HomeMy WebLinkAboutSWP272707(3) TRANSMITTAL
INCA
FORM
400 112th Avenue N.E.
Suite 400
Bellevue,WA 98004
Phone: (425)635-1000
Fax: (425) 635-1150
To: City of Renton Date: December 13, 1999
Renton City Hall Subject: Aas builts SW 27th Culvert
Replacement
1055 South Grady Way
Renton, WA 98055 New Cl locations.
Attn: Allen Quynn
We Are Transmitting: The Following: For:
Herewith Prints or_Tracings Review and Comment
Under Separate Cover Construction Drawings Approval
Specifications Signature
Shop Drawings x Your Use and Files
Number of Copies: Change Order Quotation
1 Sets Approved Bills
Payment
Sheets Legal Descriptions As Requested
Letters Action Noted Below
Resumes
SF 254/SF255
Project Profile Sheets
Disk
King County Forms
x Asbuilt Mylar
Remarks:
Allen,
Please find on sheet C-1 the placement of Curb Inlets that were recently placed along with the
location of the outfalls and elevations.
Mike Root
Sincerely Yours,
documem2
TRANSMITTAL ' CA
FORM
N
400 112th Avenue N.E.
Suite 400
Bellevue,WA 98004
Phone: (425)635-1000
Fax: (425) 635-1150
To: City OF Renton Date: October 27, 1999
Renton City Hall Subject: SW 27 th St Culvert Replacement
1055 South Grady Way As built
Renton , WA 98055 99075
Attn: Allen Gwynn
We Are Transmitting: The Following: For:
x Herewith Prints or_Tracings Review and Comment
Under Separate Cover Construction Drawings Approval
Specifications Signature
Shop Drawings x Your Use and Files
Number of Copies: Change Order Quotation
1 Sets Approved Bills Payment
10 Sheets Legal Descriptions As Requested
Letters Action Noted Below
Resumes
SF 254/SF255
Project Profile Sheets
Disk
King County Forms
x Asbuilt Mylar
Remarks:
Allen,
I have stamped 3 drawings (C-1, S-1 and S- ) with changes found in our asbuilt survey. Please
contact me if you feel that more information is necessary. I have also supplied you with the copies of
field notes from the survey.
Mike Root
Sincerely Yours,
document2
"fill
<�y.'< ' i ic.lrj'}�$r?Cr4 JOB NAME JOB N0. BK. (OFFICE)
z> 1 NCa► TASK 1 NCd► DATE
per, CREW WEATHER
' �IJ
}r4" S
075
OCCc)Lo GaNS
fyi;f: a z
�s
!n PG. (FIELD)
�4. OF PG.
• i ��,: �G;i ,t � r•rti' yt 1�}� °� t r s' •�ryi
rfjy.-t {��� u`, �5 �y 3 3'�n I;,� �} ,�,r< "r '* i� {'�i- yL • �s
.. .. n .r,. .-,.. ., .?.. . r M.. ..y.+ r.':.. r.mR.. `YL`''2.....f _ .'" b 2+�::i< .•.,.
` b7
((n31!) 'Od a 5 3,'R, p
i'e,fS
N Z 9
��j � � r�� ,MKS do � � �sSZ���
3
�^'' M1� � ° , � b-b,S �� �� ie bsf of "� t;f�. •
01
1 rl xp Zr -y 5 0 LL
S �v Z
0 204 01
72
SO4 0
-4 0(
Sb— 'IS-40
s6
LQ'$b— L�SC1 0(
off 5'1 O tuS
c z-g0- L tY a ��7 5 �1
O H1V3M M383
Q/ 31Vami
P
ON Bof 3YnM 80f
31 e /
N
((131A) 'Od u
s
8�
o�
g�
G D
83Hiv3M M380 —
b Hsl
I
31VO ��N 1 L 2
(3Olii0) 'H8 �� C7 b 'ON GOr 3P" 80f
JOB NAME C,(� Z n S T JOB No. BK { �
1 NCa► TASK 1%CIA DATE
5 (�✓ i /0 Z G- 99 Pc.
INST. CREW /,i se WEATHER
10_0 0 oc ✓ cull.
�.'7£3 -t�S `� SHGE�t ILL e at✓ c^at vC✓t2�
C
�8
oS 'oP E C le ox C U�
" 7 I q5.L7,q v
o
4Al
la +t
t
JZ-03 9,�5 �; q 1'Jp
m PG. (FIELD)
oa Pc.
(CM) .3 W
l
i
a.
`� al
08
: -
v) N
Od
ova
(301il0) 'H9 L � 'ON 80f` �N I � L 2 M S
3YidN 801`
T
Award Date: J /()" / / CAG 6A G
Awarded To: D �( QS/�G ?'-r CrS r, rh C-.
Aak� / P'0
gvg A sf. s, y
�'.d - /3ox S99 C y 907/
14-t4 d 4 r41 GSA 9�oaz
gvo)
Amoo"t : �r 810� 83/.SG
� �Y
ti
City of Renton Bidding Requirements, s�
Forms, Contract Forms, Conditions of + `
the Contract, Plans and Specifications MA
i d
City of Renton
SW 27th Street Culvert Procurement Coutcact
PROJECT NO. SWP-27-2707
' City of Renton
1055 S Grady Way
Renton, R'A 9SO55
Surface Water Contact: Alien Quynn (425)4 i0-7247
Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
SW 27TH STREET CULVERT PROCUREMENT CONTRACT
PROJECT NO. SWP-27-2707
APRIL 1999
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON SURFACE WATER UTILITY
1055 S Grady Way
Renton, WA 98055
® Printed on Recycled Paper
CITY OF RENTON
SWP-27-2707
SW 27th Street Culvert Procurement Contract
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
*Combined Affidavit& Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
*Bid Bond Form
I *Proposal
*Schedule of Prices
*Acknowledgement of Receipt of Addenda
*Subcontractors List
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal- Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
Environmental Regulation Listing
City of Renton Supplemental Specifications
WSDOT Amendments
Special Provisions
Construction 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 (Yellow Pages)
Submit at Notice of Award (Green Pages)
CITY OF RENTON
Planning/Building/Public Works Department
H:KNDLE\BIDSPEC/RLM/bh
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
iADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and
to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic
background, gender, marital status, religion, age or disability, when the City of Renton can reasonably
accommodate the disability, of employees and applicants for employment and fair, non-discriminatory
treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does not
discriminate against women, minorities and other protected classes. Human resources
decisions will be in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will
cooperate fully with all organizations and commissions organized to promote fair practices
and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal
Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to all.
It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,
department administrators, managers, supervisors, Contract Compliance Officers and all
employees to carry out the policies, guidelines and corrective measures set forth in the
Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair
Practices and Non-discrimination policies set forth by the law and in the City's Affirmative
Action Plan and Equal Employment Program.
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 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
ay°f Council President
Attest: `
City Cler
r.South_Rcnton/B[DSPEC/MAB
CITY OF RENTON
■ SUMMARY OF AMERICANS WITH DISABLLITIES ACT POLICY
ADOPTED BYRESOLUT10NN0. 3007
iThe policy of the City of Renton is to promote and afford equal treatment and service to ,all.citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the. principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services, activities and programs.
(3) AMERICANS WITH DISABILITIES ACT-POLICY -The City of Renton Americans
With Disabilities Act Policy will,be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
1 (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: j
City Clerk
1 CITY OF RENTON
SWP-27-2707
' SCOPE OF WORK
The work involved under the terms of this contract shall be full and complete manufacture of the facility as
shown on the plans and as described in the construction specifications, to include but not be limited to:
The design, fabrication and delivery to the construction site of a 90 LF, 30' x 10' box culvert. The
contractor shall provide design calculations, shop drawings and material tests.
The Engineers estimate bid range for this project is $80,000 to $100,000
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 60 working days will be allowed for the completion of this project. The funding of this project
will be from City funds.
H:KNDLEIBIDSPECIRLMIM
1 To Seattle
To Bellevue
1-5 -•`
=--� Renton
1-405
r d�
Project Area
I J SW g3rd St
Tukwila T kwila ''�'
--, 27th
en
Kt c, I St.� I
I S.W. 43rd t. `—
Renton I
181 I ing County
1-5
To Tacoma
v 1
` SJ 212th St.
� I
' I N
Oil l ; King Co.
Kent 167
o
r
I
1 -----J
rJ
\1—�'King County —
1/\ \ Kent
I I
a t
s
g I------I APPROX. SCALE
B
1' = 6000 FT
S
z
Vicinity Map
SW 27th Street Culvert Replacement
Il. INTRODUCTION CITY OF RENTON
1. 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 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 practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to be only approximate.
Final payment will be based on field measurement of actual quantities and at the unit price bid. The
City reserves the right to add or to eliminate portions of that work as deemed necessary.
3. 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.
1 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 written or typed unit price bid will govern. Illegible figures will invalidate the bid.
' 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
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 he enters into a contract and furnishes a satisfactory performance bond covering the full
amount of the work within ten days after receipt of notice of intention to award contract. Should he
fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for
such failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
10. Payment for this work will be made in Cash Warrants.
It. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under
Attachment A herein and as identified within Specification Section 1-07.18.
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.
II-2
i
II. INTRODUCTION CITY OF RENTON
13. Payment retainage shall be done in accordance with Section 1-09.9(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.
14. The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. 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.
16. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
1 supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The prevailing wage rate to be in force during the duration of this contract are included within these
specifications as Appendix D, "Hourly Minimum Wage Rates". 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.
18. Water Pollution Control Requirements
The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws.
The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under
Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with
Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and
encapsulation of asbestos materials.
19. The CONTRACTOR if so desires may determine existing on site features such as the thickness of
existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours
prior to exploration activity and shall repair all boring and exploration work to preexisting condition.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
11-3
II. INTRODUCTION CITY OF RENTON
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
' this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction"
' and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be
modified to read "City of Renton," unless specifically referring to a standard specification
or test method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14, Measurement
1 and Payment (added herein) shall govern.
21. A soils investigation has not been performed for this project by the City or Engineer. A limited
preliminary report performed near the project site is attached for reference only. 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.
INSTRUCT.DOC/bh/Junew
i
II-4
CITY OF RENTON
SW 27th Street Culvert Procurement Contract
SWP-27-2707
' CALL FOR BIDS
Sealed bids will be received until 2:30 p.m. April 27, 1999 at the City Clerk's office and
will be opened and publicly read in the 5th floor conference room 521, Renton City Hall,
1055 S. Grady Way.
The work to be performed within 41 working days from the date of commencement
under this contract shall include, but not be limited to:
' • The design, manufacture and delivery of a three-sided concrete box culvert. The
Contractor shall provide design calculations, shop drawings and material tests. The
culvert shall be delivered to the project site as specified in the contract documents.
The contractor shall also, at the City's request, store the box culvert for up to one
year from the specified delivery date.
iAny 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.
No bids will be accepted after the time and date shown above.
The City reserves the right to reject any and/or all bids and to waive any and/or all
informalities.
A certified check or bid bond in the amount of five percent (5%) of the total amount of each
bid must accompany each bid. A 100% performance bond will be required of the successful
bidders.
Approved plans, specifications, and contract forms may be obtained from the City of Renton
Planning/Building/Public Works Department at the sixth floor Customer Service Counter in the
' Renton City Hall, 1055 S. Grady Way, for a non-refundable fee of $30.41 ($28.00 plus
$2.41 sales tax) each set. If ordered by mail add $5.00 to cover postage, also non-refundable.
Questions regarding the call for bids or plan holders lists should be directed to the Public
Works Customer Service Counter at City Hall, or (425) 430-7200. If a bidder has questions
regarding the project please contact the Project Manager, Allen , at (425) 430-7247.
Marilyn ]Kete s n, City Clerk
Published: Daily Journal of Commerce 4-\3- 0101
4-2A -0i
' Account #
' CITY OF RENTON
Combined Affidavit and Certification forth:
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
SW 27th Street Culvert Procurement Contract
Name of Project.
Utility Vault Company
Name of Bidde irm
Signature of Authorized Repres tative of Bidder
Subscribed and sworn to before me on this 26th day of April
Notary Public in and for the Stke of Washington
Notary(Print)_ Lois: Steinhauer
My appointment expires: 08-19-00
H:KNDLE\BIDSPEC/RLM/bh
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
' amount of$ 5% OF AMOUT BID which amount is not less than five ent o e total bid-
Sign
Know All Men by These Presents:
' UTILITY VAULT COMPANY
That we, as Principal, and
' LIBERTY MUTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City
of Renton,as Obligee,in the penal gun?of . **FIVE PERCENT OF 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.
The condition of this obligation is such that if the Obligee shall make any award to the Principal
t for SW 27TH STREET CULVERT PROCUREMENT according to the terms of the proposal or
tbid 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 and shall give
' bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if
' the Principal shall, in case of failure to do so,pay and forfeit to the Obligee the penal amount of
the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it
' shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as penalty and liquidated damages,the amount of this bond.
27TH APRIL 99
' SIaNED, SEALED AND DATED TT-IIS DAY OF , 19=
UTILITY VAULT COMPANY
' Princip � q
BY:
' LIBERTY MUTUAL INSURANCE COMPANY
' ty r
' BY:
AVIS, A 0 EY-IN-FACT
tReceived return of deposit in the sum of$
' H:I'NDL"1DSPEGRLM/bh
' THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5 j 6 9 Q
This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the
manner and to the extent herein stated.
iLIBERTY MUTUAL INSURANCE COMPANY
BOSTON, MASSACHUSETTS
1 POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts
mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name,
constitute and appoint, JACE PEARSON, TINA DAVIS, DORIS MARTIN, KAREN HONE, VICKI SORENSEN, ALL OF
THE CITY OF SALT LAKE CITY, STATE OF UTAH .. .. ... .. .. ... ... .. ... . . ... ... . . .. . .. . . ... . . . .. . . . .. .. . . . .. .
