawn within the area to be disturbed by the CONTRACTOR's operations shall be cut with a sod
cutting machine, removed and disposed. The disturbed lawn area shall be restored with sod, after trench
is backfilled and compacted. The restoration of the distributed lawn area shall be performed under the
following guidelines:
A. Topsoil shall be placed at a depth of 3 inches.
B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even
grade without low areas to trap water and compacted, all as approved by the ENGINEER.
C. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and
shall have the end joints staggered. The sod shall be rolled with a smooth roller following
1 placement.
D. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic
from access to the newly placed lawn during the establishment period.
E. The watering schedule of all newly laid sod shall be four times a week for three weeks. The
watering shall be such duration as to soak the replaced sod thoroughly and promote good root
growth.
F. Such removal, complete restoration and maintenance of the lawn shall be considered incidental
to other items of work and no further compensation will be made.
The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the
start of construction. Names and addresses will be furnished by the CONTRACTING AGENCY. The
CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to
construction adjacent to each property.
i
' Special Provisions Page 3
7/11/2000
' 1-07.17 Utilities and Similar Facilities (Supplemental Section)
The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the
' new sewer line location or grade is known to be required in order to avoid conflicts.
Locations and dimensions shown in the plans for existing buried facilities are in accordance with
available information obtained without uncovering, measuring, or other verification. The
CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed
to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal,
and laying operation to allow adjustments to be made as necessary to avoid conflicts. This work shall be
considered incidental to other bid items.
The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground
utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's
expense.
1-08 PROSECUTION AND PROGRESS
1-08.5 Construction Sequencing (Additional Section)
The Contractor shall complete the installation of the new water mains, final connections to existing
water mains, installation of hydrants and transfer all water services to the new water main prior to
I the excavation and installation of the new storm and sanitary sewer lines. This sequencing is
necessary to protect the existing old transite and cast-iron water mains from damages or breaks
from the construction of the new storm and sanitary sewer lines.
' MEASUREMENT AND PAYMENT
1-09.14 Payment Schedule (Additional Section)
GENERAL
j1-09.14(A) Scope
A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all
1 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 U.S. Department of Labor(OSHA). No separate payment will be made for any item that
is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the
prices named in the Bid Schedules for the various appurtenant items of work.
' B. The Owner shall not pay for material quantities which exceed the actual measured amount used
and approved by the ENGINEER.
Page 4 Special Provisions
7/11/2000
1-09.14(B) Mobilization & Demobilization (Bid Item 001)
Measurement for mobilization, shall be based on the establishment of all site improvements required to
' begin construction, including: project schedule, and transportation of equipment to the project site, receipt
of all bonds and insurance policies, obtaining all required permits, along with any other submittal and
shop drawing requirements, provide protection of existing facilities and removal of all materials and
equipment from the construction site after project completion.
Payment for mobilization will be made at the lump sum amount bid based on the percent of completed
work as defined in the 1996 Standard Specifications for Road, Bridge, and Municipal Construction
(WSDOT) for mobilization. Such payment will be complete compensation for all mobilization of
employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site
improvements, etc. all in conformance with the Contract Documents.
1-09.14(C) Trench Excavation Safety Systems (Bid Item 002)
Measurement for trench excavation safety systems will be based on a percentage defined as the amount
of water, sanitary sewer and storm pipelines installed divided by the total length of water, sanitary sewer
and storm pipe shown to be installed.
Payment for trench excavation safety systems will be made at the measured percentage amount for the
pay period times the lump sum amount bid, said payment will be complete compensation for all
I equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and
constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as
required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17,
etc. required to complete this item of work in conformance with the Contract Documents.
1-09.14(D) Construction Surveying, Staking,and As-Builts(Bid Item 003)
Measurement for construction surveying, staking and as-built information will be based on the percentage
of total work complete, by dollar value, at the time of measurement.
Payment for construction surveying, staking and as-built information will be made at the measured
percentage amount for the pay period times the lump sum amount bid, said payment will be complete
compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements
to the line and grade as shown on the plans, to provide the required construction and as-constructed field
(as-built information) notes and drawings, etc. required to complete this item of work in conformance
with the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the
1 review and acceptance of the as-constructed information by the Engineer.
' Special Provisions Page 5
7/11/2000
1
r
1-09.14(E) Traffic Control (Bid Item 004)
Measurement for traffic control work will be based on the percentage of total work complete, by dollar
value, at the time of measurement.
Payment for traffic control for work will be made at the measured percentage amount for the pay period
times the lump sum amount bid, said payment will be complete compensation for all labor, materials,
equipment, prepare and conform to the approved Traffic Control Plan, provide for public convenience
and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices,
r temporary striping, cleanup, etc. required to complete this item of work in conformance with the Contract
Documents.
1-09.14(F) Temporary Erosion/Sedimentation Controls (Bid Item 005)
Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work
complete, by dollar value, at the time of measurement.
Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which pay-
ment shall be complete compensation for all labor, materials, equipment, straw-bale dikes, silt fencing,
plastic sheeting,etc. required to complete this item of work in conformance with Contract Documents.
1-09.14(G) Landscape Restoration (Bid Item 006)
Measurement for landscape restoration shall be per lump sum of landscape restored as required to
compete this item in conformance with the Contract Documents.
rPayment for landscape restoration shall be per lump sum, which payment will be complete compensation
for all labor, equipment, materials, materials hauling, sod, topsoil, preparation, forming, placement,
finishing, watering, cleanup, etc. required to compete this item in conformance with the Contract
Documents.
1-90.14(H) Re-Establish Monuments (Bid Item 007)
Measurement for re-establishing existing monuments will be per each monument re-established, in
conformance with RCW 58.09.130.
Payment for re-establishing monuments will be made at the unit price bid per each, which payment will
be complete compensation for all labor, equipment, materials, excavation, new monument with
housing, placement, installation, backfill, compaction, restoration, etc. required to reference the
existing monument and re-establish a new one after utility construction and restoration is complete, in
conformance with the Contract Documents.
r
r
r
Page 6 Special Provisions
7/11/2000
1-09.14(I) Television Inspection of Sanitary Sewers(Bid Item 008)
Measurement for television inspection of the new sewers will be for the complete job.
Payment for television inspection of the new sewers in accordance with specification section 7-17.3(4)I
will be made at the lump sum price bid, which payment will be considered complete compensation for all
labor, materials, equipment to perform television inspection and prepare videotape record of all new
sewers constructed by excavate and replace methods as part of the project and record videotapes.
' 1-09.14(J) Furnish and Install 8" C900 PVC Sewer Pipe(Bid Item 009)
Measurement for furnishing and installing 8" diameter sanitary sewer pipe of the type required will be
based on lineal footage measured horizontally over the centerline of the installed pipe.
' Payment for furnishing and installing 8" diameter sanitary sewer pipe of the type required will be made at
the amount bid per linear foot, which payment will be complete compensation for all labor, materials,
equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering,
bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets,
installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances,
placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary
pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required
to complete the work in accordance with the Contract Documents. Select imported backfill materials are
included in other bid items (See Bid Item 033).
1-09.14(K) Furnish and Install 6" C900 PVC Side Sewer Pipe(Bid Item 010)
Measurement for 6" diameter side sewer pipe of the type required will be based on lineal footage
measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 6"diameter sanitary sewer pipe of the type required will be made at
the amount bid per linear foot, which payment will be complete compensation for all labor, materials,
equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering,
bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets,
installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances,
placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary
pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required
to complete the work in accordance with the Contract Documents. Select imported backfill materials are
included in other bid items(See Bid Item 033).
' Special Provisions Page 7
7/11/2000
' 1-09.14(L) Furnish and Install 48" Sanitary Sewer Manhole(Bid Item 011)
Measurement for furnishing and installing 48" sanitary sewer manholes will be per each for each type
manhole installed in conformance with the Contract Documents.
Payment for furnishing and installing 48" sanitary sewer manholes will be made at the unit price bid per
' each, which payment will be complete compensation for all labor, equipment, materials hauling,
pavement cutting, asphalt concrete pavement removal, dewatering, excavation, removal and disposal of
waste material, foundation material, concrete base, precast concrete manhole sections, gaskets, coating
' system (sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs,
appurtenances, connections, channeling, reconnection of existing sewer(s), placement of subsequent
backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc.
required to complete all manholes in conformance with the Contract Documents. Select imported backfill
materials are included in other bid items(see Bid Item 033).
1-09.14 M Connect New Sewer to Existing Manhole Bid Item 012
' Measurement for connecting the new sewer main to an existing concrete manhole will be per each for
connection made in conformance with the Contract Documents.
I Payment connecting the new sewer main to an existing concrete manhole will be made at the unit price
bid per each, which payment will be complete compensation for all labor, equipment, excavation around
and protection of existing manholes, core drilling, rechanneling existing manholes, materials hauling,
adjustment of frames to grade, relocate ladder and rungs (if necessary), connections, placement of
subsequent backfill (native) materials, compaction, water, cleaning and testing, etc. required to complete
all the connections in conformance with the Contract Documents. Select imported backfill materials are
included in other bid items (see Bid Item 033).
1-09.14(N) Furnish and Install 18" CPEP Storm Pipe (Bid Item 013)
1 Measurement for furnishing and installing 18" diameter storm pipe of the type required will be based on
lineal footage measured horizontally over the centerline of the installed pipe.
' Payment for furnishing and installing 18" diameter storm pipe of the type required will be made at the
amount bid per linear foot, which payment will be complete compensation for all labor, materials,
equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering,
bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets,
installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances,
' placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary
pavement patching, etc. required to complete the work in accordance with the Contract Documents.
Select imported backfill materials are included in other bid items (See Bid Item 033).
1
' Page 8 Special Provisions
7/11/2000
1-09.14(0) Furnish and Install 12" CPEP Storm Pipe (Bid Item 014)
' Measurement for furnishing and installing 12" diameter storm pipe of the type required will be based on
lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 12" diameter storm pipe of the type required will be made at the
amount bid per linear foot, which payment will be complete compensation for all labor, materials,
equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering,
bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets,
installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances,
placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary
' pavement patching, etc. required to complete the work in accordance with the Contract Documents.