........ . . . ..... ....... . . . .......... ... ..... ..... . . ... .. ... .. ..... ... . . .. . .... . .. . .. . . ... . . . .. . . ... .. . .. .. .
........ . . . ... .... ...... .. .......... ... ..... ..... . . ........ .. ..... ... . . .. . .... . .. . . . . . ... . . . .. . . . .. ... . . .. .
........ . .. . ............ .. ....................... . . ........ ....... ... . . ... ..... . . . .. .. .... . ... . . ... .. ... .. .
each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its
behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
SEVENTY-FIVE MILLION******************************* DOLLARS ($75,000,000******** ) each, and the execution of such bonds or
undertakings, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by
T
.; the secretary of the Company in their own proper persons.
Vl
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE XVI-Execution of Contracts: Section 5.Surety Bonds and Undertakings.
Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such 1
limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the
company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety t
obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such
d rn instruments shall be as binding as if signed by the president and attested by the secretary. v F
u
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: a�i u
Pursuant to Article XVI, Section 5 of the By-laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorneys-in-fact `p
as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, +c
bonds,recognizances and other surety obligations. Q
That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect. z
� s
L IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance 3
+; d Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 13th day of November 19 98 d
LIBERTY MUTUAL INSURANCE COMPANY
100) By
/'� / Ls etis✓yV C
Garnet W.Elliott,Assistant Secretary
,. :. COMMONWEALTH OF PENNSYLVANIA ss
t
O M COUNTY OF MONTGOMERY c
On this 13th day of November A.D. 19 98 before me, a Notary Public, personally came the individual, known to a
me to be the therein desgWed-indiyidual and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled- L c,
ged that he executedf prfze a4,1 liaf the seal affixed to the said preceding instrument is the corporate seal of said company; and that said corporate c a
0 v seal and his signatufe b ttfekret ;was duly affixed and subscribed to the said instrument by authority and direction of the said company. p c
�p U r
N y. y and affix my official seal at Ply mou Meeting, P ,the day and year first above written. p
IN TESTIMO V1/hfREOF I he>e nip set m hand
* OF
J"
q Notary Public
op, A CERTIFICATE
I, the undersigned ssfsta"t *ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the
foregoing is a full,true and cb i - copy, is in full force and effect on the date of this certificate; and I do further certify that the officer who executed the
' said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney-in-fact as provided in Article
XVI, Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance
Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified
copy of any power of attorney issued by the company, shall be valid and binding upon the company with the same force and effect as
though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this _ 27'IH _day of
' APRIL , 19__9.9—
sistant ec etary
1 THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTI E AFTER -ITVyembGL 13 _ _,20 00
CITY OF RENTON
SWP-27-2707
SW 27th Street Culvert Procurement Contract
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 sho how unit prices
both in writing and in figures.
Signatur
Address: P.O. Bog 588, Auburn WA, 98071
Names of Members of Partnership:
OR
Name of President of Corporation James B.Schack
Name of Secretary of Corporation Shelly T. Clair
Corporation Organized under the laws of Washington
With Main Office in State of Washington at Auburn
H:KNDLE\BIDSPEC/RLM/bh
CITY OF RENTON - SW 27TH STREET CULVERT PROCUREMENT CONTRACT
SCHEDULE OF PRICES
Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures.
Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions.
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT
NO. QUANTITY (Unit Prices to be written in words) PRICE (figure)
(figure)
3 SIDED PRECAST CONCRETE BOX CULVERT
1 1 (30' X 10' X 90')
Lump Sum $Seventy-nine thousand nine-hundred sixty $ 79,960.00 $79,960.00
Subtotal: $ 79,960.00
8.6% Sales Tax: $ 6,876.56
Total: $ 86,836.56
ACKNOWLEDGE OF RECEIPT OF ADDENDA
ALL BIDDERS SHALL SIGN THE PROPOSAL IN THE SPACE PROVIDED BELOW
THE UNDERSIGNED BIDDER HEREBY UNDERSTANDS THAT, IF AWARDED THE
CONTRACT IT MUST START WORK ON THIS PROJECT WITHIN 10 DAYS AFTER
CONTRACT FINAL EXECUTION AND COMPLETE THE WORK WITHIN 41 WORKING
DAYS AFTER THE NOTICE TO PROCEED.
DATED AT Auburn THIS 26th. DAY OF April , 1999.
ACKNOWLEDGMENT F A:
C O RECEIPT OF ADDEND
NO. None DATE
NO. DATE
NO, DATE
SIGNED
TITLE
NAME OF COMPANY Utility Vault Company
ADDRESS 2808 A St SE (P.O. Boa 588-98071)
CITY/STATE/ZIP Auburn WA 98002
TELEPHONE (800) 892-1538
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE NO. LICENSE NO.
H:/FORMS/CONTRACTBIDSPEC/AWD.DOC/bh
SUBCONTRACTOR LIST
SWP-27-2707
SW 27th Street Culvert Procurement Contract
RCW 39.30-060 requires that for all public works contracts exceeding $100,000 the bidder shall
submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract
price.
If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall
be considered non-responsive and,therefore, void.
Complete one of the following for contracts that exceed $100,000:
A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the
contract price.
- Name: Ted Reynolds itle: Salesman
Signature
E�z K:;;;,-z
B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract
price: (list subcontractor and bid item)
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item(s)
Subcontractor Name
Address
Phone No. State Contractor's License No
H:KNDLE\BIDSPEC/RLM/bh
BOND NO. 14-007-112
' BOND TO THE CITY OF RENTON ,
KNOW ALL MEN 13Y THESE PRESENTS:
' That we,the undersigned UTILITY VAULT COMPANY '
P. 0. BOX 588, AUBURN, WA 98071-0588
tas principal, and LIBERTY MUTUAL INSURANCE COMPANY corporation organized and existing under the
laws of the State of MASSACHUSETTS as a surety corporation, and qualified under the laws of the
' State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are '
jointly and severally held and firmly bound to the City of Renton in the penal sum of
$ 86,836.56 for the payment of which sum on demand we bind ourselves and our
successors, heirs,administrators or person representatives,as the case may be. '
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City
of Renton
' Dated at 961VIT N/ , Washington,this 2- _-rd day of AM 19�.
Nevertheless, the conditions of the above obligation are such that:
' W1lER S, under and pursuant to Public Works Construction Contract CAG-99- providing for
construction of S)y 271h Street Culvert Procurement C oantrrt
' (project n=e) - — '
the principal is required to furnish a bond for the faithful performance of the contract; and
' WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work
therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
' manner and within the time therein set forth, or within such extensions of time as may be granted under said ,
contract, and shall pay all laborers, mechanics, subcontractors and material, men, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall
hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of ,
any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said
work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of
' failure of performance as specified in the contract or from defects appearing or developing in the material or '
workmanship provided or performed under the contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain
in full force and effect. '
' UTILITY VAULT COMPANY LIBERTY MUTUAL INSURANCE COMPANY
Principal Surety
V '
Signature e
' C-7 TINA DAVIS, ATTORNEY—IN—FACT
Title Title
Approvcd by Larry Warren 2/14192 '
tH,KNDLE%BMSPECAUM/bh '
1
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 485379
This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the
manner and to the extent herein stated.
' LIBERTY MUTUAL INSURANCE COMPANY
BOSTON, MASSACHUSETTS
POWER OF ATTORNEY
' KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts
mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name,
constitute and appoint, JACE PEARSON, TINA DAVIS, DORIS MARTIN, KAREN HONE, VICKI SORENSEN, ALL OF
' THE.CITY OF SALT LAKE CITY.STATE OF UTAH.. ............ .. .. .. ....... ... .. ... ..... .. ............
..... ........ ....... ... .. ..... ... ............ ... ....... ........ ... .... .......... ... .. ... .. . .. ..............
..... ........ ....... ... .. ........ ............ ... ............. .. .. ..... .......... .. . .. ... ... .. . . ............
each individually if there be.more than.one.named, its true and lawful attorney-.in-fact to make, execute,.seal,,aeknowledge and.deliver,for and on its
behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
SEVENTY-FIVE MILLION****************************"* DOLLARS ($ 75,000,000******** ) each, and the execution of such bonds or
undertakings, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by a
the secretary of the Company in their own proper persons.
u
o. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: s
ARTICLE XVI-Execution of Contracts:Section 5.Surety Bonds and Undertakings. a
to Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such X
limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the
company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety o
cc
obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the _ t
company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such C
cc
instruments shall be as binding as if signed by the president and attested by the secretary. c�F
u
w By the following instrument the chairman or the president has authorized the officer or other official named thereinto appoint attorneys-in-fact: d U
c
> Pursuant to Article XVI, Section 5 of the By-laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorneys-in-fact p f
�p as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, Q a
— 3 bonds,recognizances and other surety obligations.
O Oc
That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect. _
�0IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance r
t, Company has been affixed there#Q in Plymouth Meeting,Pennsylvania this 24th day of August , 19 98 a 1
O ` ' c
. of
LIBERTY MUTUAL INSURANCE COMPANY O c
"
t C y Garnet W.Elliott,Assistant Secretary
d COMMONWEALTH OF PENNSYLVANIA ss >S
W COUNTY OF MONTGOMERY y C
tc
v On this 24th day of August A.D. 19 98 before me, a Notary Public, personally came the individual, known to `�a
d me to be the therein desc ' idual and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled c
.''. ged that he executed arlie a the seal affixed to the said preceding instrument is the corporate seal of said company;and that said corporate =a
Z v seal and his signatu was duly affixed and subscribed to the said instrument by authority and direction of the said company. U C
IN TESTIMO REOF,I set my hand and affix my official seal at Plymou Meeting,P ,the day and year first above written. O u
OF �r
DONNA Pjb �
p4yrrowth ri to ly Notary Public` My Corinut u, Exp=re,,
� 4'SYt.�1A N 1 fC#fE
I I, the undersigne , to retary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the
foregoing is a full,true and c c copy,is in full force and effect on the date of this certificate; and I do further certify that the officer who executed the
said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney-in-fact as provided in Article
XVI,Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance
Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified
' copy of any power of attorney issued by the company, shall be valid and binding upon the company with the same force and effect as
though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 4TH day of
MAY , 19 99
sistant a etary
THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTK 1. E AFTER August 24 20 00
'
' TY CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
UTILITY VAULT CO. hereby confirms and declares that
(Name of contractor/subcontractor/consultant) supplier
I. It is the policy of UTILITY VAULT CO. 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. UTILITY VAULT CO. complies with all applicable
(Name of contractor/subcontractor/consultant) supplier
federal, state and local laws governing non-discrimination in employment.
' II. When applicable, UTILITY VAULT CO. will seek out and
(Name of contractor/subcontractor/consultant) supplier
negotiate with minority and women contractors for the award of subcontracts.
GARY VENN
Print Agent/Representative's Name
' VICE—PRESIDENT
Print Agent/Representative's Title
�.J
Agent/Rep sentative's Signature
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include
or attach this document(s)with the contract.
U:\AQUYNN\I999\6>290\PROCURE\BIDPACK\AFFDVT.DOC\
August 14, 1997
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this 'I.(,TN day of ,y,q� , 19�. by
and between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and Utility Vault Co. hereinafter
' referred to as " TRAUMR."
SUPPLIER
WITNESSETH:
' 1) The Contractor shall within the time stipulated, (to-wit: within forty one [41] working days
from the notice to proceeed 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 5WP-27-2707 for improvement by construction and installation of:
SW 27th Street Culvert Procurement Contract
All the foregoing shall be timely performed, furnished, constructed, installed and
completed in strict conformity with the plans and specifications, including any and all
addenda issued by the City and all other documents hereinafter enumerated, and in full
compliance with all applicable codes, ordinances and regulations of the City of Renton and
any other governmental authority having jurisdiction there over. It is further agreed and
stipulated that all of said labor, materials, appliances, machines, tools, equipment and
' services shall be furnished and the construction installation performed and completed to the
satisfaction and the approval of the City's Public Works Director as being in such
conformity with the plans, specifications and all requirements of or arising under the
' Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing
' of this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
' a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
' d) Specifications
e) Maps and Plans
f) Bid
' g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
' 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) days after the serving
upon it of such notice of termination does not perform the Contract or does not commence
' performance thereof within thirty (30) days from the date of serving such notice, the City
itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable, for the account and at the expense
of the Contractor, and his surety shall be liable to the City for any excess cost or other
damages occasioned the City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing said Contract such
materials, machinery, 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 and R.W. Beck Inc., their
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 and/or R.W. Beck Inc. shall, without fault on their part, be made a
party to any litigation commenced by or against Contractor, then Contractor shall proceed
and hold the City and R.W. Beck Inc. harmless and he shall pay all costs, expenses and
reasonable attorney's fees incurred or paid by the City and R.W. Beck Inc. 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 and R.W. Beck Inc. in the
enforcement of any of the covenants, provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City or R.W. Beck Inc. against
and hold harmless the City and R.W. Beck Inc., from claims, demands or suits based solely
upon the conduct of the City or R.W. Beck Inc., their officers or employees and provided
H:KNDLE\BIDSPEC/RLM/bh
Contracts other than Federal-Aid FHWA
' further that if claims or suits are caused by or result from the concurrent negligence of(a)
the Contractor's agents or employees and (b) the City, its agents, officers and employees,
' and involves those actions covered by RCW 4.24.115 and (c) R.W. Beck Inc. and its
employees, this indemnity provision with respect to claims or suits based upon such
concurrent negligence shall be valid and enforceable only to the extent of the Contractor's
negligence or the negligence of the Contractor's agents or employees.