Select imported backfill materials are included in other bid items(See Bid Item 033).
1-09.14(P) Furnish and Install Type-II Catch Basin (Bid Item 015)
Measurement for furnishing and installing type-II catch basins will be per each for each type-II catch
basin installed in conformance with the Contract Documents.
Payment for furnishing and installing a type-II catch basin will be made at the bid price per each, which
payment will be complete compensation for all labor, equipment, materials, asphalt concrete pavement
' removal, existing pipe removal, excavation, dewatering, hauling, and disposal of waste, catch basin,
cutting, welding, testing, bedding and pipe zone material, placement of subsequent backfill (native)
materials, water, compaction, lids as specified on the plans, temporary pavement patching, etc. required
to complete this item of work in conformance with the Contract Documents. Select imported backfill
materials are included in other bid items(see Bid Item 033).
1-09.14(Q) Furnish and Install Type-I Catch Basin (Bid Item 016)
Measurement for furnishing and installing type-I catch basins will be per each for each type-I catch basin
installed in conformance with the Contract Documents.
Payment for furnishing and installing a type-I catch basin will be made at the bid price per each, which
payment will be complete compensation for all labor, equipment, materials, asphalt concrete pavement
removal, existing pipe removal, excavation, dewatering, hauling, and disposal of waste, catch basin,
cutting, welding, testing, bedding and pipe zone material, placement of subsequent backfill (native)
materials, water, compaction, lids as specified on the plans, temporary pavement patching, etc. required
to complete this item of work in conformance with the Contract Documents. Select imported backfill
materials are included in other bid items(see Bid Item 033).
i
1
1
' Special Provisions Page 9
7/11/2000
r
1-90.14(R) 16"Ductile Iron Watermain Pipe,Cl. 52 Poly wrapped and Fittings (Bid Item 017)
' Measurement for furnishing and installing 16" diameter water pipe and fittings of the type required will
be based on lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 16" diameter water pipe and fittings shall cover the complete cost
of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste
materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and jointing
of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans,
bedding, backfill (native), compaction, , temporary pavement patching, testing, flushing, pigging,
disinfecting, cleanup. Select imported backfill materials are included in other bid items (see Bid Item
033).
1-90.14(S) 12"Ductile Iron Watermain Pipe, Cl. 52 Poly wrapped and Fittings (Bid Item 018)
' Measurement for furnishing and installing 12" diameter water pipe and fittings of the type required will
be based on lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 12" diameter water pipe and fittings shall cover the complete cost
of providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste
materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and jointing
of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans,
bedding, backfill (native), compaction, testing, temporary pavement patching, flushing, pigging,
disinfecting, cleanup. Select imported backfill materials are included in other bid items (see Bid Item
' 033).
1-90.14(T) 8"Ductile Iron Watermain Pipe,Cl. 52 Poly wrapped and Fittings (Bid Item 019)
rMeasurement for furnishing and installing 8" diameter water pipe and fittings of the type required will be
based on lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 8" diameter water pipe and fittings shall cover the complete cost of
providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste
materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and jointing
of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans,
bedding, backfill (native), compaction, temporary pavement patching, testing, flushing, pigging,
' disinfecting, cleanup. Select imported backfill materials are included in other bid items (see Bid Item
033).
1-90.14(U) 6"Ductile Iron Watermain Pipe, Cl. 52 Poly wrapped and Fittings(Bid Item 020)
' Measurement for furnishing and installing 6" diameter water pipe and fittings of the type required will be
based on lineal footage measured horizontally over the centerline of the installed pipe.
rPayment for furnishing and installing 6" diameter water pipe and fittings shall cover the complete cost of
providing all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste
materials, pipe of the size and type shown, polyethylene encasement, special fittings, laying and jointing
of pipe and fittings, crosses, bends, shackle rods, handling, bedding materials as shown on the plans,
bedding, backfill (native), compaction, temporary pavement patching, testing, flushing, pigging,
r disinfecting, cleanup. Select imported backfill materials are included in other bid items (see Bid Item
033).
' Page 10 Special Provisions
7/11/2000
r
r1-90.14(V) 3/4"Water Service Connection (Bid Item 021)
' Measurement for furnishing and installing 3/4" water service connections will be per each for 3/4" water
service connection installed in conformance with the Contract Documents.
' Payment for furnishing and installing water service connection with pipe size as shown shall be full pay
for all work to install service connection of existing size piping, including but not limited to excavating or
"hole hogging", tapping the main, laying and jointing the new copper pipe and fittings and appurtenances,
' new meter setter and meter box, backfill (native), temporary pavement patching, testing, flushing, and
disinfecting of the service connection and all work and materials required to reconnect the new service
line to the existing private water service line behind the meter, restoration and clean-up. Select imported
backfill materials are included in other bid items(see Bid Item 033).
1-90.14(W) %"Water Service Connection-No Existin Meter(Bid Item 022)
' Measurement for furnishing and installing 3/4" water service connections — no existing meter will be per
each for each 3/4" water service connection — no meter installed in conformance with the Contract
Documents.
rPayment for furnishing and installing water service connection with pipe size as shown shall be full pay
for all work to install service connection of existing size piping, including but not limited to excavating or
r "hole hogging", tapping the main, laying jointing the new copper pipe and fittings and appurtenances,
new meter setter and meter box, backfill (native), , temporary pavement patching„ testing, flushing, and
disinfecting of the service connection and all work and materials required to reconnect the new service
' line to the existing private water service line behind the meter setter, restoration and clean-up. Select
imported backfill materials are included in other bid items (see Bid Item 033).
' 1-90.14(X) Fire Hydrant Assembly(Bid Item 023)
Measurement for furnishing and installing fire hydrant assemblies will be per each for each fire hydrant
rassembly installed in conformance with the Contract Documents.
Payment for furnishing and installing fire hydrant assemblies shall cover the complete cost of providing
all labor, materials, equipment, saw cutting, dewatering, excavation, haul disposal of waste materials,
' polyethylene encasement, pipe, fire hydrant assembly, main line tee and gate valve, valve box and cover,
operating nut extension, Storz adapter, shackle rods, concrete blocking, handling, bedding materials, as
shown on the plans and standard details, bedding, backfill (native), compaction, temporary pavement
patching,testing, flushing, disinfecting, clean-up. Select imported backfill materials are included in other
bid items (see Bid Item 014).
r
r
r
r
Special Provisions Page 11
7/11/2000
' 1-90.14(Y) Connection to Existing Water Main (Bid Item 024)
Measurement for connections to existing mains will be per each for each connection to an existing main
in conformance with the Contract Documents.
Payment for connections to existing mains shall cover the complete cost of providing all labor, materials,
' equipment, saw cutting, dewatering, excavation, haul disposal of waste materials and existing pipe, pipe,
shackle rods, couplings, cleaning, chlorinating, final connection, bedding material, backfill (native),
compaction, temporary pavement patching, and other items necessary to complete the connection to the
existing watermains per contract plans and specifications.
1-90.14(Z) 16" Butterfly Valve Assembly(Bid Item 025)
Measurement for 16" butterfly valve assembly will be per each for each 16" butterfly valve assembly
installed in conformance with the Contract Documents.
Payment for furnishing and installing 16" butterfly valve assemblies shall cover the complete cost of
providing all labor, materials, equipment, valve, valve box and cover, operating nut extension, sleeves,
saw cutting, dewatering, excavation, haul disposal of waste materials and pipe, shackle rods, couplings,
spool piece, fittings, cleaning, chlorinating, bedding material, backfill (native), compaction, temporary
pavement patching, adjustment to finished grade per contract plans and specifications.
' Payment shall be per each butterfly valve and shall be installed by a "cut-in" after the completion of the
new water main and after the connection to existing mains.
1-90.14(AA) 12" Gate Valve Assembly(Bid Item 026)
Measurement for 12" gate valve assemblies will be per each for each 12"gate valve assembly installed in
' conformance with the Contract Documents.
Payment for furnishing and installing 12" gate valve assemblies shall cover the complete cost of
providing all labor, materials, equipment, valve, valve box and cover, operating nut extension, sleeves,
' saw cutting, dewatering, excavation, haul disposal of waste materials, shackle rods, couplings, spool
piece, fittings, cleaning, chlorinating, bedding material, backfill (native), temporary pavement patching,
adjustment to finished grade per contract plans and specifications.
1-90.14(AB) 8"Gate Valve Assembly(Bid Item 027)
Measurement for 8" gate valve assemblies will be per each for each 8" gate valve assembly installed in
conformance with the Contract Documents.
' Payment for furnishing and installing 8" gate valve assemblies shall cover the complete cost of providing
all labor, materials, equipment, valve, valve box and cover, operating nut extension, sleeves, saw cutting,
dewatering, excavation, haul disposal of waste materials, shackle rods, couplings, spool piece, fittings,
' cleaning, chlorinating, bedding material, backfill (native), temporary pavement patching, adjustment to
finished grade per contract plans and specifications.
Page 12 Special Provisions
7/11/2000
' 1-90.14(AC) 6" Gate Valve Assembly(Bid Item 028)
Measurement for 6" gate valve assemblies will be per each for each 6" gate valve assembly installed in
conformance with the Contract Documents.
' Payment for furnishing and installing 6" gate valve assemblies shall cover the complete cost of providing
all labor, materials, equipment, valve, valve box and cover, operating nut extension, sleeves, saw cutting,
dewatering, excavation, haul disposal of waste materials, shackle rods, couplings, spool piece, fittings,
cleaning, chlorinating, bedding material, backfill (native), temporary pavement patching, adjustment to
finished grade per contract plans and specifications.
' 1-90.14(AD) 2"Air-Vac Assembly(Bid Item 029)
Measurement for 2" air-vac assemblies will be per each for each 2" air-vac assembly installed in
conformance with the Contract Documents.