6) Any notice from one party to the other party under the Contract shall be in writing and
shall be dated and signed by the party giving such notice or by its duly authorized
representative of such party. Any such notice as heretofore specified shall be given by
personal delivery thereof or by depositing same in the United States mail, postage prepaid,
certified or registered mail.
' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than forty one [41] working days from the notice to proceed. For each and every
working day of delay after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be the sum of per Section
' 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each
such day,which shall be paid by the Contractor to the City.
' 8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified. The
' City will give notice of observed defects as heretofore specified with reasonable
promptness after discovery thereof, and Contractor shall be obligated to take immediate
steps to correct and remedy any such defect, fault or breach at the sole cost and expense of
' Contractor.
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.
' H:KNDLE\BIDSPEC/RLM/bh
' Contracts other than Federal-Aid FHWA '
' 11) The total amount of this contract is the sum of $ 86,836.56 ,
Eighty six thousand, eight hundred- thirty-six dollars and fifty-six cents
' written words Supplier
'
which includes Washington State Sales Tax. Payments will be made to G&1UWa& as
specified in the "Special Provisions" of this Contract.
1 '
' 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.
t '
SUPPLIER
CITY OF RENTON '
resident/Pa ner/Owner M r
T T t
Secretary 0 ,
City Clerk
Oldcastle Precast, Inc.
dba Utility Vault Company
' F '
check one Firm Name
13 Individual 13 Partnership ® Corporation Incorporated in Washington, 1965
Attention:
' If business is a CORPORATION, name of the corporation should be listed in full and both '
President and Secretary must sign the contract, OR if one signature is permitted by corporation
' by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract '
document.
' If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a ,
(doing business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear ,
' followed by d/b/a and name of the company.
H:KNDLE\BIDSPEC/RLM/bh ,
DATE 05/12/99 CHECK NO. 12922
MEN " ' DISCOUNT x gam,NETMO,VNT
13 . 75 00 13 .-75
CITY OF RENTON
CITY TREASURER
REGfRCIIT : 02-44138 C:05-13-1999
,
CASHIER ID T 11:54 aBi A:05-13-1999
7006 BUSINESS LICENSEf3,75 ., '
317.000.00.321.90.00.000000 Y -
--------------- -
TOTAL DUE13 'S
RECEIVED FROM: f
UTILITY VAULT-87511 m
CHECK $13
----------- _75
TOTAL TENDERED �� 1 ? _ 003 . 75=
CHANGE DUE $9.OE3
CITY OF RENTON INSURANCE INFORMATION FORM
FOR_ SW 27t eet C Proe nt Con
PROJECT NUMBER: wp-27' 7 STAFF CONTACT: —Quynn
' Certificate of Insurance indicates the coverages/limits
Certtfi g] Yes ❑ No
speeded in contract?
Are the following coverages and/or conditions in effect? EX Yes ❑ No
The Commercial General Liability policy form is an No
ISO 1993 Occurrence Form or Equivalent? $I Yes p
(If no, attach a copy of the policy with required coverages
' clearly identified)
CG 0043 Amendatory Endorsement provided?* 0 Yes
11 No
1
General Aggregate o e provided on a"per project basis(CG2503)?= U Yes ❑ No
Additional Insured wording provided?*
Yes ❑ No
Coverage on a primary basis and non-contn"buting basis?* )m Yes ❑ No
' Waiver of Subrogation Clause applies?*
X3 Yes ❑ No
SeNability of Interest Clause(Cross Liability)applies? )m Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?; )m Yes
❑ No
_ :To be shown on cerr fcate of insurance
AM BEST'S RATING FOR CARRIER:
GL A+ Auto!A+ _ Umb N/A Professional N A
This Questionnaire is issued as a matter of information- This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF FENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
Liberty Mutual Insurance Company Jud
Comp] ' d By(Type or Print Names
- - One PPG Place, Pittsburgh PA 15222
Address
Co pleted y(Signatu
1-8 —
' Name of person to contact Telephone.Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE Z�S
Rey
U.\AQUYNIN 1999\65290%PROCUP L-\BIDPACK�BIDSPEc.DOC1bh
CORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YY)
UCER THIS CERTIFICATE IS ISSUED AS-A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Liberty Mutual Insurance Company HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
One PPG Place, Suite 3020 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Pittsburgh, PA 15222 INSURERS
CITY OF RENTON
RED INSURER A: Liberty MutuaL Fire R
Oldcastle Precast, Inc. INSURERB:
dba Utility Vault Company INSURERC: MAY
P.O. BOX 588 INSURERD: HUMAN FTESC)URCES
Auburn. WA 98071-0588 INSURER E:
RISK PAAtNAGF!N4FnNT-
CMERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
Y REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
Y PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
LICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
N POLICY EFFECTIVE POLICY EXPIRATION LIMITS
TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MWDD/YY
GENERAL LIABILITY EACH OCCURRENCE $
X COMMERCIAL GENERAL LIABILITY RG2-685-004095-118 9-1-98 9-1-99 FIRE DAMAGE(Any one fire) $
CLAIMS MADE OCCUR MED EXP(Any one person) $
X XCU coverage lncl! ded PERSONAL&ADV INJURY $ Inc. In Occ
' X this insurance is primary and non—contributory GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ 2,000,000
POLICY X PRO- LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
X ANY AUTO AS2-685-004095-128 9-1-98 9-1-99 (Ea accident) $ 11000,000
ALL OWNED AUTOS BODILY INJURY
(Per person) $
' SCHEDULED AUTOS
HIRED AUTOS BODILY INJURY
(Per accident) $
NON-OWNED AUTOS
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR CLAIMS MADE AGGREGATE $
' DEDUCTIBLE $
RETENTION $ $
WC STATU- OTH-
WORKERS COMPENSATION AND WAl-68D-004095-028 9-1-98 9-1-99 TORYLIMITSI I ER
EMPLOYERS'LIABILrIY E.L.EACH ACCIDENT $ 1,000.00
(Includes WA Stop Gap) E.L.DISEASE EA EMPLOYE $ 1
E.L.DISEASE-POLICY LIMIT $ 1,000,000
' OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
' RE: SW 27th Street Culvert Procurement Contract
Additional Insured: City of Renton and R.W. Beck, Inc.
Includes Waiver of Subrogation in favor of certificate holder.
CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Renton DATE THEREOF,THE ISSUING INSURER WILUENU k30EM MAIL _4-5— DAYS WRITTEN
1055 South Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Renton, WA 98055 1 90XMW EXOEMSlaXWAN X KWC{XXXS6M'ifCISIT11VAMMRIX7GKX%71AV�l9kRIX
)REPUIESEffixMWEEK
AUTHORIZED REPRESENTATIVE ex
ORD 25-S(7/97) 0A RD CORPORATION 1988
1 Y
1
ENDORSEMENT
In consideration of the premium charged, it is hereby agreed and understood that Policy Number RG9-6,85-004095-118
' issued by Liberty Mutual _ Insurance Company, is amended to include the following terms and
conditions as respects 0khktmbarx1xxxxxissued by the(OWNER).
Project Number SWP-27-2707
1 1. ADDITIONAL INSURED.' The OWNER and R W Beck Engineer (CONTRACTOR), their
elected or appointed officers, officials, employees, subconsultants, and volunteers are included as
additionally insured with regard to damages and defense of claims arising from: (a)activities performed by
or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED
1 INSURED,or(c)premises owned, leased or used by the NAMED INSURED.
2. CONTRIBUTION NOT REQUMED. As respects: (a) work performed by the NAMED INSURED for
1 or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (e)
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,
1 officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the
NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance
maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees,
subconsulrants or volunteers shall be in excess of this insurance and shall not contribute with it
3. SEVERA$ILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
' Insured or by'or for any employee of any other Insured. This policy shall protect each Insured in the same
manner as through a separate policy had been issued to each, except that nothing herein shall operate to
increase the company's liability beyond the amount or amounts for which the company would have been
liable had only one insured been named.
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
1 canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by
certified mail return receipt requested has been given to the OWNER Such notice shall be addressed to(a)
-- the OWNER and(b)the CONTRACTOR-
S. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has be filed
with the OWNER
1 6. AGGREGATE LIMIT- The General Aggregate Limit under Limits of Insurance applies separately to the
above named contract for the above named OWNER_
' 5/13/99 Judy Balazentis
Date Authorized epresentative
1 Signatu
1
1 H:\PROJECTS\SUNSFT—E\SIDSPEC-DOC
' PREVAILING MINIMUM HOURLY RATES
WAGECOV.DOC\
1
1
1
1
i
1
1
1
1
1
1
1
1
��,sure aA
o �
i
0
0
�yi IS"t�Y
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
PREVAILING WAGE ; c�.'
PO BOX 44540, OLYMPIA, WASHINGTON 4540 �'
(360) 902-5335 FAX (360) 902- 1 FV-g - `�1999
C4TY cF
�ngineerir',L �'`'�t` •
* * * 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
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.
1 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)
1 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)
r
o �
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
rWashington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects,workers'wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03-03-99
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $26.50 1M 5D
BOILERMAKERS
JOURNEY LEVEL $33.93 t B 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $31.67 tH 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $11.71 1
CARPENTERS
ACOUSTICAL WORKER $30.93 1 M 5D
CARPENTER $30.77 1 M 5D
CREOSOTED MATERIAL $30.87 1M 5D
DRYWALL APPLICATOR $30.77 1 M 5D
FLOOR FINISHER $30.90 1M 5D
FLOOR LAYER $30.90 iM 5D
FLOOR SANDER $30.90 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $31.77 1M 5D
PILEDRIVERS,BRIDGE,DOCK&WARF CARPENTERS $30.77 1M 5D
PILEDRIVERS, DRIVING,PULLING, PLACING COLLARS AND WELDING $30.97 1M 5D
SAWFILER $30.90 1M 5D
SHINGLER $30.90 1 M 5D
STATIONARY POWER SAW OPERATOR $30.90 1M 5D
STATIONARY WOODWORKING TOOLS $30.90 1M 5D
CEMENT MASONS
JOURNEY LEVEL $31.69 1M 5D
DIVERS&TENDERS
DIVER $66.30 1 M 5D 8A
DIVER TENDER $32.98 1 M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $31.22 1T 5D 8L
ASSISTANT MATE(DECKHAND) $30.78 1T 5D 8L
BOATMEN $31.2-2 1T 5D 8L
ENGINEER WELDER $31.27 1T 5D 8L
LEVERMAN,HYDRAULIC $32.66 1T 5D 8L
MAINTENANCE $30.78 1T 5D 8L
MATES $31.22 1T 5D 8L
OILER $30.86 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $30.88 1J 5A
ELECTRICAL FIXTURE MAINTENANCE WORKERS
' JOURNEY LEVEL $9.37 1J 5A
ELECTRICIANS-INSIDE
CABLE SPLICER $38.66 1J 6H
' Pagel
KING COUNTY i
Effective 03-03-99
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CABLE SPLICER(TUNNEL) $53.20 11 6H
CERTIFIED WELDER $37.25 11 6H
CERTIFIED WELDER(TUNNEL) $51.13 11 6H
CONSTRUCTION STOCK PERSON $19.99 11 6H
JOURNEY LEVEL $35.83 11 6H
JOURNEY LEVEL(TUNNEL) $49.04 11 6H
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $36.05 4A 5A 8E
CERTIFIED LINE WELDER $33.15 4A 5A 8E
GROUNDPERSON $23.83 4A 5A 8E
HEAD GROUNDPERSON $25.05 4A 5A 8E
HEAVY LINE EQUIPMENT OPERATOR $33.15 4A 5A 8E
JACKHAMMER OPERATOR $25.05 4A 5A 8E
JOURNEY LEVEL LINEPERSON $33.15 4A 5A 8E
LINE EQUIPMENT OPERATOR $27.97 4A 5A 8E
POLE SPRAYER $33.15 4A 5A 8E
POWDERPERSON $25.05 4A 5A 8E
ELECTRONIC&TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
CONSTRUCTOR $28.45 4A 61
MECHANIC $38.49 4A 61
MECHANIC IN CHARGE $42.49 4A 61
PROBATIONARY CONSTRUCTOR $14.88 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 1 B 6S
ALL OTHER CONCRETE PRODUCTS-Gunite $18.24 1 B 6S
ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 1B 6S
ALL OTHER CONCRETE PRODUCTS-Operator $1824 is 6S
ALL OTHER CONCRETE PRODUCTS-Welder $18.24 1 B 6S
ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.99 1 B 6S
ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.99 1 B 6S
FENCE ERECTORS
FENCE ERECTOR $13.80 1
FENCE LABORER $11.60 1
FLAGGERS
JOURNEY LEVEL $21.82 1M 50
GLAZIERS
JOURNEY LEVEL $29.51 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $32.33 1 F 5C
HEATING EQUIPMENT MECHANICS
MECHANIC $18.45 1.1 5A
INDUSTRIAL ENGINE AND MACHINE MECHANICS '
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07 1 ,
Page 2
KING COUNTY
Effective 03-03-99
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INLAND BOATMEN
DECKHAND $23.30 1 K 5D
ENGINEER-DECKHAND $25.19 1 K 5D
OPERATOR $26.08 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 $6.25 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $27.67 1M 5D
IRONWORKERS
JOURNEY LEVEL $33.07 1 B 5A
LABORERS
ASPHALT RAKER $26.98 1M 5D
BALLAST REGULATOR MACHINE $26.50 1M 5D
BATCH WEIGHMAN $21.82 1 M 5D
CARPENTER TENDER $26.50 1M 5D
CASSION WORKER $27.34 1M 5D
CEMENT DUMPER/PAVING $26.98 1M 5D
CEMENT FINISHER TENDER $26.50 1 M 5D
CHIPPING GUN(OVER 30 LBS) $26.98 1M 5D
CHIPPING GUN(UNDER 30 LBS) $26.50 iM 5D
CHUCK TENDER $26.50 1M 5D
CLEAN-UP LABORER $26.50 1 M 5D
CONCRETE FORM STRIPPER $26.50 1M 5D
CONCRETE SAW OPERATOR $26.98 1M 5D
CRUSHER FEEDER $21.82 1M 5D
CURING LABORER $26.50 1M 5D
DEMOLMON,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $26.50 1M 5D
DITCH DIGGER $26.50 1M 5D
DIVER $27.34 1M 5D
DRILL OPERATOR(HYDRAULIC, DIAMOND) $26.98 1M 5D
DRILL OPERATOR AIRTRAC $27.34 1M 5D
DUMPMAN $26.50 1 M 5D
FALLER/BUCKER,CHAIN SAW $26.98 1M 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $19.50 1M 5D
construction debris cleanup) .