' Payment for furnishing and installing 2" air-vac assemblies shall cover the complete cost of providing all
labor, materials, equipment, to complete the installation of the assembly including but not limited to , saw
' cutting, dewatering, excavation, haul disposal of waste materials, tapping the main, laying and jointing
the pipe, fittings and appurtenances, backfill (native),temporary pavement patching,testing, flushing, and
disinfection, meter box and cover, at location shown on plans, and per Renton Standard detail, latest
revision.
1-90.14(AE) Concrete for Thrust Blocking,Dead-Man Anchor Blocks (Bid Item 030)
Measurement for concrete for thrust blocking, dead-man anchor blocks will be per cubic yard for all
concrete installed for thrust blocking and dead-man anchor bolts in conformance with the Contract
Documents.
Payment for furnishing and installing concrete for thrust blocking, dead-man anchor blocks shall cover
the complete cost of providing all labor, materials, equipment, excavation, haul dispose of waste,
dewatering, concrete vertical and horizontal blocks, dead-man anchor bolts, reinforcing steel, shackle
rods, clamp assembly, anchor bolts, and necessary form work. Concrete material weights shall be verified
by providing a copy of certified truck tickets which accompany each truck load.
1-90.14(AF) Removal of Existing fire hydrants,valve boxes & other Appurtenances
(Bid Item 031)
Measurement for removal of existing fire hydrants, valve boxes &other appurtenances will be per lump
sum for removal of all existing fire hydrants,valve boxes & other appurtenances in conformance with the
Contract Documents.
Payment for removal of existing fire hydrants,valve boxes& other appurtenances shall cover the
complete cost of providing all labor, materials, equipment, dewatering, excavation, replacement and
' compaction of backfill materials, capping existing pipes to be abandoned, removal and disposal of
existing pipes as shown o the plans, removal and disposal of valve boxes, removal and delivery of
existing salvaged hydrants and meter boxes to the City Shops, and final clean-up.
' Special Provisions Page 13
7/11/2000
' 1-09.14(AG) Removal and Replacement of Unsuitable Foundation Material (Bid Item 032)
Measurement for removal and replacement of unsuitable foundation material shall be measured in Tons
based on the placed weight of material installed. Placement of foundation material will be measured only
for the area(s) authorized by the ENGINEER. Certified weight tickets shall accompany each load, a copy
' of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the
measurement or payment.
Payment for removal and replacement of unsuitable foundation material will be made at the amount bid
per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation,
foundation materials, haul, placement, water, compaction, removal and disposal of waste material, etc.
required to complete this item of work in conformance with the Contract Documents.
1-09.14(AH) Select Imported Trench Backfill (Bid Item 033)
Measurement for select imported backfill, shall be measured in Tons based on the weight of material
installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be
given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment.
Only materials placed within the pay limits shown will be considered for payment. Material placed
outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted from the
certified tickets.
Payment for select imported backfill will be made at the amount bid per ton, which payment will be
complete compensation for all labor, materials, equipment, hauling, placement, water, compaction,
removal and disposal of waste materials, etc. required to complete this item of work in conformance with
the Contract Documents.
1-09.14(AI) Asphalt Patch Class `B'including Crushed Surfacing Top Course(Bid Item 034)
Measurement for asphalt concrete patch shall be measured in square yards, horizontally over the
completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of
trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER.
Payment for asphalt concrete patch, including crushed surfacing top course and asphalt concrete, will be
made at the amount bid per square yards, which payment will be complete compensation for all labor,
materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction,
' water, temporary trench patch (placement and removal), pavement sawcutting, asphaltic materials, tack
oil, placement, final trench patch, cleanup, etc. required to complete this item of work in conformance
with the contract documents. No additional payment will be made for work necessary to correct ACP not
installed in accordance with specifications.
1-09.14(AF) Replace Pavement Markings (Bid Item 035)
Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks,
railroad crossing markers, lane markers and all other traffic control elements as shown in the Contract
Documents which are damaged, disrupted or removed as a result of construction of this project, unless
' otherwise approved by the ENGINEER.
Payment for replace pavement markings shall be made per lump sum, which payment will be complete
compensation for all labor, equipment, materials, hauling, paint, preparation, finishing, cleanup, etc.
required to compete this item in conformance with the Contract Documents.
Page 14 Special Provisions
7/11/2000
DIVISION 5
' SURFACE TREATMENTS AND PAVEMENTS
5-04 ASPHALT CONCRETE PAVEMENT
' 5-04.3(5) Conditioning the Existing Surface
The Contractor shall maintain existing surface contour during patching, unless instructed by City
Engineer.
5-04.3(5)Preparation of Existing Surface
' The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the
project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is
' applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind
the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all
streets made dirty by the CONTRACTOR's equipment. If the paving machine is "walked" from one site
to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay
' site until given permission by the City's inspector.
All utilities shall be painted with a biodegradable "soap"to prevent the tack and ACP from sticking to the
lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack
and ACP from getting into catch basins.
Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at
the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of
the tack coat shall be considered incidental to the paving and no separate payment shall be made.
The Contractor shall locate all utilities for access immediately after any paving and mark the location by
means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and
' the depth of the overlay from the center of the utility location.
The Contractor shall locate and completely expose gas and water valves for access immediately after
' final rolling.
The day following the start of application of ACP, utility adjustments must begin. The Contractor shall
' have an adjustment crew adjusting utilities every workable working day until adjustments are complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or
cracked shall be removed and replaced at the CONTRACTOR's expense.
Utility adjustments must be completed within 15 working days after overlay is complete, and within the
specified working days.
Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete
the adjustments and is incidental to pay item for Asphalt Patch (1-09.14(AF)).
Special Provisions Page 15
7/11/2000
5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS (Additional Section)
5-06.1 Description (Additional Section)
Pavement areas that have been removed by construction activities must be restored by the Contractor
prior to the end of each working period, prior to use by vehicular traffic. Within paved streets,the
Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. .
Temporary pavement shall be placed around trench plates or others devices used to cover construction
Lactivities in a manner that provides a smooth and safe transition between surfaces.
Within paved alleys,the Contractor may use the compacted backfill to allow vehicular traffic to travel
over the construction areas. Trench plates or others devices used to cover construction activities shall be
placed and anchored in a manner that provides a smooth and safe transition between and across surfaces.
5-06.2 Materials (Additional Section)
Materials shall be `Hot Mix' of either Class B asphalt or Asphalt Treated Base(ATB).
The composition of other components of the temporary asphalt pavement shall be determined by the
Contractor to provide a product suitable for the intended application. The Contractor shall not use
materials that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be
considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be
disposed of offsite.
5-06.3 Construction Requirements (Additional Section)
The roadway subsurface shall be prepared for the temporary pavement as defined in Section 2-06.
Temporary pavement areas greater than ten (10) square feet shall be a minimum of four(4) inches thick
and roller compacted to consolidation. The completed pavement shall be free from ridges, ruts, bumps,
depressions, objectionable marks, or other irregularities.
The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide
a flat transition between existing pavement areas.
All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be
used as permanent asphalt pavement or subgrade material.
' Page 16 Special Provisions
7/11/2000
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
' WATER MAINS AND CONDUITS
7-04 STORM SEWERS
7-04.2 Materials
Gravity storm sewer pipe shall be as specified herein and as shown on the plans. The
Contractor shall provide two copies of the pipe manufacturer's technical literature and
tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional
tolerances in excess of those prescribed or having defects which prevent adequate joint
seal or any other damage shall be rejected. If requested by the Engineer, not less than
three nor more than five lengths of pipe for each size, selected from stock by the
engineer, shall be tested as specified for maximum dimensional tolerance of the
respective pipe.
Storm sewer pipe materials shall meet the requirements of the following sections:
CPEP Storm Pipe - 9-05.20 (smooth interior wall)
CPEP Storm Pipe Connections 9-05.19 & 9-05.20 WSDOT Ammendments
7-05 MANHOLES,INLETS,AND CATCH BASINS
7-05.3 Construction Requirements (Supplemental Section)
Pipe to manhole couplings shall be equal to a "Kor-n-Seal" boot.
Manhole base sections shall be placed on a graded and firmly compacted granular
bedding course conforming to the requirements for sewer bedding in Section 7-17.3(1)B
of the Standard Specifications. The bedding shall be at least 6-inches thick and extend at
least 12-inches beyond the limits of the base section all around. The bedding must be
graded to ensure uniform contact and support of the manhole in a true vertical position.
' Manhole channels shall conform to the City's standard details and the construction plans.
All manholes shall be installed with locking frame and cover as shown on City of Renton
detail BR29.
7-05.3(1) Adjusting Manholes to Grade (Supplemental Section)
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 prior to final acceptance of the
work. Manholes in unimproved areas shall be adjusted to 6-inches above grade.
' Special Provisions Page 17
7/11/2000
7-05.3(3) Connection to Existing Manholes(Supplemental Section)
Connections to existing manholes shall be core drilled. Couplings shall be equal to
"Kor-n-Seal" boots. Existing manholes shall be cleaned, repaired, and rechanneled as
necessary to match the new pipe configuration and as shown on the construction plans.
7-05.3(5) Manhole Coatings (Additional 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 manholes.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep or brush off blast)
Application: Shop/Field
The drying time between coats shall not exceed 24 hours in any
case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Conseal high solids urethane
(2.0 DFT)
Finish: Two or more coats of Wasser MC-Conseal
(min. 4.0 DFT)
Color: White
' 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08 Materials (Revised Section)
7-08.3(1)C Pipe Bedding(Supplemental Section)
PVC and CPEP pipe shall be bedded in accordance with the requirements of Section 7-
' 08.3(1)C, of the Standard Specifications, and the construction plans. Bedding material
for flexible pipe shall meet the requirements of Section 9-03.16.
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. Compaction shall provide
' adequate support along the pipe to prevent settling of the pipe.
' Page 18 Special Provisions
7/11/2000
7-08.3(1)D Pipe Foundation (Additional Section)
Pipe foundation in poor soil: When soft or unstable material is encountered at the
subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such
material shall be excavated to an additional depth as required by the Engineer and
backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation
gravel shall be ballast and conform to the requirements of Section 9-03.9(1) of the
Standard Specifications.