FINE GRADERS $26.50 1M 5D
FIRE WATCH $26.50 1M 5D
FORM SETTER $26.50 1M 5D
GABION BASKET BUILDER $26.50 1M 5D
GENERAL LABORER $26.50 1M 5D
GRADE CHECKER&TRANSIT PERSON $26.98 1M 5D
GRINDERS $26.50 1M 5D
GROUT MACHINE TENDER $26.50 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $27.34 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $26.98 1M 5D
HAZARDOUS WASTE WORKER LEVEL C $26.50 1M 5D
HIGH SCALER $27.34 1M 5D
HOD CARRIERWORTARMAN $26.98 1M 5D
Page 3
KING COUNTY ,
Effective 03-03-99
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
JACKHAMMER $26.98 1 M 5D
LASER BEAM OPERATOR $26.98 1M 5D
MINER $27.34 1 M 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $26.98 1 M 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE,
SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $26.98 1M 5D
PILOT CAR $21.82 1 M 5D
PIPE RELINER(NOT INSERT TYPE) $26.98 1 M 5D
PIPELAYER&CAULKER $26.98 1M 5D
PIPELAYER&CAULKER(LEAD) $27.34 1M 5D
PIPEWRAPPER $26.98 1M 5D
POT TENDER $26.50 1 M 5D
POWDERMAN $27.34 1 M 5D
POWDERMAN HELPER $26.50 1 M 5D
POWERJACKS $26.98 1M 5D
RAILROAD SPIKE PULLER(POWER) $26.98 1M 5D
RE-TIMBERMAN $27.34 1 M 5D
RIPRAP MAN $26.50 1 M 5D
SIGNALMAN $26.50 1M 5D
SLOPER SPRAYMAN $26.50 1M 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $26.98 1 M 5D
SPREADER(CONCRETE) $26.98 1 M 5D '
STAKE HOPPER $26.50 1M 5D
STOCKPILER $26.50 1M 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $26.98 1 M 50
TAMPER(MULTIPLE&SELF PROPELLED) $26.98 1M 5D
TOOLROOM MAN(AT JOB SITE) $26.50 1 M 5D
TOPPER-TAILER $26.50 1M 5D
TRACK LABORER $26.50 1 M 5D
TRACK LINER(POWER) $26.98 1 M 5D
TUGGER OPERATOR $26.98 1M 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $26.50 1M 5D
VIBRATOR $26.98 1M 5D
WELDER $26.50 1 M 5D
WELL-POINT LABORER $26.98 1M 5D
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER $26.50 1M 5D
PIPE LAYER $26.98 1 M 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 $30.88 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 03-03-99
(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 $31.78 1R 5A
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
' JOURNEY LEVEL $39.56 1 B 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $29.39 1T 5D 8L
BACKHOE, EXCAVATOR,SHOVEL (3 YD&UNDER) $31.85 1T 5D 8L
BACKHOE, EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $32.29 1T 5D 8L
BACKHOE, EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $32.79 1T 5D 8L
BACKHOES, (75 HP&UNDER) $31.49 1T 5D 8L
BACKHOES, (OVER 75 HP) $31.85 1T 5D 8L
BARRIER MACHINE(ZIPPER) $31.85 1T 5D 8L
BATCH PLANT OPERATOR,CONCRETE $31.85 1T 5D 8L
BELT LOADERS(ELEVATING TYPE) $31.49 1T 5D 8L
BOBCAT $29.39 1T 5D 8L
BROOMS $29.39 1T 5D 8L
BUMP CUTTER $31.85 1T 5D 8L
CABLEWAYS $32.29 1T 5D 8L
CHIPPER $31.85 1T 5D 8L
COMPRESSORS $29.39 1T 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $29.39 1T 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $31.85 1T 513 8L
CONCRETE PUMPS $31.49 1T 5D 8L
CONVEYORS $31.49 1T 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $31.49 1T 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $31.85 1T 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $32.29 1T 5D 8L
WITH ATACHMENTS)
CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $32.79 1T 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS, OR 250 FT OF BOOM(INCLUDING JIB $33.29 1T 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $29.39 1T 5D 8L
CRANES,A-FRAME,OVER 10 TON $31.49 1T 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $33.52 1T 5D 8L
ATTACHMENTS
CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $31.85 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE(45-99 TONS) $32.29 1T 5D 8L
CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $32.79 1T 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $32.79 1T 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $33.29 1T 5D 8L
1 Page 5
KING COUNTY i
Effective 03-03-99
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRUSHERS $31.85 1T 5D 8L
DECK ENGINEER/DECK WINCHES(POWER) $31.85 1T 5D 8L
DERRICK, BUILDING $32.29 1T 5D 8L
DOZERS,D-9&UNDER $31.49 1T 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $31.49 1T 5D 8L
DRILLING MACHINE $31.85 1T 5D 8L ,
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $29.39 1 T 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $31.49 1T 5D 8L
FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $31.85 1T 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $31.49 1T 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $29.39 1T 5D 8L
GRADE ENGINEER $31.49 1T 5D 8L
GRADECHECKER AND STAKEMAN $29.39 1T 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $31.49 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $31.49 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $31.85 1T 5D 8L ,
HYDRALIFTSBOOM TRUCKS(10 TON&UNDER) $29.39 1T 5D 8L
HYDRALIFTSBOOM TRUCKS(OVER 10 TON) $31.49 1T 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $32.29 1T 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $32.79 1T 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD), PLANT FEED $31.85 1T 5D 8L
LOCOMOTIVES,ALL $31.85 1T 5D 8L
MECHANICS,ALL $31.85 1T 5D 8L '
MIXERS,ASPHALT PLANT $31.85 1T 5D 8L
MOTOR PATROL GRADER(FINISHING) $31.85 1T 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $31.49 1T 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $32.29 1T 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $29.39 1T 5D 8L
OPERATOR .
PAVEMENT BREAKER $29.39 1T 5D 8L '
PILEDRIVER(OTHER THAN CRANE MOUNT) $31.85 1T 5D 8L
PLANT OILER(ASPHALT CRUSHER) $31.49 1T 50 8L
POSTHOLE DIGGER,MECHANICAL $29.39 1T 5D 8L
POWER PLANT $29.39 IT 5D 8L
PUMPS,WATER $29.39 1T 5D 8L
QUAD 9,D-10,AND HD-41 $32.29 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $32.29 1T 5D 8L '
EQUIP
RIGGER AND BELLMAN $29.39 1T 5D 8L
ROLLAGON $32.29 1T 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $29.39 1T 5D 8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $31.49 1T 5D 8L
ROTO-MILL, ROTO-GRINDER $31.85 1T 5D 8L
SAWS,CONCRETE $31.49 1T 5D 8L '
SCRAPERS, CONCRETE AND CARRY ALL $31.49 1T 5D 8L
SCRAPERS, SELF-PROPELLED(UNDER 45 YD) $31.85 1T 5D 8L
SCRAPERS,SELF-PROPELLED(45 YD AND OVER) $32.29 1T 5D 8L
SCREED MAN $31.85 1T 5D 8L
SHOTCRETE GUNITE $29.39 1T 5D 8L
SLIPFORM PAVERS $32.29 1T 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $31.85 1T 5D 8L
SUBGRALE TRIMMER $31.85 1T 5D 8L
TRACTORS,(75 HP&UNDER) $31.49 1T 5D 8L
Page 6
KING COUNTY
Effective 03-03-99
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRACTORS,(OVER 75 HP) $31.85 1T 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $31.85 1T 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $32.29 1T 5D 8L
TRENCHING MACHINES $31.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $31.49 1T 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $31.85 1T 5D 8L
WHEEL TRACTORS,FARMALL TYPE $29.39 IT 5D 8L
YO YO PAY DOZER $31.85 1T 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $27.16 4A 5A
' SPRAY PERSON $25.69 4A 5A
TREE EQUIPMENT OPERATOR $26.06 4A 5A
TREE TRIMMER $24.08 4A 5A
TREE TRIMMER GROUNDPERSON $17.52 4A 5A
' REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $38.01 1B 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $19.25 1
' RESIDENTIAL CARPENTERS
JOURNEY LEVEL $21.85 1 N 5D
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $31.69 1M 5D
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $22.18 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $15.21 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $21.14 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 $22.67 1B 5A
RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS
JOURNEY LEVEL $38.01 1 B 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL $23.66 11 5A
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $27.01 1B `A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $15.37 1
ROOFERS
JOURNEY LEVEL $29.03 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $32.03 1R 5A
SHEET METALWORKERS
JOURNEY LEVEL $35.28 11 6L
SIGN MAKERS&INSTALLERS(ELECTRICAL)
JOURNEY LEVEL $19.29 1
' Page 7
KING COUNTY
Effective 03-03-99
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
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 $27.01 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $37.30 1 B 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 $22.71 2B 5A
HOLE DIGGER/GROUND PERSON $12.13 2B 5A
INSTALLER(REPAIRER) $21.73 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $21.04 2B 5A
SPECIAL APPARATUS INSTALLER 1 $22.71 2B 5A
SPECIAL APPARATUS INSTALLER II $22.24 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $22.71 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $21.04 2B 5A
TELEVISION GROUND PERSON $11.44 2B 5A
TELEVISION LINEPERSON/1NSTALLER $15.65 2B 5A
TELEVISION SYSTEM TECHNICIAN $18.88 2B 5A
TELEVISION TECHNICIAN $16.85 2B 5A
TREE TRIMMER $21.04 26 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $30.08 1H 5A '
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $24.37 1H 5A
TRAFFIC CONTROL STRIPERS ,
JOURNEY LEVEL $24.69 1K 5A
TRUCK DRIVERS
DUMP TRUCK $29.62 1T 5D 8L '
DUMP TRUCK&TRAILER $30.20 1T 5D 8L
OTHER TRUCKS $30.20 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 '
BENEFIT CODE KEY-EFFECTIVE 03-03-99
' sr...sr...ss•s•s.......•.a......��.................OVERTIME CODESs...............a•.ssss...........................•
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.
�l. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
' C. 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 ONE 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 TIMES THE HOURLY RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
' CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
' DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. 'ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
' ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
' T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
' U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY
' RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-03-99 ,
1. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)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.
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 TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
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.
0. 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 03-03-99
-3-
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).
0. 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. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS.
' U. PAID 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. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS
- NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY,
' THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, 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
' CHRISTMAS 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 JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
' I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8)
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 03-03-99
i
-4-
6. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S 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. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY,AND
A FLOATING HOLIDAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE(10).
W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY,DAY BEFORE CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, ,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION 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'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. '
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: 51.00,
LEVELS C&D:S0.50. ,
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:51.00,LEVEL
B:$0.75,LEVEL C:$0.50, AND LEVEL D:50.25.
P—alling wage -; l.A lLlYlt�1V 1 Vt+' 1�1'j'L� I�1'j`
PO Box�`�° t TO PAS PREVAILING WAGES
aympia WA 9asoa-4s4o '
'PHIS FORM MUST BE TYPED ORPRUTIM IN INK Public Works Contract
1 Inco=1er•tormr cannot be processed will be ref d withonl caproval" �ZJ�.00 Filing Fee Required
Large,bold numbersinstructions match instructio on back of fora �f ProjectNamsontract a
rY....bv a.i:.n.of so waliV&p Aw proo..:p Fo..x l�r r»ad.a, ra knos, `
WILL BE MAILED701` TNiS'ADDRESS:. ca�rauA" ng"cam
1 Organization name,addrem city.stated:TIP+4
Add.=
i
j ............................................................................................................................................... Cary Stet MP+4
.............................................................._................_.................................................................... Camcy wbce wodk will be performed Cuy wtxrs rock will be pedormod
t j
Bid doe due Date oantract awarded
Prime contractor L&I Contr.Registration No.. Do you iorrrrd to use subomrzactans? Do you insead to rase appr atieea?
Y. (D No [ZI Yes Ca No
Indicate total dollar arnount of your contract —► Is
3 Craftin-a Occupation 4 Rate of 5 Rue of Horny 6 Fstirnated Number
Hoettty Pay I Fringe Benefits of workers
RolJ=-. v
OEM
IN^ ------M—
6- - - .
.2
I hereby c=VY that the above infonamioo is eooaorz and dun all wostea I 8 many nsnre^
employ as this Public Wodks Project rill be paid no-I=than the prevailing
Wager Rsta(s)as der®ined by the Iod—rid C_*iciin of the Department Addrut
of Labor and Industries.I understand dun coaaattoa wbo violate Prevailing
Wage Laws,i.e.,inoaacct ctanificatioo/atope of we&of wodkes,improper
payment of prevailing wages,etc.,are anbjoet to fines and/or debarment and will be reqviad to pay any back wags due to wa*czs. RCW 39-12.450 city State 7.11?+4
7 NOTARY: Complete all 4 copies and notae=each
["Subscribed and svwm to before me this date: My con Pfione member Comr. gtstra uon
urmtsroa expires on '
Notary Public in and for the State Signature Title
Of
Signature
Chock Number.