1 Corrections faulty grade; Excess excavation below the required grade shall be backfilled
with foundation gravel as specified above and thoroughly compacted to the required
grade line.
Foundation Material i w o aterla used for sanitary sewers shall be as follows:
Ballast Section 9-03.9(1)
7-08.3(1)E Trench Dewatering (Additional Section)
Dewatering may be required during construction of the sewer lines.
If necessary, dewatering may consist of a combination of trench pumping, well points,
and/or wells, and must satisfy the following requirements:
• Prevent water from entering the trench and maintain dry trench conditions at the
foundation level.
• Prevent caving of the trench walls related to water migration through the walls.
• Minimize turbidity in the effluent by utilizing properly sized filter pack materials
on sumps, wells, and well points.
• Preserve strength of foundation soils.
• Recovery of water levels may be rapid if pumping is interrupted. The Contractor
' shall provide standby equipment installed and ready to operate to ensure
continuous pumping.
• When wells and/or well points are no longer required, they shall be removed,
backfilled, and abandoned. Wells can be left in place except the top three feet
must be removed and provided they are abandoned in accordance with Chapter
173-160 WAC.
• Turbid water must be treated if discharged to the storm system. Discharge of
dewatering effluent to the storm system must comply with DOE dewatering
permit conditions. The Contractor is required to obtain this permit prior to
discharging dewatering effluent to the storm sewer system. All costs necessary
to treat and monitor the dewatering effluent in accordance with the permit shall
be the CONTRACTOR's responsibility.
• The dewatering program must be completed in such a way as to avoid excessive
dewatering related settlement of adjacent facilities.
Special Provisions Page 19
7/11/2000
7-08.3(1) F Hazardous Waste Training(Additional Section)
Construction crews working with excavated soils shall be 40 hour trained in safety
requirements for working with hazardous materials should they be encountered.
7-08.3(2) Laying Sewer Pipe
7-08.3(2)A Survey Line and Grade (Replacement Section)
The Contractor is required to provide construction staking and shall be responsible for
1 securing the services of a professional land surveyor or qualified engineer who shall
provide all survey staking needed in conjunction with the project.
The Contractor shall assume full responsibility for the accuracy of the staking and shall
provide all replacement staking or re-staking needed.
The Contractor shall paint the project stationing baselines on the ground at 50 foot
intervals.
The CONTRACTOR'S surveyor shall provide the original field notes and a set of the
field notes which shall contain as a minimum the centerline station and offset and cut to
each, manhole, side sewer, and all other changes in alignment or grade as may be needed
to draw accurate as-constructed records of the project. These notes shall be kept legibly,
in a format conforming to good engineering practice in a hard covered field book.
It shall be the CONTRACTOR'S responsibility to record the location, by centerline
station, offset, and elevation, 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.
Major items of work shall be defined to include the following items:
Manholes, Catch Basins and Cleanouts
Casing end points
Major changes in design grade(s)
1 After completion of the work covered by this contract, the CONTRACTOR'S surveyor
shall provide to the Engineer the hard cover field book(s) containing the construction
staking and as-built notes, and one set of white prints of the construction drawings upon
which he has plotted the locations of existing utilities, and one set of white prints of the
construction drawings upon which he has plotted the as-built location of the new work as
recorded in the field book(s). This drawing shall bear the surveyor's seal and signature
certifying its accuracy.
Page 20 Special Provisions
7/11/2000
7-08.3(2)B Pipe Laying(Supplemental Section)
iIsolated grade deviations limited to less than 18 feet in length (each) due to pipe bellies
or pipe settling shall not exceed one-half inch.
The pipe shall be installed to within the tolerances specified in Division 10 of these
specifications.
1 7-08.3(3)A Backfilling Storm and Sanitary Sewer Trenches(Supplemental Section)
Backfill shall conform to the requirements noted on the plans. Select backfill is required
where native material is not suitable as determined by the Engineer. Select backfill shall
be per Section 9-03.12(1)C to the base of the subgrade. The remaining depth shall be
restored as noted on the plans.
To the maximum extent available suitable material obtained from trench excavation shall
be used for trench backfill. All material placed as trench backfill shall be free from
rocks or stones larger than 8 inches in their greatest dimension, brush, stumps, logs,
roots, debris and organic or other deleterious materials. No stones or rock shall be
placed in the upper three feet of trench backfill. Rock or stones within the allowable size
limit incorporated in the remainder of fills shall be distributed so that they do not
congregate or interfere with proper compaction.
Backfill within paved areas shall be compacted to at least 95 percent of maximum dry
density as determined by the modified proctor compaction test, ASTM D1557. This
includes the foundation, backfill, and base course materials. Maximum lift thickness of
backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade
and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be
on-site to collect soil samples and to test compaction. The Contractor shall provide site
access at all times for compaction testing and sample collection. Areas of the trench
which fail to meet the compaction requirements shall be removed and replace and re-
compacted at the CONTRACTOR'S expense.
The Contractor shall be responsible for any settlement of backfill, sub-base, and
pavement which may occur during the period stipulated in the contract conditions. All
1 repairs necessary due to settlement shall be made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
' determined by the modified proctor compaction test, ASTM D1557
1 Special Provisions Page 21
7/11/2000
7-17 SANITARY SEWERS
7-17.2 Materials (Replacement Section)
' Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide
two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the
Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects
which prevent adequate joint seal or any other damage shall be rejected. If requested by the Engineer,
not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer,
shall be tested as specified for maximum dimensional tolerance of the respective pipe.
Materials shall meet the requirements of the following sections:
C900 Sewer Pipe AWWA C-900
7-17.3(2)F General (Supplemental Section)
Side sewers stubbed to the property line shall be air-tested.
7-17.3(2)H Television Inspection (Replacement Section)
The Engineer will require that all sanitary sewer lines be inspected by the use of a television camera
before final acceptance. The costs incurred in making the initial inspection will be borne by the owner of
the sanitary sewer. The Contractor shall bear all costs incurred in correcting any deficiencies found
during television inspection including the cost of any additional television inspection that may be required
by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all
costs incurred in any television inspection performed solely for the benefit of the Contractor.
The video inspection shall be done after the manholes have been channeled and the line cleaned and
flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in
the direction of the flow unless otherwise directed by the ENGINEER.
' The camera shall have rotational capabilities and be used by the operator to view up each side sewer
connection and provide best views of any non-conforming items.
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 shall be run at standard speed SP(1 5/16 I.P.S.). The CONTRACTOR shall use TV inspection
report forms as considered industry standard and as approved by the OWNER, and provide completed
forms and video tapes of the completed TV inspection to the OWNER.
The costs incurred by the CONTRACTOR will be covered by the bid item for such television inspections,
and all costs associated with the initial inspection and any requested additional inspections shall be
included.
' Page 22 Special Provisions
7/11/2000
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-04 CURBS,GUTTERS,AND SPILLWAYS
8-04.1 Description (Revised Section)
Replace paragraph with the following:
This work shall consist of constructing replacement cement concrete curbs and/or gutters to restore curbs
and/or gutters removed or damaged by the work of this contract. Cement concrete curbs and/or gutters
shall be removed between existing joints. Replacement curb and/or gutter shall be constructed in
conformance with the details shown in the Standard Plans as specified and in conformity to lines and
grades to match existing conditions.
8-13 MONUMENT CASES
8-13.1 Description (Supplemental Section)
Add the following:
The CONTRACTOR shall retain the services of a registered surveyor for re-establishing monuments
impacted by construction.
8-13.3 Construction Requirements (Revised Section)
Revise last sentence:
The monument will be furnished and set by the CONTRACTOR'S SURVEYOR.
8-14 CEMENT CONCRETE SIDEWALKS
' 8-14.1 Description (Revised Section)
Replace paragraph with the following:
r
This work shall consist of constructing replacement cement concrete sidewalks and driveways to restore
sidewalks and driveways removed or damaged by the work of this contract. Cement concrete sidewalks
and driveways shall be removed full width between existing joints. Replacement sidewalk and driveway
shall be constructed in conformance with the details shown in the Standard Plans as specified and in
conformity to lines and grades to match existing conditions.
I Special Provisions Page 23
7/11/2000
r
rDIVISION 9
MATERIALS
1
9-03 AGGREGATES
9-03.12(1)C Select Backfill for Sewer,Storm and Water Trenches (Additional Section)
Aggregate for Select Backfill shall consist of granular material, either natuarally occurring or processed,
and shall meet the following requirements for grading and quality:
Sieve Size Percent Passing
1-1/4" square 100*
' '/4" square 25 min.
U.S. No. 40 40 max.
U.S.No. 200 7.0 max.
Sand Equivalent 50 min.
r
1
r
r
r
r
r
r
r
' Page 24 Special Provisions
7/11/2000
t
t
t
STANDARD PLANS
Frame and grate or r ng and cover
NOTES
1. Handholds in -iser or adjustment section shall
a a z I Riser or adjustment >ection have 3"' MIN clearance. Steps in catch basin
shall have 6" MIN clearance. No steps are
E j required when "B" is 4' or less. For details
Handholds see Standard 'Ian "Miscellaneous Catch Basin
Details".
�:: Flat slob cover
H'" 2. Precast bases shall have cutouts or knockouts
° - with a wall thickness of 2" MIN. Hole size
20 X 24"" or I shall be equal to pipe outer diameter plus
24" DIA j Steps and ladder catch basin wall thickness. Maximum hole
size is 36" for 48"' catch bosin, 42" for 54'"
catch basin, and 48'" for 60" catch basin.
/ Minimum distance between holes is 8".
/ 3. All base reinforcing steel shall be placed in
48", 54�-'Or 60" • the top half of the base. I" MIN clearance.
� . 4. The bottom of the precast catch basin may be
I rounded.
a I I 5. Frame and grate may be installed with flange
1 1 down or cost into riser.
l I I V 1 I
1 I 1
I 1
1 I
1 I 1
l
I I
1 I
Reinforcing steel
(for precast base with integral riser)
i b I 0.15 SO IN/FT in each direction for 48" OIA
Mortar fillet j `.! 0.19 SO IN/FT in each direction for 54" DIA
0.25 SO IN/FT in each direction for 60" DIA
48"' DIA-6"" � A • Precast base with integral riser
54"
DIA-Grovel backfiII for pipe bedding,
60" DIA-8'" �6'"I I " `+ 6"' MIN compacted depth. For precast
• j � � bases only.
• For separate
cost in place CATCH BASIN TYPE 2
Separate cost in place or separate precast base 48" DIA. 54" DIA.
OR 60" D I A
Reinforcing steel (for separate base only) .ASm1WTN STATE W. V Q TA..Sr 1010.
M-1A.—I.—
0.23 SO IN/FT in each direction for 48" DIA
0.19 SO IN/FT in each direction for 54" DIA
0.25 SO IN/FT in each direction for 60" DIA ADOPTED
CITY OF RENTON
�`�. •T Su.dard Plam
' A• C.—$-1 1m1.a1a.++w wa re.is«�� LAST Dare SRN1995
PRECAST BASE JOINT Aaaa ao m.c.+cn e..m.r..tsw ro+«a a sp 8�27
DETAIL sDATEs si r»�
acn sia. e. .r..'o oi.,.N,,a my SP PAGE
23 3/4"
TIL--
0
c
0 —i
c T
FOR SLOT DETAIL SEE
STD DETAIL DWG D-7 FT
Z y
0 0 0
c
0 0 CA 17 3/4"
c
IT
m
�=�
Z � D
D Z
� z
m Ln
FLOW 2"
1/2„ --�
LEVELING PAD (6 MIN) I
1/8"X 3/4"X 2 1/4"
1 3/8„
5' DRAFT 1/16"
NOTES:
1. SELF-LOCK VANED GRATE MANFACTURER SUBJECT TO APPROVAL BY ENGINEER.
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD
(ALLEN HEAD) BOLTS, 2" LONG. NOTE SLOT DETAIL. SURFACE WATER UTILITY
3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06. VANED GRATE
4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON BORDER AREA.
5. SHALL CONFORM TO SEC 7.05 OF THE STANDARD SPECIFICATIONS. ICY p ADOPTED
6. WELDING IS NOT PERMITTED. UAL\� ciTY OF $ENTON
7. EDGES SHALL HAVE 0.125" RADIUS, 0.125" CHAMBER OR COMPLETE DEBURRING. ` --�
8. USE A BI-DIRECTIONAL VANED GRATE IN SAG VERTICAL CURVES. STANDARD PLANS
��N YO$ LST DATE: 12/96
12 96 IREFORMAT TO 11"07" 1 DCVI DT DWG. NAME: BR-02B SP PAGE: B019
DATE REVISION BY APPR'
25 CEMENT CONCRETE CURB
2 1/2"
31" GUTTER
CATCH BASIN
WALL
VERTICAL CURB
SEE NOTE 1
EXTRUDED CURB
LEVEL PADS (16) 1 1 q
3/4"X 2 1/4"X 1/8"
I
PLAN
18"x24" 9/16" 1 1/2" - ------ -
(+1/32", -0" TYP)
4„ - GUTTER
�---- 16"x 2 2" ---�
3/4" CATCH BASIN WALL
13
17 3/4"x233/4" EXTRUDED CUR
(+1/32', -0„ TYP) SURFACE WATER UTILITY
25"x31" CATCH BASIN FRAME & GRATE DETAILS
(SHEET 2 OF 2)
NOTES: ELEVATION
1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE ce/
CITY OF RENTON
ADOPTED
304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. \2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. / STANDARD PLANS
SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. Z LST DATE: 12/96
FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL.
DATE REVISION BY APPR' DWG. NAME: BR-18A SP PAGE: 8020.2
NOTES
1. Proprietary catch basin steps and approved alternate
plastic laddersore acceptable.
'6 Bars of 7" centers � `
bottom face -- Z� 2. Catch basin step legs shall be parallel or approximately
with I" MIN cover �� N raddial at the option of the manufacturer, except that
all steps in any catch basin shall be similar.
2� II I�1 �1 Penetration of the outer wall is prohibited.
Clear T YPnce
2 MIN 3. Opening in top slob may be 242"" x 20" x 24'" DIA.
I
j
4. As on occeptoblee alternate to rebor, wire mesh
may be used.
Ln
96=" TOP SLAB TYPICAL ORIENTATION -E3
FOR ACCESS AND STEPS Y4" R
-5 Bars at 6" centers J_
bottom face
/\ with I•• MIN cover
12" MIN 2„
x
Clearance III I- 08 Galvanized deformed rebar a
TYP �{�'U z
u 12" MIN 11 Y4"" Center to center 6„
HANDHOLD �
z0
t 12" MIN
72" TOP SLAB �;, „° PREFABRICATED LADDER
u u
CATCH BASIN STEP DROP RUNG
CATCH BASIN STEP
14 Bars at 6" centers
/\ bottom face
with I" MIN cover
2 %�� MISCELLANEOUS
Clearonce
TYP �/ 15-1 24" j5 CATCH BASIN DETAILS
r�atrctd i14»:p=1MTA". T TI1waS�Orl�ita+
�T� r.s�t.crtr
�---� --��-1" clearance '3 Bar (see Note 4) ADOPTED
FAN
t t�• ti't CRY OF RENTON
GRADE RING . Sundard Plum
48", 54" AND 60= TOP SLAB _• p...,ra
__ tut o,9F 2 tu srz �dls
�}
p�� aEvtztox er u«'o Plan No B-0IZ SP PAGE B035
MANHOLE FRAME AND COVER
6' SEE DRAWING BR29 NOTES:
12" MAX 24 ADJUSTMENT (4" MIN.) 1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY
STEPS OR EQUAL.
CONE 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS
D ARE INSTALLED.
RUBBER GASKETED JOINTS 3. CASTING TO BE PER DRAWING BR29.
IN ACCORDANCE WITH ASTM C-443 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST
CONCRETE.
C' 5. ALL JOINTS SHALL BE GROUTED.
STEPS — 3/4" DEFORMED BAR 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR
STEPS SHALL BE INCLUDED SURFACES, INCLUDING CHANNELING, COATED (SEALED)
WITH A HIGH SOLIDS URETHANE COATING;
CONCRETE RISER BY PIPE INC., WASSER MC—CONSEAL OR APPROVED EQUAL;
7' N. OR APPROVED EQUAL. COLOR OF COATING SHALL BE WHITE.
A. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE
WITH ASTM C-443.
8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE
DIAMETER OF THE LARGEST PIPE.
MAX. PIPE SIZE — 'E' 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK
12' (TYP) ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL.
�— LADDER—STD. ALUMINUM
OR GALVANIZED STEEL
MORTAR CONCRETE SHELF
FILLET �' 'A' 'B' 'C' 'D' 'E
48" MH 48" 6" MIN. 5"MIN 1 24" MIN. 1 21" I.D.
1% PRECAST BASE SECTION 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D.
OR CAST IN SHELF. 60" MH 60" 8" MIN. 1 6" MIN. 42" MIN. 30" I.D.
'13 ,
6" MIN. (TYP)
SANITARY MANHOLE TYPICAL DETAIL
SANITARY MANHOLE TYPICAL DETAIL o ADOPTED
NOT TO SCALE 4 CITY of RENTON
` STANDARD PLANS
6 12 97 REVISED TO COVER 48% 54' h 60' MANHOLES IMAB -- �! �C+$ LST DATE: 12/96
10 17 96 IEDITEO TEXT DCV AO
3/8/95 JADDED NOTE, EDIT TEXT DCv A� DWG. NAME: BR28 SP PAGE: B071
26-3/8"
25-1/4"
2 4'
H31
23-1/4"
F� 33-1/4"
FOR 5/8"-11 N.C. x 1-1/4" SECTION A-A
A S.S. SOC. HD. CAP SCREW (3 REQ'D.) .S
B TYP. NON-SKID PATTERN 5/8 3/8" 1-3/8"
1/2" TYP. I
�2��
A �0=0d<�� B
0=+{IP 0 0
1-7/8" TYP. 0 1" SEAT -� I_2-1/2"
25"
2" RAISED LETTERS AS
REQ'D. SEE NOTE No.3 BELOW SECTION B-B
UNDERSIDE SHOWN FOR CLARITY
3/4" CORE (TYP.) ON 23" B.C.
DRILL AND TAP 5/8"-11 N.C. 1-1/2" CORE (TYP.) (LOCKING)
ON 23" B.C.(TYP. 3 PL.)
FRAME (LOCKING) COVER LOCKING)
NOTES: MANHOLE FRAME AND COVER
CCRR,
b ADOPTED
FOR LOCKING LID USE OLYMPIC FOUNDRY No. MH 30 D/T OR EQUAL. \ CTYOF RENTON
USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), STANDARD PLANS
SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). LST DATE: 12/96
10/17/961 Edited notes. DCV AC
DATE REVISION BY APPR' DWG. NAME: BR29 SP PAGE: B074
NOTES
I . Proprietary manhole steps and alternate olastic
16 Bars of 7" centers ladders are acceptable, provided that they conior-
�, I� bottom tote to Section P. ASTM C 478 (AASHTO M 199) Dnd meet
I� with I " MIN cover oil WISHA requirements.
2" I>li\ 2. Manhole step legs shall be parallel or approximately
Clearance �I�'1r/'JJ�y'' radial at the option of the manufacturer. except
TYP XI_'1 that all steps in any manhole shall be simi [or.
Penetration of outer wall is prohibited.