For L&I Use Only Issued By:
APPROVED: Department of Labor and Industries
F.tit
U.o-b
By
rAd.—.r suti.rci..
F700•a29-000 se.tm.K err ionic w p.y 6-93 Di v%l : wa;.,-A-•rdina Aster C+—r-LAI Fsvt-Prim.Cona.a- 6atd—d-s.bo..w-cL 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 ag 4 copies submitted with the processing fee of=.00 to:
Note: Please fold in thirds
using marks along the left edge
so the address will show in a
window envelope.
MANAGEMENT SERVICES
DEPARTMENT OF LABOR AND INDUSTRIES
t PO BOX 44835
OLYMPIA WA 98504-4835
of this intent will be based on the Wormation provided by the contractor/subcontractor. it does not signify approval of the classifications
used by the contractor/subcontractor. After the Industrial Statistician has approved the Statement of Intent to Pay Prevailing Wages,the
department will return 3 copies to the organization indicated on the form. Please rail(206)956-5335 if you have questions.
TE. Please do not submit this form to our office if the`Awarding Agency"is a federal entity.
plate the form as follows: NOTE: Numbers on Instructions match large bold numbers on front of form.
IrThe company name and address to which your forms should be mailed.
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 artsah work wli be performed.
City where work was performed-This is e city in which the work will be performed It the work will be performed outside.the omits of any
he the
city,write'Na'in this space. to the contract awarding agency.
Bid Due Date-This is the date that the bids from prime contractors were due for submission
Date Contract Awarded-This is the date the contact was awarded to the prime contractor by the awarding agency.
Prime Contractor-This is the company that signed the contract with the contract awarding agency.
Do you intend to use subcontractors?-IcK icate'Yes*or'No'.
Do you intend to use apprentices?-Indicate'Yes'of'No'. It'Yes'.please see Note at the bottom of this page.
Wages are tied b he mid Due t?ate':if the-Date Cantracc Awarded"is six rtnocuhs or more after nice bid due date,wages will be teased on that award date.
3. List each craftt radeloccupation of workers to be employed on this project if this is residential,landscape.or underground sewer.and water
1rtndon.please state so on the form
operating engineers and/or truck drivers will be used.describe the type,and East the size or rated capacity of the equipment
the work wig be performed by owners/partners, state 'Owner/operato(' under the 'Craft' section. and sections 4, 5 and 6 need not be
ampleted. (Individuals who own less than 30%of the company are not considered to be owners/operators,and must be paid prevailing wage')
4. Enter the rate of hourly pay for each craft/tradetoccupation dassifrcatfon. This is the wage you will actually pay to the workers.
Enter the rate of hourly fringe benefits. This is the cost of hinge benefits. as defined by RC e36ene�0 if any,y u will actuallyqual exceed the
y to the
lorkers. The amount listed for'Rate of Hourly Pay'plus the amount listed for'Rate of Hourly Fringe y.
prevaiing rate of wage.
IEnter the estimated number of workers for each craft/trade/occupation.
7. 'Notary'-Ensure this area is completely filled out and each copy notarized.
Indicate your company's name,address,phone number and the signature of an authorized representative.
cans without signatures will be retumed. Industrial Statistician
OTE: Do not list apprentices or apprentice wages on this Statement of Intent It you Intend to use ESAC Division
JJW
emices on this project, they must be listed on the Affidavit of Wages Palo (F700-007-000), and registered PO BOX 44540
th the Washington State Apprenticeship and Training Count. Any workers not registered as such must be OI m is WA 985G4-4540
paid prevailing journeyman wages. Apprentices not registered with the Washington State Apprenticeship and 956-5335
—rai
ning Council within 60 days of hiring, must be paid prevailing journeyman wages for the time preceding.the (206)
of registration. To verity apprenticeship registration and status,ca3(206)956-5324.
1 �. • • �. .. .. 1 111111111111vals 1
�1>;�r 3•�<ir< a Y.^Sf},"/���f�6°5... D<�<°4">"^��r"x`b>. 5�;. );y ay�"a> �'K
3rX,�a..ouiwG...aY.a`v::b raGx„�..�..,a.�...a...oS..L:. '� ^:�n,..�s..3.`•a:..4,.�..✓1::,»:,}iw.anS,rw:
.�y'}*�� .4»�>°<9< ¢ �,'��)Sh;+(y!.��'>. ♦2'w�Sy +��Kk��. �,vf�.'�> � `�r��`/r'u>T /hw > .L:
Q;M�"'/ <!<�L j/ •"^.�"j._lli`�J"°�M< p'dSb� Y� f(;" +y. >ox✓��.:<�Y�
2G�c.w ws:�r�a.w:»ai� �',..�vIJE"w,azcaD:;,r.GarlSiix Ao��s�aixsA6coD6Y�:'.°�.:?-mw3r!
WE"y.< > G ?3 y. •wo'ay =T:`�vfi. .:
T 'tt""..
sLw.:ec. '�G "wz0Z
'tip.'i'«r,.:c°Sqv S.Q ,..+_;Z.°x.G..,� ^�",•. 7 s'�'�°�'?' `a���>� �S'•F
•
,
Mom• 1 ta. DepartmCnE of •• and Industries
iINSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID
NOTE: Please do not submit this form to our attic&It the "Awarding Agency" Is a federal entity.
' Certification of this affidavit wig be based on the information provided by the contractor/subcontractor. It does not signify approval of the
ctassificatiorts of tabor 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(206)956-5335 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 marlts along the left
' DEPARTMENT OF LABOR AND INDUSTRIES edge so the address will
PO BOX 44835 show in a window envelope.
OLYMPIA WA 98504-4835
Complete the form as foiio%":NOTE: Numbors on Instructions match large bold numb-om on front of INN form.
1. The-company name and address to which your forms should be mailed.
r2. Project Name-The name of the project
Contract Number-This is the ntxnbef of the contract between the awarding agency and the prime contractor
Date Intent Filed-This is the date that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval
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 acnial 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'n/a'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.
Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency.
Date Work Completed-This is the date your portion of the contract was completed.
' Prime Contractor-This is the company that signed the contract with the contract awarding agency.
NOTE YYa9es are tied In the'bid Due Date":d'Date Contact Awarded-is six rnontris or more atw the bid due date,wages will be based on Crab 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,descnbe the type, and "t the size or rated capacity of the equipment
If the work was done by owners/partners, stale 'Owner/operator" under the -Craft" section- Sections 4, 5, 6, 7 and 8 need not be completed.
(Individuals who own less than 30%of the company are not considered to be cwners/operators,and must be paid prevailing wage.)
4. List the actual number of journey4evel workers employed in the aatt trade/occupation indicated on this project
__5. List the total number of hours worked by each craft/trade/occupatior-
' 6. Enter the rate of hourly pay for each Graf/trade/occupadon 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, fist 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. It you need more
space to list apprentices,use additional forms.
Any workers not registered with the Washington State Apprenticeship and Training Counal must be paid prevailing journeyman wages. A^y
' 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 (206) 956-5324,
9. Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be
returned.
' 10. -Notary'- Ensure this area is completely filled out and each copy notarized.
RETAINAGE: Contractors are responsible for ensunng that subcontractors obtain and file Affidavits of Wage3 Paid. This is required by law:
' retainage can not lawtuffy be released until sucti affidavits are filed.
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
' Project CAG No.
' This 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
Labor& Industries. This form will be executed and submitted prior to or with the last pay request.
Company Name
By:
' Title:
U:\AQUYNN\1999\65290\PROCURE\BIDPACK\BIDSPEC.DOC\bh
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
' In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall
secure any permits or licenses required by, and comply fully with all provisions of the following
' laws, ordinances, and resolutions:
King Coun1y Ordinance No. 1527 requires Building and Land Development Division and
' Hydraulics Division review of grading and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into
project design standards to be incorporated into project design by Engineering Services. Review by
' Hydraulics Division.
King CountvOrdinance No. 800. No. 900 No. 1006 and Resolution No. 8778 No. 24553 No.
24834. No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for
disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply.
Review by Division of Solid Waste.
Puget Sound Air Pollution Control Agency Regulation I• A regulation to control the emission of air
contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control
Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean
Air Act, R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his
' operations, and to make such information available to the public. See Puget Sound Pollution
Control Agency Regulation I.
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water
of the State consistent with public health and public enjoyment thereof, the propagation and
protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the
1 state, and to that end require the use of all known available and reasonable methods by industries
and others to prevent and control the pollution of the waters of the State of Washington. It is
unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides
for civil penalties of$5,000/day for each violation.
' R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent
land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the
surface of the ground or into the waters of this State except at a solid waste disposal site for which
' there is a valid permit.
R.C.W. 76-04.370: Provide for abatement of additional fire hazard(lands upon which there is forest
' debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds,
and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or
spreads on property on which an extreme fire hazard exists.
' R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest
fire conditions.
' U:\AQUYNN\1999\65290\PROCURE\BIDPACK\BIDSPEC.DOC/bh
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
' R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire
hazards, instruction or agricultural operations.
R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and
burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the
' clearing or cutting progresses, or at such other times as the department may specify, and in
compliance with the law requiring burning permits.
' R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from
borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and
inspection of operations.
W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and
burning.
' U.S.ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13 1902• Authorizes Secretary of Army and Corps
of Engineers to issue permits to any persons or corporation desiring to improve any navigable river
at their own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816). Authorizes the
Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of
dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied
' if it is determined that such discharge will have adverse effects on municipal water supplies, shell
fish beds and fishery areas and wildlife or recreational areas.
' MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse
' without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen
may file a complaint with the U. S. Attorney and share a portion of the fine.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
' King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying
(including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse
disposal sites and provides for land reclamation subsequent to these activities. A copy is available
' at the Department of Public Works or Building and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit
' acquired by Public Works and reviewed by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping,
' quarrying and mining operations except on County right-of-way. Review by Building and Land
Development Division.
U:\AQUYNN\1999\65290\PROCURE\BIDPACK\BIDSPEC.DOC/bh
' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
' WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Chapter 112. Laws of 1949: Requires hydraulics permit on certain projects. (King County
Department of Public Works will obtain.)
' WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit
before discharge of pollutants from a point source into the navigable waters of the State of
Washington.
' W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or
ground water(such as gravel washing, pit operations, or any operation which results in a discharge
which contains turbidity).
' W.A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department
of Ecology whenever it is desired to change the purpose of use, the place of use, the point of
withdrawal and/or the diversion of water.
' W.A.C. 508-12-220: Requires permit to use ground water.
W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
' W.A.C. 508-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public
Works secures one for design. Contractor secures one for his operation(false work design, etc.)
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for
recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves
' the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and
70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution.
' R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down
' timber.
R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone,
' and earth from borrow pits).
UNITED STATES ARMY CORPS OF ENGINEERS
' Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than
bridges, see U. S. Coast Guard administered permits)on navigable waters(King County Department
of Public Works will obtain.)
U:IAQUYNN119991652901PROCUREIBI DPACKIBIDSPEC.DOC/bh
' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
' FIRE PROTECTION DISTRICT
' R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for,
requirements of, and penalties for failure to secure a fire permit for building an open fire within a
fire protection district.
1
U:\AQUYNN\1999\65290\PROCURE\BIDPACK\BIDSPEC.DOC/bh
' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23 1906 and
General Bridge Act of 1946 as amended August 2. 1956: Requires a permit for construction of
bridge on navigable waters (King County Department of Public Works will obtain). King County
' Department of Public Works will comply with pertinent sections of the following laws while
securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National
Environmental Policy Act of 1969, Water Quality Improvement Act of 1970.
' PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor
should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor
fires), Section 9.04 (particulate matter-- dust), and Section 9.15 (preventing particulate matter from
becoming airborne).
ENVIRONMENTAL PROTECTION AGENCY
' Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five
(5) days prior to the demolition of any structure containing asbestos material (excluding residential
structures having fewer than five(5)dwelling units).
' The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office
of the Director of Public Works,900 King County Administration Building, Seattle, WA. 98104.
' It shall be the responsibility of the Contractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices and no additional compensation
shall be made.
All permits will be available at construction site.
1
U:\AQUYNN\1999\65290\PROCURE\BIDPACK\BIDSPEC.DOC/bh
CITY OF RENTON
SUPPLEMENTAL SPECIFICATIONS
SPECCOV.DOC\
1
. �
. �
� I
i
1 �
�1
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. All replacement text
or text being added is shown as underlined type. Sections being deleted in their entirety are so stated and not shown. When a section is
described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a
section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text.
Each item in the Supplemental Specifications signifies the source that wrote the item in,parentheses following the listing of the section
number and title:
(APWA) Signifies an item taken verbatim from the Division 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 parry.
r
r
Page-RS-i
Revision Date:May 19, 1997
Table of Contents
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
Division2 Earthwork.........................................................................................................................22
2-02 Removal of Structures and Obstructions.............................................................................22
2-03 Roadway Excavation and Embankment..............................................................................22
2-04 Haul...........................................................................................................................23
2-06 Subgrade 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
Division5 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
30
7-02 Culverts.....................................................................................................................
7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass.........................................................30
7-W 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
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
Division 8 Miscellaneous Construction.....................................................................................................40
8-09 Raised Pavement Markers............................................................................................. 40
8-10 Guide Posts..................................................................................................................40
8-13 Monument Cases...........................................................................................................40
8-14 Cement Concrete Sidewalks.............................................................................................40
1 8-17 Impact Attenuator Systems..............................................................................................41
8-20 Illumination,Traffic Signal Systems, and Electrical..............................................................41
8-22 Pavement Marking........................................................................................................47
8-23 Temporary Pavement Markings........................................................................................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
INDEXTO WSDOT AMENDMENTS .........................................................................................................
WSDOTAMENDMENTS ......................................................................................................... '
c�
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
Division 1 Planning/Building/Public Works Administrator.
Special Provisions(RC) —
General Requirements odifications to the
standard specifications -Ad *hlo o^,,..@A r, to .tie Q1Ra--a
sgoci€icscioP& 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
rp ices.
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
Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable.
deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA)
employees, and duly authorized representatives for all contracts The component parts of the contract which may include, but
administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds,
insurance certificates, various other certifications and affidavit, the
SEC77ON 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
1-01.3 Definitions (RC, APWA) Change Orders.
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. Contract 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)
Agency. The date stated in the Notice to Proceed on which the Contract
Day(RC) 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 required to be
Or Equal(RC) completed. The Contract Completion Date will be stated in the
Where the term "or equal" is used herein, the Contracting Notice to Proceed. Revisions of this date will be authorized in
Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the
engineer, shall be the sole judge of the quality and suitability of the Contract time.
proposed substitution. Final Acceptance Date(APWA, RC)
The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work
demonstrations, or other information required to obtain the as complete per contract requirements.
approval of alternative materials or processes by the Owner shall Material(APWA)
be entirely borne by the Contractor. Any substance specified for use in the construction of the
Owner(RC) project and its appurtenances which enters into and forms a part of
The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so
referred to as Contracting Agency. used and is furnished for that purpose.
Plans(RC) Materialman(APWA)
The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material,
character, and dimensions of prescribed work including layouts, supply, commodity, equipment, or manufactured or fabricated
profiles,cross-sections,and other details. product and does not perform labor at the Project Site;a supplier.
Drawings may either be bound in the same book as the Notice of Award(APWA)
balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the
are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contracting Agency's acceptance
binding. of the Bid.
The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA)
generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer
with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to
_City of Renton Standard Plans. proceed with the Work and establishing the date on which the
Secretary, Secretary of Transportation(RC) Contract Time begins.
The chief executive officer of the Department and other
authorized representatives. The chief executive officer to the
Page-SP-1
' Revision Date:May 19, 1997
1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract
1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so
label such materials or failure to timely respond after notice of
SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a
FOLLOWING: waiver by the submitting vendor of any claim that such materials
are, in fact, so exempt.
1-02.1 Qualifications of Bidder (APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE
Bidders shall be qualified by experience, financing, FOLLOWING:
equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals (APWA)
Contract Documents. The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the
the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by
include a pre qualification procedure prior to the Bidder being addenda.
furnished a proposal form on any contract or a preaward survey of
SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS:
the Bidder's qualifications prior to award.
SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RCZ
FOLLOWING. a. The bidder is not prequalified when so required;
1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I
Information as to where Bid Documents can be obtained or TO READ.
reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA)
the Contracting Agency's official newspaper.
3. A bidder is not {>r4qualified for the work or to the full
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING
extent of the bid;
SENTENCE 1, PARAGRAPH 1 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
Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, APWA)
bidders. The total of extensions, corrected where necessary, and
including sales taxes where applicable, will be used by the
SECTION I-02.5 IS SUPPLEMENTED BY ADDING THE Contracting Agency for award purposes and to fix the amount of
FOLLOWING: 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
or special provisions. The City reserves the right however to
Alternates, Additives, or Deductives, if such be to the advantage of award all or any schedule of a bid to the lowest bidder at its
the Contracting Agency. The Bidder shall bid on all Additives, discretion.
Deductives, or Alternates set forth in the Proposal Forms unless
otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING 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 -words)written in execution together with a list of all other forms or documents
ink or typed.The proposal shall include: required to be submitted by the successful bidder, will be
1. A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award.
places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be
be written in words; where a conflict arises the written words shall determined by the Contracting Agency.
prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS:
SECTION. 1-03.3 Execution of Contract (APWA, RC)
1-02.6(l) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the
Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the
material(s) which constitute "(valuable) formula, designs, Contractordw-awa; -daw, the successful bidder shall return the
drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance
disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond
be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences
exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the
vendor of any request for disclosure of such information received contract documents within 29 10 calendar days after the award
Page-SP-2
Revision Date:May 19, 1997
1-04 Scope of the Work 1-05 Control of Work
1 date, the Contracting Agency may grant up to a maximum of ZO 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 Changes1�
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.
SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum," shall
FOLLOWING TO THE FIRST PARAGRAPH: be full compensation for all work, equipment and materials
required to perform final cleanup. If this pay item does not appear
1-03.4 Contract Bond (APWA) - in the contract documents then final clean up shall be considered
incidental to the contract and to other pay item and no further
5. Be accompanied by a power of attorney for the Surety's compensation shall be made.
officer empowered to sign the bond.
7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work
sign official statements (sole proprietor or partner). If the
Contractor is a corporation the bond must be signed by the
president or vice-president unless accompanied by written proof of SECTION 1-05.3 IS REVISED AS FOLLOWS:
the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC)
corporation(i.e.,corporate resolution, power of attorney or a letter
to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings
as required for the performance of the work. The drawings shall be
1-04 Scope of the Work on sheets measuring 14-by 36 22 by 34 inches or on sheets with
dimensions in multiples of 8-1/2 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 Contractor shall provide all required survey work, including such
regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5;1-11 and elsewhere
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 C
1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the
Special Provisions Specifications, and Addenda Contractor shall provide all required survey work, including such
(RC) work as mentioned in Sections 1-05.4 1-05.5 1-11 and elsewhere
Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs
by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included in "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
1 2. Proposal Form
3. Special Provisions The Engineer or Contractor supplied surveyor will provide
4. Contract Plans construction stakes and marks establishing lines slopes, and grades
5. City of Renton Supplemental Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform
6S. Amendments to the Standard Specifications such work per Section 1-11. The Contractor shall assume full
(Listed in WSDOT Amendments) responsibility for detailed dimensions elevations and excavation
76. Standard Specificationsr nd slopes measured from the Engineer or Contractor supplied
7. Standard Plans surveyor furnished stakes and marks.
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 major grade changes shall be slope staked to establish grade
prepared to permit construction staking to proceed in a safe and before offset hubs are set.
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and 1-05.5D Bridge and Structure Surveys (APWA)
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls the
supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an
Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a
monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field
carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan
charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to
monumentation that were not to 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 furnished Drawings.
the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls
the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper
line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control
reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the
Contractor shall be liable for any error in alignment or grade. following tolerances:
The Contractor shall provide all surveys required other than 1. Stationing +.01 foot
those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points)
done in accordance with Section 1-I I SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations)
of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations)
The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make
standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey
1-11.1(3). These field notes shall include all survey work information,footing elevations,cross sections and quantities.
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 (RC)
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
max interval). Engineer may elect to provide at Contractor expense, a surveyor to
On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the
on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor.
Page-SP-4
Revision Date:May 19, 1997 '
1-05 Control of Work 1-05 Control of Work
rPayment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish
required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for
complete the project and as-built drawings shall be included in the additional remedy or damages with respect to the Contractor's
lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required.
1-05.5(5) Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE
(RQ FOLLOWING:
It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA, RCZ
prior to the backfilling of the trenches, by centerline station, offset,
and depth below pavement, of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by
crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is
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
' 1 L. Major 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
Horizontal Bends Junction boxes Cleanouts Side Sewers Street cost to the Contracting Agency. If the Contractor does not
Lights & Standards, Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct defective and
Vaults, Culverts, Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting
After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work
contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8
' field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work."
prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not
of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law
prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and
built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the
This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040
it's accuracy. limiting actions upon a contract in writing, or liability expressed or
All costs for as-built work shall be included in the contract implied arising out of a written agreement.
item "Contractor Supplied 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 under any law permitting such persons to
If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting
work within the time specified in a written notice from the Agency.
Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all
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 adjustment in contract time or compensation will be reach physical completion. The Engineer may also establish the
allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally.
attributable to the exercise of the Contracting Agency's rights
Page-SP-S
Revision Date:May 19, 1997
r
1-05 Control of Work 1-05 Control of Work
If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections
Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer.
intended use, the Engineer, by written notice to the Contractor, The costs for power, gas, labor, material, supplies, and
will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing
the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system
ready for its intended use, the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid
notify the Contractor giving the reasons therefor. Form.
Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer,
substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished
shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. ,
interruption, the Work necessary to reach Substantial and Physical
Completion. The Contractor shall provide the Engineer with a SECTION 1-0S.12 IS DELETED AND REPLACED WITH THE
revised schedule indicating when the Contractor expects to reach FOLLOWING:
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
Contracting Agency, will constitute acceptance of the Work. The
Contractor shall immediately take such corrective measures as are issuance of this Certificate of Completion will not constitute
necessary to remedy the listed deficiencies. Corrective work shall
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 Contractor 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 corrected 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 $wqualification 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 those-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
Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer, agent, or
under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after
their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or
and following the test period,the Contractor shall correct any items obligations contained in any of the documents comprising the
of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered
that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding upon the
controls, meters, or other devices and equipment to be tested Contracting Agency,unless subsequently put 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
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.
The Contractor shall include all Contractor-paid taxes in the
SECTION 1-06.02(Z) IS SUPPLEMENTED BY ADDING 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)
1-06.2(2) Statistical Evaluation of Materials for describes this exception.
Acceptance The Contracting Agency will pay the retained percentage only
UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State
PROVISIONS STATISTICAL EVALUATION WILL NOT BE Department of Revenue a certificate showing that all contract-
USED BY THE CITY OF RENTON. related taxes have been paid (RCW 60.28.050). The Contracting
Agency may deduct from its payments to the Contractor any
amount the Contractor may owe the Washington State Department
1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or
the Public not. Any amount so deducted will be paid into the proper State
fund.
SECTION 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,
r 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.
materiahnan)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 Project 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 injured. The Contractor shall establish, structures, upon real property. This includes, but is not limited to,
publish,and make known to all employees,procedures for ensuring the construction of streets, roads, highways, etc., owned by the
immediate removal to a hospital, or doctor's care, persons, State of Washington; water mains and their appurtenances; sanitary
' including employees, who may have been injured on the Project sewers and sewage disposal systems unless such sewers and
Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of, a street or road drainage
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 injury resulting from their failure, a part of the realty by virtue of installation.
or improper maintenance, use, or operation. The Contractor shall For work performed in such cases, the Contractor shall collect
be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract
Project Site, including safety for all persons and property in the price. The Contracting Agency will automatically add this sales
performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the
1 continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item
required or implied duty of the Engineer to conduct construction prices, or in any other contract amount subject to Rule 170, with
review of the Contractor's performance does not, and shall not, be the following exception.
intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax
measures in,on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the
SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools, machinery, equipment or consumable
FOLLOWING. supplies not integrated into the project. Such sales taxes shall be
included in the unit Bid Item prices or in any other contract
1-07.2 State Sales Tax (APWA) amount.
1 1-07.2(, Services (APWA)
-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
Page-SP-7
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ,
SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when
TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10
percent increase in turbidity when the background turbidity is more
1-07.5(2) State Department of Fish and Wildlife&44 than 50 NTU; for other classes of waters, refer to WAC 173-201-
(APWA, SA) 045.
If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample
the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by
for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units
those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter.
Discharges to a State waterway caused by aggregate washing,
�1;04,0 Avill be k1ci.4011-1 to Pay items�'4' 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
1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds, settling basins,
overflow weir, polymer water treatment, discharging to ground
(RQ 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 I-07.13(l)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.
SECTION I-07.14 APWA IS SUPPLEMENTED BY Water shall be periodically tested for chlorine residual.
( ) 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 4-WAI-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 sanitary system manhole for discharge. The
1. Turbid Water Treatment Before Discharge: existing sewers shall be maintained by the Contractor without
Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In
discretion of the Engineer; for Lake Class Receiving Waters, addition, the excavated materials adjacent to and around a rupture
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and
over background conditions; for Class AA and Class A Waters,
Page-SP-8
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and
Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original
washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and
discharged into a sanitary sewer line for transmission to a sewage 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(l) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or
FOLLOWING: better. The original condition shall be established by photographs
taken and/or inspection made prior to construction. All such work
1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the
The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor.
franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of
operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him
property. if damaged.
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.
A. General. All construction work under this contract on SECTION 1-07.17IS SUPPLEMENTED BY ADDING.
easements,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.
All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW
disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing
shall schedule his work so that trenches across easements shall not penalties,the Contractor shall:
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 Dnr
structures as may be necessary for the performance of the work and, b
if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators
condition as found. He shall also repair all existing structures which
1 may be damaged as a result of the work under this contract. 1-800-424-5555
C. Easements. Cultivated areas and other surface
improvements. All cultivated areas,either agricultural or lawns,and and
other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground
contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been
condition. located and marked.
Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing
1 way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without
construction area and stockpile it in such a manner that it may be uncovering, measuring, or other verification. If a utility is known
replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within the area of the
trees and shrubbery shall be carefully removed with the earth proposed excavation, and that utility is not a subscriber to the
surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give
original positions within 48 hours. individual notice to that utility.