2" MIN
II+— "I
48' N 48 Galvanized deformed rebor
96" TOP SLAB -J HANDHOLD U
12 M[N I� 2 MIN
— 05 Bars at 6"" nJ z
centers bottom face Q ?," R
2"' � with I" MIN cover u J
Clearance MANHOLE STEP DROP RUNG
TYP MANHOLE STEP 17 Galvanized
smooth steel
a
E
48
u m 1I3/a" Center to center
6"
72" TOP SLAB •8 Galvanized
deformed rebor
PREFABRICATED tea- 14 Bobs at 6 LADDER
/ `►�• centers bottom face MISCELLANEOUS
2„ O� with I" MIN cover �"I 24' JS MANHOLE DETAILS
Clearance —r
TYP -r i
1" Clearance_+ =4 Bar ADOPTED
24" CITY OF RENTON
GRADE RING °, Standard Plans
Nc� seA notes. ADN _ n COS Istpatc3/18/94
48��, 54" AND 60"� TOP SLAB S•7 a3 e.l"1tA Afinens on �c6 pneA. SJD SP PAGE B034
KV11,1ON _. — --_---- Br APPF'0 �: B -24
PROPERTY LINE
Y-0" MIN. it 6'-0" FUTURE
6" BUILDING SEWER PIPE I BUILDING SEWER
w
�2-x 4" STUD SERVICE MARKER PAINT UPPER
TEE WITH 6" SIDE OUTLET J PORTION WHITE ANS STENCIL ON SIDE
r WQRDING 'SEWER' WITH 3" HIGH BLACK LETTERS.
w AND 06 WIRE WRAPPED AROUND THE STUD AND
6" SIDE SEWER AND BUILDING SEWER w EXTENDED TO THE TOP OF THE STUD.
al0
UNLESS OTHERWISE APPROVED BY THE CITY, MAKE TAP THROUGH CAST
IRON SADDLE SECURED TO SEWER MAIN WITH STAINLESS STEEL BANDS
WHEN CONNECTING NEW SIDE SEWERS TO EXISTING MAIN,
60" ALLOWABLE MAX, VITRIFIED CLAY, PLAIN AND REINFORCED CONCRETE, D1 PIPE AND C1
FOR CAST IRON PIPE PIPE SEWER MAINS ARE TO BE CORE DRILLED
OR DUCTILE IRON PIPE,
C1.3.5 MIX
ONCRETE
BLOCKING
i� / G� 2% MIN SLDPE
HORIZONTAL
6" SIDE OUTLET TEE
6" MIN SEWER MAIN
SEWER MAIN
STANDARD SIDE SEWER INSTALLATION
CONCRETE BLOCKING ANGLE
OF TEE AT MAIN OVER 25 TYPICAL SIDE SEWER ELEVATION (SEWER MAIN TO PROPERTY LINE)
ELEVATION
tit ADOPTED
'n
NOTE • CITY OF RENTON
UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER. SHALL HAVE A MINIMUM 5' COVER AT PROPERTY * '—` standard plane
LINE OR 3-5' LOWER THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER, 13T DATE: 12/IS/91
DATE REVISION BY APPR' DWG, NAME: BR39 SP PAGE: B078
6 IN. DIAMETER PIPE 6 IN. DIAMETER PIPE
LENGTH(FT) 0 50 100 150 200 250 300 350 400 450 500 LENGTH FT 0 50 100 150 200 250 300 350 400 450 500
0 0 20 40 59 79 99 119 139 158 170 170 a 0 0 20 40 59 79 99 119 139 158 170 170
a SO 35 55 75 95 114 134 154 174 178 177 177 d 50 79 99 119 139 158 178 198 208 204 201 198
a
100 70 90 110 130 150 169 187 186 184 183 182 w 100 158 178 198 218 238 246 238 232 227 222 1
150 106 125 145 165 185 195 193 191 189 187 186 w 150 238 257 277 283 272 263 255 248 243 238 234
200 141 161 180 200 202 199 197 195 193 191 190 a 200 317 321 306 294 283 275 267 261 255 250 246
a 250 176 196 214 209 205 202 200 198 196 194 193 0 250 340 325 312 301 291 283 276 270 264 259 255
300 211 220 215 211 208 205 -To2 200 198 197 195 Z 300 340 327 316 306 298 290 283 277 272 267 263
350 227 221 217 213 210 207 205 202 201 t99 197 N 350 340 329 319 310 302 295 289 283 278 274 269
0D 400 227 222 218 214 211 209 206 204 202 201 199 400 340 330 321 313 306 300 294 288 283 279 275
450 227 222 219 215 213 210 208 206 204 202 201 450 340 331 323 316 309 303 298 292 288 283 279
TIME SECONDS TIME (SECONDS)
6 IN. DIAMETER PIPE 6 IN. DIAMETER PIPE
LENGTH FT) 0 50 100 150 200 250 300 350 400 450 500 LENGTH FT 0 50 100 150 200 250 300 350 400 450 500
w 0 0 20 40 59 79 99 119 139 158 170 170 a 0 0 20 40 59 79 99 119 139 158 170 170
a 50 55 75 95 114 134 154 174 192 190 188 186 a 50 124 144 163 183 203 223 243 237 231 225 221
a
100 110 130 150 169 189 209 210 207 203 201 198 w 100 247 267 287 307 312 298 286 276 268 261 255
150 165 185 205 224 233 227 222 217 214 210 208 w 150 371 391 371 352 336 323 312 302 293 286 279
w 200 W27
248 241 235 230 225 222 218 215 a 200 425 402 3831388
JL_
40 329 320 312 304 298
'5 250 1 253 247 241 236 232 228 225 222 0 250 425 406 39052 342 333 326 318 312
300 257 251 246 241 237 233 230 227 Z 300 425 409 395361 352 344 336 329 323
350 260 254 249 245 241 237 234 231 350 425 411 39968 360 352 345 338 332
40400 9 263 257 252 248 244 241 238 235 400 425 4t3 402LO 74 366 359 352 346340450 264 259 255 251 247 244 241 238 450 425 414 40479 371 365 358 352 347
TIME SECONDS TIME SECONDS
PROCEDURE:
SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.I.G. AIR TEST TABLE (LOW PRESSURE)
ALLOW 2 MINUTES FOR STABILIZATION, ADDING AIR FOR SEWER MAINS
AS REQUIRED. TIME THE DROP FROM 3.5 P.S.I.G. C!!
� ADOPTED
TO 2.5 P.S.I.G. READ THE MAXIMUM ALLOWABLE CITY OF RENTON
TIME IN SECONDS FROM THE TABLES. ),
STANDARD PLANS
�$ LST DATE: 12/96
DATE FEVISION BY APPR' DWG. NAME: BR07 SP PAGE: BO83
2" OPEN PATTERN, RETURN BEND
2'' BEEHIVE STRAINER
2" GALVANIZED IRON PIPE FIELD LOCATE
2" UNION
*2" LOSE NIPPLE 17"x28" CONCRETE METER BOX WITH 3/8" STEEL DIAMOND
CUT OPENING AS REQUIRED, 18" T NIPPLE PLATE COVER EQUAL TO FDG—TITE METER SEAL CO. NO.2
AFTER INSTALLATION, GROUT 2" UNION METER BOX. FIELD LOCATE.
AROUND PIPE.
2"x2"x2" TEE ,
2" 90' BEND WITH CLOSE NIPPLE
BETWEEN BEND AND TEE �—BRONZE GATE VALVE, SCREWED EQUAL TO RED—WHITE VALVE CORP.
2" 90' ELBOW FIG N0. 280
2" GALVANIZED IRON PIPE TO FIT o 2-2" 90' BEND`_; WITH CLOSE NIPPLE BETWEEN BENDS
° o o°o
oo °%0° o o ° 'O CLOSE NIPPLE
2" GALVANIZED IRON PIPE �— o 0 0°00 0 ° o o° 0.00
18" LONG 12" MIN. °'° o° °0° oo °° 0 0 0 CORPORATION STOP 90' BEND, I.P. THREAD
° g0 . °e°. TO COPPER, EQUAL TO FORD FB 500.
—o ° ow� �O oo ° o ° Oe�o
2" GALVANIZED IRON
PIPE TO FIT
2" 90' ELBOW DOUDLE STRAP SERVICE CLAMP WITH
2" CAP WITH 1/8" HOLE 2" IPS TAP TO FIT, EQUAL TO MUELLER CO.
FOR DRAIN.
AIR AND VACUUM VALVE 2" ASSEMBLY — APCO
N0. 1452C OR EQUAL.
WASHED GRAVEL, PASSING
1-1/2" AND RETAINED ON 1/4" MESH FOR DRAIN
NOTE: 2" AIR & VACUUM RELEASE
AIR AND VACUUM RELEASE VALVE ASSEMBLY SHALL BE INSTALLED VALVE ASSEMBLY
AT HIGHEST POINT OF LINE. IF HIGH POINT FALLS IN A LOCATION �Y ADOPTED
WHERE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH G� O� CITY OF RENTON
OF LINE TO CREATE A HIGH POINT AT A LOCATION WHERE ASSEMBLY 1
CAN BE INSTALLED. STANDARD PLANS
LST DATE: 10/29/96
DATE REVISION BY APPR' DWG. NAME: BR51 SIP PAGE: B095
12"x 22" CONCRETE METER w I IN UNIMPROVED RIGHT OF WAY z I
BOX WITH 3/16" STEEL DIAMOND PLATE ? INSTALL METER BOX AT
COVER EQUAL TO FOG TITE METER I PROPERTY LINE.
SEAL CO. B-10 METER BOX. w W I d
a p
6" MIN a I SIDEWALK
a
FINISH GRADE 9" MAX
21" MIN WATER METER TO BE 12" MIN
COVER SUPPLIED BY THE CITY
36" MIN COVER
36" MIN COVER - - TYPE "K" SOFT
COPPER TUBING
FORD COPPERSETTER
P DOWN TO CENTERLINE VH 72-15W-44-33G (FOR 5/8" x 3/4" METER)
LOOP NEW DUCTILE IRON VH 72-15W-44-44G (FOR 1" METER)
WATERMAIN OF WATER MAIN TO PROVIDE BOTH INLET AND OUTLET WITH PACK JOINT WITH 7VE
SLACK IN COPPER SERVICE PADLOCK WINGS ON KEY VALVE SINGLE CHECK V
LINE TO METER. ON OUTLET.