All shrubbery or trees destroyed or damaged, shall be If, in the prosecution of the work, it becomes necessary to
replaced by the contractor with material of equal quality at no interrupt existing surface drainage, sewers, underdrains, conduit,
additional cost to the Contracting Agency. In the event that it is utilities, similar underground structures, or parts thereof, the
necessary to trench through any lawn area, the sod shall be contractor shall be responsible for, and shall take all necessary
carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same.
backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall, at his own expense, repair all damage to
means,of all earth and debris. such facilities or structures due to this construction operation to the
The contractor shall use rubber wheel equipment similar satisfaction of the City; except for City owned facilities which will
to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by
all work, including excavation and backfill, on easements or rights- the contractor as directed by the City.
of-way which have lawn areas. All fences, markers, mail boxes,or
Page-SP-9
Revision Date:May 19, 1997
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 construed to
State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. ,
following: The Contractor shall assess its own risks and if it deems
appropriate and/or prudent, maintain higher limits and/or broader
SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage.
Coverage shall include:
1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or
The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis
effect, from the Contract Execution Date to the Completion Date, and include:
public liability and property damage insurance with an insurance • Premises and Operations (including CG2503; General
company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable).
Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards
The Contractor shall not begin work under the Contract until . Products/Completed Operations
the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory
Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes
Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract)
Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage
against claims for bodily injuries, personal injuries, including . Independent Contractors '
accidental death, as well as claims for property damages which • Personal/Advertising Injury
may arise from any act or omission of the Contractor or the • Stop Gap Liability
subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all '
either of them. • Owned Vehicles
If warranted work is required the Contractor shall provide the • Non-Owned Vehicles
City proof that insurance coverage and limits established under the • Hired Vehicles
term of the Contract for work are in full force and effect during the (3) Workers' Compensation
period of warranty work. • Statutory Benefits (Coverage A) - Show Washington
The Contracting Agency may request a copy of the actual Labor&Industries Number
declaration pages(s) for each insurance policy effecting 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,
SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the
CONTRACTOR shall maintain professional liability
1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the
As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in
submit a completed City of Renton Insurance Information form the course of operations under this Contract.
which details specific coverage and limits for this contract.
All coverage provided by the Contractor shall be in a form (6) The Contracting Agency reserves the right to request and/or
and underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on
Agency. The City requires that all insurers:
work performed(i.e. pollution liability).
1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its
2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional
Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR '
written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of 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.) ff 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 ,
4) Policy may not be
insurance coverage provided by the insurance company(ies), terms, n , canceled materially
conditions and the Certificate of Insurance. Failure of the changed or altered unleessss renewed 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
these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail.
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) Limits (RC) c. Amend the cancellation clause to state: "Policy may
LEMTS 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 carry 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
General Aggregate* $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 201S REVISED AS FOLLOWS.
Fir Damage(Any
Injury $1.$50,000 1-07.20 Patented Devices Materials and Processes
Fire Damage(Any One Fire) 550,000 �
Medical Payments(Any One Person) $5,000 (APWA)
Stop Crap Liability $1,000,000
' * General Aggregate to apply per project The Contractor shall assume all costs arising from the use of
(ISO Form CG2503 or equivalent) patented devices, materials,or processes used on or incorporated in
**Amount may vary based on project risk - the work, and agrees to indemnify, defend, and save harmless
Automobile Liability The 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
(Show Washington Labor and Industries Number) SECTION 1-07.22IS SUPPLEMENTED BY THE FOLLOWING:
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, rules and
Each Occurrence/Incident/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 City may require the CONTRACTOR to keep The Contractor shall obtain, comply with, and pay for such
professional liability coverage in effect for up to two(2)years after permits and costs as are necessary in conjunction with blasting
completion of the project. operations.
The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of
in writing in the event any general aggregate or other aggregate the Work, the Contractor's insurance shall contain a special clause
limits are reduced. At their own expense, the CONTRACTOR permitting the blasting.
1 will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety
requirements as stated in Section 1-07.18(3) and shall furnish the
CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE
coverage is in force. FOLLOWING PARAGRAPH
rSECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic (RC)
SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and
INSURANCE': mud within the project limits and on any street which 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 watering 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.
07.18(2), and 1-07.18(3). as revised above. Other
requirements are as follows: Complaints of dust, mud or unsafe practices and/or
property damage to private Ownership will be transmitted
a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will
Certificate is issued as a matter of information only be required by the contractor.
and confers no rights upon the Certificate Holder";
b. Strike the wording regarding cancellation notification
Lto the City: "Failure to mail such notice shall impose
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: 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. 1-08.1 Preliminary Matters (APWA)
Whenever any of the Work is accomplished on or through
property other than public right of way, the Contractor shall meet
and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference ("WA)
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 stun items;
owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals; and
reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable.
shall be signed by the private property owner, or proper authority 4. A Project Schedule.
acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting(APWA)
permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account
restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before
The statement shall include the parcel number,address, and date of computing this percentage however, The Contractor may subtract
signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted
the Completion Date will be established. work on items the contract provisions specifically designates may '
be first excluded from the Awarded Contract Price.
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing. Each request to
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 subject 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 any time the Contractor exceeds the
subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are
1. Furnishing and driving of piling,or received from the public or adjoining 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
owned or operated by such plants or by recognized independent or 1-08.1 4 Reimbursement for Overtime Work of
' commercial hauling companies. Contracting Agency Employees (APWA)
However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday,
applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular
above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work
provisions of Section 1-07.9 as modified or supplemented, shall shall be considered as overtime work. On all such overtime work
apply. an inspector will be present, and a survey crew may be required at
The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the
Disadvantaged Minority or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus
that were subcontractors manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required
service providers on the contract. This certification shall be to work overtime hours.
supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize
provided by the Engineer. the Engineer to deduct such costs from the amount due or to
If dissatisfied with any part of the subcontracted work, the become due the Contractor.
Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY THE
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 Prosecution of the Work
1-08.1(3) 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 8- 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 commence 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 diligently,
If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interruption until physical
Saturdays Sundays or before 7:00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or
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 1-05.11.
FOLLOWING: 1-08.10 Termination of Contract (APWA)
1-08.5 Time For Completion (Contract Time) (APWA,
RC) SEC77ON 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL
The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF
TRANSPORTATION" IN THE LAST SENTENCE,
the time specified in the Contract Documents or as extended by the PARAGRAPHS TO READ "CONTRACTING AGENCY."
Engineer. The Contract Time will be stated in "working days",
shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION.
Contract Completion Date.
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, the thi;d Mon- ), of r.,, &w '" t"'"' adequacy, efficiency, and sufficiency of his and his subcontractor's
Monday oi 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 date.
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
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
price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments(APWA)
payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand
changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A
be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the
Conference. preconstruction meeting.
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 RECEIVER" TO READ Engineer for review an Application for Payment, filled out and
"ENGINEER." signed by the Contractor, covering the work completed prior to the
SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be
I FOLLOWING: accompanied by documentation supporting the Contractor's
Application for Payment.
1-09.3 Scope of Payment (APWA, RC) 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.
but 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 1- Completion Date. Progress estimates made during progress of the
04.1, then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining
pursuant to a Change Order. 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).
1 synonymous. The value of the progress estimate will be the sum 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
or material essential to the item, then the work or material will not quantity of acceptable units of Work completed multiplied by the
1 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 Epp 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
1 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 in the 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 Contracting
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_by 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 ,
1_-09.9(2) Retainage(APWA,RCI 1-09.9(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
5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76 the
shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments
the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the
which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to
person arising under the Contract. cover the Contracting Agency's costs for or to remedy the
Monies reserved under provisions of RCW 60.28 shall, at the following situations:
option of the Contractor, be: 1. Damage to another contractor when there is evidence
1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed.
2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to
bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is
loan association(interest on monies so retained may be paid to the obligated to pay.
Contractor). 3. Utilizing material, tested and inspected by the Engineer,
3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6)
Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16.
escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per '
sum of the monies reserved payable to the bank or trust company Section 1-08.1(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. Lack of construction progress based upon the Engineer's
as the interest accrues. review of the Contractor's approved progress schedule which
The Contractor shall designate the option desired on—Wo indicates the Work will not be completed within the Contract Time. ,
When calculating an anticipated time overrun, the Engineer will
at make allowances for weather delays, approved unavoidable delays,
least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this
contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount ,
assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number
escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion
assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract
percentages in securities. The Contracting Agency may also, at its Time.
option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the
retainage. Contractor's other obligations under the contract, including but not
Release of retained percentage will be made 60 days following limited to:
the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a '
RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions.
1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes,
been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by
(RCW 60.28.051). Section 1-05.5. ,
2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or
the retained percentage. unauthorized work(Section 1-05.8)
3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's '
Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection
(RCW 39.12.040). as required by Section 1-06.3.
In the event claims are filed the Contractor will be paid such 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 subcontractor of any tier as required by Section
sufficient to pay the cost of foreclosing on claims and to cover 1-07.9.
attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title
Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10.
minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval
Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3.
submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the
for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to
department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment.
medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so, will be
Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days 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 validity of
the claims,and ,
2. the Contractor has not protested such disbursement.
Page-SP-16
Revision Date:May 19, 1997 ,
1-09 Measurement and Payment 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the 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
payment 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 lipul
Upon Acceptance of the Work by the Contracting Agency the -such information and details as
final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of
upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9.
by the Contractor of the Final Payment shall be and shall operate as 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
Ile 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), permit 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 "RING COUNTY."
If the Contractor fails, refuses, or is unable to sign and return
the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING:
' the final acceptance of the contract, the Contracting Agency
reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC)
accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be
Contractor has been provided the opportunity, by written request fmal and binding on the parties, unless the aggrieved party, within
' from the Engineer, to voluntarily submit such documents. If 10 days, challenges the fmdings and decision by serving and filing
voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County,
impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to
from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision:
days for the Contractor to submit the necessary documents. The 1. Are not responsive to the questions submitted;
30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component
the certified letter from the Engineer requesting the necessary thereof;
documents. This reservation by the Contracting Agency to 3. Is arbitrary and/or is not based upon the applicable facts
unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The
completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth in
are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence
acceptance of the contract by the Contracting Agency does not in adduced at any such hearing.
any way relieve the Contractor of the provisions under contract or
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 construction signs and the traffic control devices
statutes of the State of Washington and court decisions governing destroyed or damaged during the life of the project
such procedure. 6. Removing existing signs as specified or a directed by
The costs of such arbitration shall be borne equally by the City the engineer and delivering to the City Shops or
and the contractor unless it is the board's majority opinion that the storing and reinstalling as directed by the Engineer.
contractor's filing of the protest or action is capricious or without 7. Preparing a traffic control plan for the project and
reasonable foundation. In the latter case, all costs shall be borne designating the person responsible for traffic control
by the contractor. at the work site. The traffic control plan shall
include descriptions of the traffic control methods
1-10 Temporary Traffic Control and devices to be used by the prime contractor, and '
subcontractors, shall be submitted at or before the
preconstruction conference, and shall be subject to
1-10.1 General (RC) review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services
The Contractor shall provide flaggers, signs, and other traffic to notify them in advance of any work that will affect
control devices not otherwise specified as being furnished by the and traveled portion of a roadway.
Contracting Agency. The Contractor shall erect and maintain all 9. Assuring that all traveled portions of roadways are
construction signs, warning signs, detour signs, and other traffic open to traffic during peak traffic periods, 6:30 am. ,
control devices necessary to wam and protect the public at all times to 8:30 am., and 3:00 p.m. to 6:00 p.m., or as
from injury or damage as a result of the Contractor's operations specified in the special provisions, or as directed by
which may occur on highways, roads, or streets. No work shall be the Engineer.
done on or adjacent to the roadway until all necessary signs and 10. Promptly removing or covering all nonapplicable
traffic control devices are in place. signs during periods when they are not needed.
These flaggers, signs,and other traffic control devices shall be
used for the safety of the public, the Contractor's employees, and If no bid item"Traffic Control' appears in the proposal then
Contracting Agency's personnel and to facilitate the movement of all work required by these sections will be considered incidental and '
the traveling public. They may be used for the separation or their cost shall be included in the other items of work.
merging of public and construction traffic when in accordance with If the Engineer requires the Contractor to furnish additional
a specific approved traffic control plan. channelizing devices, pieces of equipment, or services which could
Upon failure of the Contractor to immediately provide not be usually anticipated by a prudent contractor for the
flaggers; erect, maintain, and remove signs; or provide, erect, maintenance and protection of traffic,then a new item or items may
maintain, and remove other traffic control devices when ordered to be established to pay for such items. Further limitations for
do so by the Engineer, the Contracting Agency may, without consideration of payment for these items are that they are not
further notice to the Contractor or the Surety, perform any of the covered by other pay items in the bid proposal, they are not '
above and deduct all of the costs from the Contractor's payments. specified in the Special Provisions as incidental, and the
The Contractor shall be responsible for providing adequate accumulative cost for the use of each individual channelizing
device, piece of equipment, or service must exceed $200 in total ,
flaggers, signs, and other traffic control devices for the protection P eq P
of the work and the public at all times regardless of whether or not cost for the duration of their need. In the event of disputes, the
the flaggers, signs, and other traffic control devices are ordered by Engineer will determine what is usually anticipated by a prudent
the Engineer, furnished by the Contracting Agency, or paid for by contractor. The cost for these items will be by agreed price, price
the Contracting Agency. The Contractor shall be liable for injuries established by the Engineer, or by force account. Additional items ,
and damages to persons and property suffered by reason of the required as a result of the contractor's modification to the traffic
Contractor's operations or any negligence in connection therewith. control plan(s)appearing in the contract shall not be covered by the
When the bid proposal includes an item for "Traffic Control,' provisions in this paragraph.
the work required for this item shall be all items described in If the total cost of all the work under the contract increases or '
Section 1-10, including,but not limited to: decreases by more than 25 percent, an equitable adjustment will be
1. Furnishing and maintaining barricades, flashers, considered for the item"Traffic Control" to address the increase or
construction signing and other channelization decrease.
devices, unless a pay item is in the bid proposal for '
any specific device and the Special Provisions 1-10.2 Traffic Control Management
specify furnishing, maintaining, and payment in a
different manner for that device; 1-10.2(1) General '
2. Furnishing traffic control labor, equipment, and
supervisory personnel for all tic control labor, The Contractor shall designate an individual or individuals to
3. Furnishing any necessary vehicle(s) to set up and perform the duties of Traffic Control Manager(TCM) and Traffic
remove the Class B construction signs and other Control Supervisor(TCS). The TCM and TCS shall be certified in ,
traffic control devices; worksite traffic control as evidenced by carrying a current flagging
4. Furnishing labor and vehicles for patrolling and card issued by the State of Washington,'Oregon or Idaho and/or
maintaining in position all of the construction signs other certification currently acceptable for a TCM or TCS position
and the traffic control devices,unless a pay item is in on WSDOT construction contracts. A TCM and TCS are required
the bid proposal to specifically pay for this work;and on all projects that have traffic control. The TCM can also perform
5. Furnishing labor, material, and equipment necessary the duties of the TCS. The Contractor shall identify an alternate
for cleaning up, removing, and replacing of the TCM and TCS that can assume the duties of the assigned or primary
TCM and TCS in the event of that persons inability to perform.