CORPORATION STOP. FORD TAPERED ALL PACK-JOINT FITTINGS SHALL BE WITH GRIPPI
THREAD (CC). PACK JOINT 0/4" F1000)
(1 ' F1000) IF SERVICE LINE TO HOUSE IS TO
INSTALLED IN THE FUTURE INSTALL
FORD C14-33 OR 44
22-1/2' FIDT x COMPRESSION COUPLING
-� 3/4" OR 1" GALVANIZ,=D LU
FOR SERVICE FROM EXISTING STEEL
EXISTING CAST IRON ASBESTOS CEMENT OR PVC WATER MAINS
OR DUCTILE IRON INSTALL DOUBLE STRAP SERVICE CLAMP
WATERMAIN EQUAL TO MUELLER CO.
3/4" & 1" WATER SERVICE
Cy ADOPTED
CITY OF RENTON
STANDARD PIANS
Q$ LST DATE: 12/96
10/15/96 Edited teat. DCV AC
DATE REVISION BY APPR' DWG. NAME: BR41 SP PAGE: B106
r r r r r r r r r r r r r r r r r r r
MARKER MARKER MARKER
1-4 I
4
I •
i
TWO LANE ROAD ON SICE STREETS
OFFSET MARKER TO WHERE THE HYDRANT
INDICATE WHICH SIDE IS WITHIN 20' OF A
OF STREET HYDRANT MAIN TRAVELED STREET, ��
IS ON (4" FROM DOTS THE MARKER IS TO BE _
OR PAINTED LINE) INSTALLED ON THAT
MAIN STREET
MARKER MARKER
-� - 4'
RAISED PAVMENT MARKER
TYPE 88 AB STIMSONITE TWO-WAY (BLUE)
-4 i
FOUR LANE ROAD FIVE LANE ROAD
OFFSET MARKER TO OFFSET MARKER TO
INDICATE WHICH SIDE INDICATE WHICH SIDE
OF STREET HYDRANT OF STREET HYDRANT HYDRANT MARKERS
IS ON (4" FROM DOTS IS ON (4" 17ROM DOTS CHR
ADOPTED
OR PAINTED LANE DIVIDER) OR PAINTED LANE DIVIDER) CITY OF RENTON
HYDRANT MARKERS STANDARD PLANS
O LST DATE: 10/29/96
DATE REVISION BY APPR' DWG. NAME: BR24A SP PAGE: 8103
FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 18" TO 20" BEHIND BACK OF CURB
OR COMPRESSION TYPE SUCH AS CLOW MEDALLION: M & H 929
AND MUELLER SUPER CENTURION 200 WITH 6" MECHANICAL JOINT OR 12" BEHIND BACK OF SIDEWALK
INLET WITH LUGS. THAT IS ADJACENT TO CURB
5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS
NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF TWO—PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER.
SEATTLE THREADS WITH A STORTZ ADAPTOR, 4" SEATTLE THREAD EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION WITH
X 5" STORTZ. ATTACHED WITH 1/8" STAINLESS STEEL CABLE. o o REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT EXTENSION
1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE AS REQUIRED (SEE DWG BR46 / PAGE B090).
PAINTED WITH TWO COATS OF PAINT. PRESERVATIVE MAX 4"
PAINT No. 43-655 SAFETY YELLOW OR APPROVED EQUAL. MIN 2" RAISED PAVEMENT MARKER TYPE 88 A8
PUMPER CONNECTION TO FACE ROADWAY ASSEMBLY. STIMSONITE TWO—WAY BLUE.
FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. '\
\\ 42" MIN CONCRETE BLOCKING
�\ BURY
CONCRETE BLOCKING
\\\ \ CAST IRON TEE. WITH 6" FLANGE SIDE OUTLET.
6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT TWO 3/4"
STEEL TIE RODS. SEE STD DETAIL FOR TIE RODS.
16" x 8" x 4" MININUM
CONCRETE BLOCK LEVEL ALL GROUND UNDER HYDRANT —1/3 CU. YD. WASHED DRAIN ROCK (3" TO 3/8")
MIN 3' RADIUS FIRE HYDRANT ASSEMBLY
LEVEL ALL GROUND
1 L5" MIN 3' RADIUS
Og 1
1
O
ONE MAN ROCK
1
6DF FIRE HYDRANT ASSEMBLY DETAIL
CUT C
ADOPTED
HYDRANT LOCATION IN CUT OR FILL �� c1TY OF RENTON
1/ STANDARD PLANS
10 15 9 Edited text, odded valve nut extension DCV DT 0 LST DATE: 10/15/96
5/18/95 Revised Pumper Port DCV DT
12/15/9 Corrected text d: Chonged point color RTM DT DWG. NAME: BR24 SP PAGE: B102
DATE REVISION BY APPR'
A PLAN VIEW
WATER
3'
VALVE BOX LID WITH EARS 38" MIN.
IN DIRECTION OF WATEZ1/8"
�- 2" SQUARE WIDTH
MAIN AND WORD "WATOPERATING NUT
CAST INTO IT WHITE POST
SEE DETAIL - I =1 62"
=TT TI f I
4-1/4" DIA. � M,1/8 MIN. THICKNESS ��-24�- 2 PIECE CAST IRON VALVE
BOX, RICH-SEATTLE TYPEOR OLYMPIC FOUNDARYGTH LAS REQUIREDMIN. THICKNESS VALVE MARKER POST
2-1/4" INSIDE MEASUREMENT
2-1/4" DEPTH
VALVE OPERATING NUT
SECTION A-A EXTENSION
VALVE OPERATION NUT EXTENSION NOTE: VALVE MARKER NOTES:
EXTENSIONS ARE REQUIRED WHEN VALVE NUT VALVE MARKERS SHALL BE EQUAL TO
IS MORE THAN THREE (3) FEET BELOW FINISHED CARSONITE UTILITY MARKER
GRADE. EXTENSIONS ARE TO BE A MININMUM OF VALVE MARKER POST TO BE USED FOR ALL VALVE OPERATING NUT EXTENSION
ONE (1) FOOT LONG. ONLY ONE EXTENSION TO MAIN LINE VALVES OUTSIDE PAVED AREAS
BE USED PER VALVE. AND VALVE MARKER POST
1SY ADOPTED
NOTE: ALL EXTENSIONS ARE TO BE MADE OF U� �� CITY OF RENTON
STEEL, SIZED AS NOTED, AND PAINTED WITH + �_ +
TWO COATS OF METAL PAINT. STANDARD PLANS
��Iv'tl�� LST DATE: 12/96
10/15/96 Edited te.t DCV AG
DATE REVISION BY APPR' DWG. NAME: BR46 SP PAGE: B09
Where shown on the plans or in the specifications or required by the Engineer,
joint restraint system (shackle rods) shall be used.
All joints restraint materials used shall be those
manufactured by Star National Products, 1323 Holly Avenue,
PO Box 258, Columbus, Ohio 43216
unless an equal alternate is approved in writing by the Engineer.
Moteriols
Steel Tvoes: Galvanized
High strenggth low-olloy steel (cor-ten), ASTM A153 for galvanizing iron and steel hardware
ASTM A242 heot-treated; Superstar "SST" series ASTM A123 for galvanizing rolled, pressed and forged steel shapes.
High strength low-olloy"steel (cor-ten), Joint Restrainer System Components:
ASTM A242, Superstar SS series
1. Tiebolt:
ASTM A242, Type 2, hot-dipped galvanized. SST 7:5/8" for 2" and Installation:
3" mechanical pints, 3/4' for 4" to 12" mechanical joints Install the joint restraint system in accordance with the Manufacturers instructions
ASTM A325, Type 30, except tensile strength of full-body so oil joints ore mechanically locked together to prevent pint separation.
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 Tiebolts shall be installed to pull ogainst the mechanical joint body and not
and tempering) to Manufacturer's reheat and hardness specifications. the M.J. follower. Torque nuts at 75-90 fool pounds for 3/4 nuts.
SST 756: 3/4 for 14" to 24" mechanical joints. Some ASTM specification
as SST 7. SST 747: 3/4" some as SST 7, except Install tiecouplings with both rods threaded equal distance into tiecouplings.
1" eye for 7/8" rod. Some ASTM specification as SST 7. Arrange tierods symmetrically around the pipe.
2. Tienut: Where a Manufacturer's mechanical joint valve or fittingy is supplied with slots
Heavy Hex Nut for Each Tiebolt. SS8: 5/8" and 3/4", for "T" bolts instead of holes, a flanged valve with o flonge by mechanical joint adaptor
ASTM A563, Grade C3, hot-dip galvanized. shall be used instead, so as to provide adequate space for locating lieboit.
3. Tiecoupling: Where a continuous run of pipe is required to be restrained, no run of restrained
Used to extend continuous threaded rods and ore provided with pipe shall be greater than 60 feet in length betwee fittings. Insert long body solid
Grade C3. sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum.
center stop to aid installation, hot-dip galvanized.
SS 10: for 5/8" and 3/4" tierods, ASTM A563, Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts
shall be installed as rod guides at each joint.
4. Tierod:
Continuous threaded rod for cutting to desired lengths, Where poly wrapping is not required, oil tiebolts, tienuts, tiecouplings, tierods shall
hot-dip galvanized. SS 12: 5/8' and 3/4" diometer, be galvanized. All disturbed sections will be pointed, to the inspector's
ASTM A242, Type 1 or Type 2; ANSI 91.1. satisfaction, with ATCO #2221, or approved equal.
5. Tiewasher: Where poly wrapping is not required, all tiebolts, tienuts, tiecouplings, tierods, and
Round flat washers, hot-dip galvanized.
tiewoshers may be galvanized, as specified above, or plain and pointed in their
SS 17: ASTM A242, F436.
Pressure Force
Size PSI Pounds 2 3 4 6 8 10 12 14 16 24
3" 300 2.120 2-3/8"
4" 300 3.780 3 8"
6" 300 8,500 5/8- 1 2" 3 8" 9
Z `J
8" 300 15,t00 3/4" 5/8" 1 2"
10" 275 21,62 3/4" 5/8" 1 2"
4 1
12" 250 33,930 3/4" 5/8" 3
14" 250 46,200 3/4"
16" 225 45,250 3/4- 5/8" SHACKLE RODDING AND TIE BOLTS
18" 200 50,900 3/4. 5/8"
20" 200 62,840 3/4" 5/8' tiSY p ADOPTED.
24" 200 90.480 3/a" ±�.AM%70�
: CITY OF RENTON
30" 200 141,370 7/8" STANDARD PLANS
36" 200 203,580 7 8" LST DATE: 4/97
4-97 EDIT TEXT ocv or nwn NAMF: RR?7 SP PAGE: BO89
VB NOTES,
Vg 1. Steel tie rods to he heavily coated
wtih aSDholt otter install,ion.
VB -T
Two tie rods \ Four tie rods _ VB
with turnbuckles with turnbuckles \ /
Thread 6"' TnreOa 6"
♦�
v v o v '
a .
d a a a
o v
a d v a
. d m
d u
o ' o -
v d p H
v O v v v v ._
'Cement Concrete Cement Concrete C
v .a .a a d v .a a
5 1
TYPE A BLOCKING TYPE B BLOCKING
FOR 11 1/4' - 22'/2' VERTICAL BENDS FOR 45' VERTICAL BENDS
Tyyppe B 81 ocking
'
Type A Blocking for 45' Vertical Bends
/.for 111 - 22�/2' vertical Bends VB S d L
VB 5 I d L
U iNAa-L~Omi• oL„UL—a D_=�yO7'�NVLu pzE]•UNU-or�UuL_7U�0 U
¢DLU4 y O . NOtyU bQUN
Ot UOUWuLC-
�VNU
OCC aCOw O w'e
cl c hV 0 u o v+ o o u
O U
4 250 45 22 2.8 s 17
6 1.8
4 250 22'/i 12 2.3 s/e 17 6 250 45 50 3.T 5 IT
8 250 45 89 4.5 s/ 17
6 250 1 I4 2.4 % 17 10 250 45 139 5.2 20
22'/= 2T 3.o BLOCKING FOR CONVEX
11/4 25 2.9 12 250 45 200 5.8 t 24
17 14 250 45 272 6.5 1 27 VERTICAL BEND
8 250 22i/2 48 3.6 % ruwucra■sort ov.ata■t K tu.vaRr•na
16 250 45 355 T.1 1'/e 30 n»u,r•swtwta
10 250 111/, 38 3.4 % 17
22�/2 75 4.2 ?
111/. 55 3.8 17
12 250 221/z 108 4.8 % ADOPTED
C717 OP REN1.ON
111/i T5 4.2 I7 Sundud Plw
14 250 r_ 22'/2 117 5.3 Y. 20 _(�
F �base 6Ga199s
1 I�/4 98 4.6 17 -�o-s e.o-w.�.e c.00. .nlv»a. s•+o B086
16 250 o•+c acrts a. ar Plan N.8-22 SP PAGE
22'/2 192 5.8 Y 24
CONCRETE BLOCKING 9ZNG PROCEDURE
A GENERAL - Go to Table 2: Table 2 gives the sole bearing load fa
Tna omounl of concrete required to anchor haizonlol sand and grovel: 3.000 Rs./sq. Il.
bends, tees, and dead ends depends on the strength - Go to Figure 1: figure 1 indicoles the position
of the soil. The methods of lacing concrete to keep of the concrete for blocking the 90? bend.
the pint occessible is shown Figure 1. The area - de to the specifications of line propct and find
m square feel of conaele which must bear against depth of trench(h) : ! feel
the side of the trench is found by dividing the - of
of trench W >' 3 feet
thrust inpounds shown in Table 1 by the sofe With the above ossembled information,
B DeCR TERIAood 0
1 the soil os shown in Table 2. we proceed to the final colculolions: SAP
Thrust 21,360 O
1. The sizing procedure is far horizontal or - Area of Concrete (A) - 7.12 sq It.
Sale Bearing Loud 3,000 22-1 2
downword thrust only. Depth of Trench in Feel
2. Height of the thrust block must be equal - Mmimum Height of Thrust Block (Hon) w 2
to a less than 1/2 the depth from the ground
surface to the block bose. h - 4 - 2.0 ft.
3. The thrust block bearing Iota is approximately 2 2
1'
ec lonqubr.nqubr.concrete blockingq sholl be as per APWA - Depth of Concrete Thrust 6lock (Etc)
Specification 74-2A
C. SYMBOL$ Width of Trench in Feet (W) - Outside Diameter of Pipe(d)
d - Outside Diameter of PipeFri.,,Feel 2
T - Thrust in Pounds at the inqq (Table 1) 3 - 0.75
SBL Sale Bearing Lood' Pounds/Sq. Ft. (Table 2) . 1.13 ft.
h Depth of Trench in Feet 2
W - Width of Trench in Feel Area of Concrete
A Area of Concrete which must bear against the _ Maximum Length of Thrust Block (Lm) -
Side of the Trench in Sq. Ft. Height of Concrete
Hm Moximum Height of the Thrust Block in feet A 712
Dc Depth of the Concrete Thrust Block - 3.56 It. o
la Bearing Su,loc.in Feet Hm 22_0 45 BEND
Lm - Maximum Length of the Thrust Block in Feel
- Required Amount o/Concrete (Height x Depth x Length)x 0.03704 TEE
GROUND SUFACE (Hon x Lm x Dc) x 0.03704
- (2.0 x 3.56 x 1.13)x 0.03704
. 0.30 a. yd.
�c TABLE 1
h " d
h
m Thrust at Fittings in Pounds
Size Pressure ieea 90' 45' 22-1/2 11-1/4
H = 2 p51 Dead Ends Band Band Bend Bend
BLOCK BASE 3" 300 I,12P 3,00O 1,630 83O 430
p� 4" 300 3,780 5.370 2,910 1.470 750
6' 300 6,500 12,000 6,510 3,320 1.700
W 8" 300 1 ,tCO 21,360 11.550 5.880 3,020
t0' 275 21.62.0 30,570 16,540 8430 4,330
12 250 33,g30 48,000 25,950 IN 6,780
p, ('At n1LAT10N EQUATIONS
t4' 250 46.200 65.370 35.340 18,030 9.240
Thrust (In Pounds T 16" 225 45,250 64,000 34.620 17,650 9.050 k9d'BEND
t. Area of Concrete(A) - 18" 200 50.900 72.000 35.940 19,860 10,180 O
Sale Bearing Load (In pounds/Sq. Ft.) 20" 200 62,640 88900 48.080 24,520 12,560
24" 200 90,480 12'/.980 69.200 35.320 16.100
2. Maximum Height of Thrust Block (Hon) Depth of Trench in Feel h 30" 200 141,370 199.960 108,150 55.140 28.280
2 2 36" 200 203.580 287,950 155.740 79,400 40.720
FIGURE 1
(width of Trench side Diameter of Pipe in Feet) W-d in Feet) -
Ou l
3. Depth of Concrete Thrust Block - 2 2 FABLE 2
Safe Bearing Load, in LC/Sa Ft.
Area of Concrete A
4. Maximum Length of Thrust Block (Lon) Maximum Height Hn Me following table ors fair FCR CONVEX VERTICAL BENDS BLOCKING
The safe bearing foods given in
horizontd thnrsts when the depth of cover,over the pipe SEE AP WA STANDARD PLAN N0. 7.3.
5. Required Amount of Concrete (Cu. Yd.) (Height x Depth x Length)x 0.03704 exceeds 2 feet.
(Hm x Lm x Da)x 0.03704 Sale Beorinq Load
E. EXAM LE ML Lb per So. Ft-
-Muck peat• etc. 0
1. Problem: Solt Goy 1•000
Calculation of the amount of concrete required to block a 90'bend in on 8" Sand 2.000
C.I. wola main: the normd operating pressure in the pipe will be 65 psi and the SON Sand and Grovel 44,00
, CONCRETE BLOCKING SIZING PROCEDURE
Sand and Grovel Cemented with Cloy
condition in the Weo indicates sand and gravel. Had Shale 10.000 ,tY
ADOPTED
7. $plyhOn: On muck or peal, all thrusts shall be restrained by piles a
Maximum testing pressure(See Table 1) 300 psi. 0.75 it, tie rods to solid foundations or by removol of muck `� CITY OF RENTON
Outside diorneter of 8 pipe - 9.05 in. - 9.05/12 orpeot and replocemant with Dollost of sufficient /1)
GO to Toble 1: The testing pressure of 300 psi, we see stability to resist thrusts.
that the thrust on a 90? bend is 21.360 pounds. STANDARD PLANS
� 'CV LST DATE: 10/29/96
3/6/95 CORRECTED COLUMN -IEADINGS fBy
CV AG DWG. NAME: BR26 SP PAGE: B085
DATE REVISION 1APPR"
CONCRETE DEAD MAN BLOCKING WITH SHACKLE RO.)S TO CAP,
BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH,
SIZE OF BLOCK TO BE DETERMINED BASED ON TEST
PRESSURE OF WATER LINE AND SOIL CHARACTERIS ICS.
C 17F CAST IRON CAP OR PLUG WITH 2"
IPS TAP SHALL BE A ROCKWELL
482 END CAP COUPLING.
I I 2" GALVANIZED IRON PIPE
WATER MAIN I I AS REQUIRED.
2" CLOSE NIPPLE �-
2" 90' ELBOW 2" GALVANIZED IRON PIPE, 12" LONG.
PLAN
TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED
EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE B090)
8" TOP SECTION, WITH REGULAR BASE
SECTION LENGTH TO FIT. INSTALL 2" 90' ELBOW, SCREWED
2" PLUG, SCREWED
18"
2" GALVANIZED IRON PIPE 12" LONG 2" GALVANIZED IRON FIPE
AS REQUIRED.
2" GATE VALVE,
i
SCREWED INSTALL 2" 90• ELBOW, SCREWED
2" GALVANIZED IRON PIPE
AS REQUIRED. TEMPORARY 2" BLOW-OFF ASSEMBLY
ELEVATION
Gti'SY p� ADOPTED
\\ CITY OF RENTON
♦ J J♦
STANDARD PLANS N t0$ LST DATE: 10/15/96
10/15/96 1 Added valve n 1 e.lenf�on pCV ORi
L DATE I REVISION BY APPR DWG. NAME: BR25 SP PAGE: B104
i
i