Such alternates shall be adequately trained and certified to the same
Page-SP-18
Revision Date:May 19, 1997 '
' 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control
degree as the primary TCM and TCS. c. Revisions to the traffic control plan,
The Contractor shall maintain 24-hour telephone numbers at d. Lighting utilized at night,and
' which the TCM and TCS can be contacted and be available upon e. Observations of traffic conditions.
the Engineers request at other than normal working hours. The 3. Ensuring that corrections are made if traffic control
TCM and TCS shall have appropriate personnel, equipment, and devices are not functioning as required. The TCS may
material available at a times
l ilablll ti in order to expeditiously correct any make minor revisions to the traffic control plan to
' accommodate site conditions as long as the original intent
deficiency in the traffic control system. of the traffic control plan is maintained.
1-10.2(1)A Traffic Control Manager 4. Attending traffic control coordinating meetings or
The duties of the Traffic Control Manager include: coordination activities as authorized by the Engineer.
1. Discussing proposed traffic control measures and
coordinating implementation of the Contractor- The TCS may perform the work described by"Traffic Control
adopted traffic control plan(s)with the Engineer. Labor" as long as the duties of the TCS are accomplished.
' 2. Coordinating all traffic control operations, including Possession of a current flagging card by the TCS is mandatory.
A reflective vest and hard hat shall be worn by the TCS.
those of subcontractors, suppliers, and any adjacent
construction or maintenance operations.
3. Coordinating the project's activities (such as ramp 1-10.2(2) Traffic Control Plans
' closures road closures, and lane closures) with The traffic control plan or plans appearing in the contract
appropriate police, fire control agencies, city or plans show a method of handling traffic. All flaggers are to be
county engineering, medical emergency agencies, shown on the traffic control plan except for emergency situations.
school districts,and transit companies. The Contractor shall designate and adopt in writing the specific
4. Overseeing all requirements of the contract which traffic control plan or plans required for their method of
contribute to the convenience, safety, and orderly performing the work. If the Contractor's methods differ from the
movement of vehicular and pedestrian traffic. contract traffic control plan(s), the Contractor shall propose
' modification of the traffic controlplan(s) b showin the necessary
5. Having the latest adopted edition of the MUTCD Y g
including the Modifications to the MUTCD for construction signs, flaggers, and other traffic control devices
Streets and Highways for the State of Washington required for the project. The Contractor's letter designating and
and applicable standards and specifications available adopting the specific traffic control plan(s) or any proposed
' at all times on the project. modified plan(s) shall be submitted to the Engineer for approval at
6. Attending all project meetings where traffic least ten calendar days in advance of the time the signs and other
management is discussed. traffic control devices will be required.
7. Review TCS's diaries daily and be responsible for The Contractor shall be responsible for assuring that traffic
knowing"field" traffic control operations. control is installed and maintained in conformance to established
standards. The Contractor shall continuously evaluate the operation
1-10.2(1)B Traffic Control Supervisor of the traffic control plan and take prompt action to correct any
A TCS shall be on the project whenever traffic control labor is problems that become evident during operation.
' required or as authorized by the Engineer. 1-10.2(3) Conformance to Established Standards
The TCS shall personally perform all the duties of the TCS.
During nonwork periods,the TCS shall be able to be on the jobsite Flagging, signs, and all other traffic control devices furnished
notification by the Engineer. or provided shall conform to the standards established in the latest
within a 45-minute time period after
' adopted edition of the "Manual on Uniform Traffic Control
The TCS's duties shall include: Devices" (MUTCD) published by the U.S. Department of
1. Inspecting traffic control devices and nighttime lighting Transportation and the Modifications to the MUTCD for Streets and
' for proper location, installation,message, cleanliness, and Highways for the State of Washington.Copies of the MUTCD may
effect on the traveling public. Traffic control devices be purchased from the Superintendent of Documents, U.S.
shall be inspected each work shift except that Class A Government Printing Office,: Washington, D.C. 20402.
signs and nighttime lighting need to be checked only once Modifications to the MUTCD for Streets and Highways for the
' a week. Traffic control devices left in place for 24 hours State of Washington may be obtained from the Department of
or more should also be inspected once during the Transportation,Olympia,Washington 98504.
nonworking hours when they are initially set up (during The condition of signs and traffic.control devices shall be new
daylight or darkness, whichever is opposite of the or"acceptable" as defined in the book Quality Standards For Work
working hours). Zone Traffic Control Devices, and will be accepted based on a
2. Preparing a daily traffic control diary on DOT Forms 421- visual inspection by the Engineer. The Engineer's decision on the
040Acondition of a sign or traffic control device shall be final. When a
'
Engineer
and 421-040B, which shall n submitted d the sign or traffic control device becomes classified as"unacceptable"Engineer no later than the end of the next working day to become a part of the project records. The Contractor may it shall be removed from the project and replaced within 12 hours.
i The book, Quality Standards For Work Zone Traffic Control
use their own form if i is approved by the Engineer. Devices, is available by writing to the American Traffic Safety
Include in the diary such items as: Service Association, 5440 Jefferson Davis Hwy., Fredericksburg,
a. When signs and traffic control devices are installed VA 22407,telephone: (703)898-5400,FAX(703)898-5510.
and removed,
b. Location and condition of signs and traffic control
devices,
Page-SP-19
Revision Date:May 19, 1997
1-10 Temporary Traffic Control 1-10 Temporary Traffic Control '
1-10.3 Flagging, Signs, and All Other Traffic Control devices in the"work area" defined in Section 1-10.5. The eligible
Devices work for transporting signs shall be limited to:
1. Set up and removal,
2. Relocation to and from temporary storage, provided that,
1-10.3(1) Traffic Control Labor the use and location of the temporary storage is approved
The Contractor shall furnish all personnel for flagging and for by the Engineer,and '
the setup and removal of all temporary traffic control devices and 3. Relocation on the project,provided that,the new locations
construction signs necessary to control traffic during construction are in accordance with the contract plans,approved traffic
operations. Prior to performing any traffic control work on the control plan,or the orders of the Engineer.
project, these personnel shall be trained with the video, "Safety in The traffic control vehicle shall be equipped with a roof or '
the Work Zone" produced jointly by WSDOT and Laborers' post-mount flashing amber light visible for 360 degrees.
International Union of North America. The video is available from
WSDOT's Engineering Publications Office, Transportation 1-10.3(3) Construction Signs
Building. All signs required by the approved traffic control plan(s) as '
Flaggers and spotters shall possess a current flagging card well as any other appropriate signs prescribed by the Engineer, or
issued by the State of Washington, Oregon, or Idaho. The flagging required to conform with established standards, will be furnished
card shall be immediately available and shown upon request by the by the Contractor Coat;-Q4Pg 4goucy.
Contracting Agency.Workers engaged in flagging or traffic control '
shall wear reflective vests and hard hats. During hours of darkness,
white coveralls or white or yellow rain gear shall also be-worn.
The vests and other apparel shall be in conformance with Section 1-
07.8. During hours of darkness flagger stations shall be illuminated I
plywood dur-ing pariods whan they we not noodad Whom the need
to ensure that flaggers can easily be seen without causing glare to
the traveling public. The Contractor shall furnish the MUTCD
standard Stop/Slow paddles (18 inches wide, letters 6 inches high,
and reflectorized)for the flagging operations. ; P ny; therogo of the Contracts; Tho C.onwaotipg Agaacu- '
When the bid proposal includes an item for "Traffic Control `WMj
Labor," the work covered by this item shall be limited to the labor All Sit-h
required in the"work areas" defined in Section 1-10.5 for: pA ,
1. Flagging;
2. Handling the Class B construction signs and other
temporary traffic control devices only for: GOACAPAGUGIA ragas ar-0 those Signs that;0M.—M. ki S@Fvica 9hr-oligh9ut
a. Set up and removal;
b. Relocation to and from temporary storage, provided
that,the use and location of the temporary storage is of- sem ...at .o c:.,. .,..1 U ..,�. 94 n.,.., for.. Cl-46
approved by the Engineer, perm �e, , "
c. Relocation on the project, provided that, the new
locations are in accordance with the contract plans,
approved traffic control plan, or the orders of the
Engineer;and
d. Cleaning up and removing construction signs and '
traffic control devices on the project that are
damaged or destroyed by a third party,
3. Operating the vehicle(s) described in Section 1-10.3(2) .., _o 'h. , foot &QM the g ,,,, In the - e". f digp,,*e, the ,
while transporting the Class B construction signs and 1~"":"m. ,,411 .1e4o.,..: o :f , Gopsr:,10.0,1 -
other temporary traffic control devices; and
4. Cleaning the Class B construction signs, the other Q„_oiR Cl.sr a ,,.r, -ono,.,,,.,:,," �:s"� .o;f,i;vd, the work
temporary traffic control devices, and the Class Ago -'" ,
construction signs, when they become illegible because of 1 P,,,,,fishing and this,,,ing f the S,S
weather or other conditions and the Engineer orders them suppoas for.the signsi
to be cleaned. Z "4W .+ ca.,.. f4;9M ♦he 9AgiQnu. an.1 411641240 rowm
5. Spotters to warn work crews of impending danger from to ,,,a ,~arse; f the .o ,ir-ad ,.,,"w.,,,,;" Agency '
public traffic, when approved by the Engineer.
The hours eligible for "Traffic Control Labor" will be those
hours actually used for the previously described work. Any work
described under this section performed by a Traffic Control q All other :9,.:,10".-1S ;I@Q@g "n, fQr
Supervisor will not be paid as "Traffic Control Labor" but will be
covered by the item"Traffic Control Supervisor" per hourday. Gonf+g!plan(s)•
No separate pay item will be provided in the bid proposal for
1-10.3(2) Traffic Control Vehicle Class A or Class B construction signs. 12ay ew f; Clan n
When the bid proposal includes an item "Traffic Control GoAraR.—ion signs will be lim;tad fQ the labor. Vogt 40 AQ the AA,Qr-k
Vehicle," the work required for this item is furnishing a vehicle or All stl;-costs for the work to
vehicles for the traffic control supervisor and for transporting the provide Class A or Class B construction signs shall be included in ,
Class B construction signs and other temporary traffic control
Page-SP-20
Revision Date:May 19, 1997 '
' 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control
the unit contract price for the various other items of the work in the the pilot car control area. Any necessary flaggers shall be
bid proposal. furnished by the Contractor.
Signs, posts, or supports that are lost, stolen, damaged, When the bid proposal includes an item for "Contractor
destroyed, or which the Engineer deems to be unacceptable, while Piloted Traffic Control," measurement and payment will be as
their use is required on the project, shall be replaced by the provided in Section 1-10.4 and 1-10.5.
Contractor without additional compensation. As conditions permit, the Contractor shall, at the end of each
day, leave the work area in such condition that it can be traveled
1-10.3(4)No Passing Zones without damage to the work, without danger to traffic, and without
The striping of no passing zones that are to be obliterated in one-way piloted traffic control. The Engineer will be the sole judge
excess of 150 feet by paving operations shall be replaced by "Do as to whether or not piloting can be dispensed with after working
Not Pass" and "Pass With Care" signs. The signs shall be located hours. If piloting is required after working hours due to
not less than 2 feet outside the usable shoulder nor less than 7 feet carelessness or negligence on the part of the Contractor to properly
above the edge of pavement. The number of necessary signs will be condition the work at the end of the day, such piloting costs shall
' specified in the contract provisions. The Contractor shall provide be borne by the Contractor. If the Contracting Agency is furnishing
posts and install the Contracting Agency-furnished signs. The signs the piloting, the costs charged to the Contractor will include the
shall be maintained by the Contractor until construction operations pilot car, the pilot car driver, and the two flaggers.
are complete. When the project includes striping by the Contractor, The Contractor shall be responsible for protection of the work
i the signs and posts shall be removed by the Contractor when the no and traffic at all times regardless of flagging and pilot car services
passing zones are reestablished by striping. The signs shall be furnished by the Contracting Agency, and the Contractor shall be
returned to the Contracting Agency, and the posts will become the liable for damages and injuries suffered by reason of the
property of the Contractor. When the Contractor is not responsible Contractor's operations or any negligence in connection therewith.
for striping, the posts and signs shall become the property of the
Contracting Agency and will be removed by Contracting Agency 1-10.4 Measurement RC (SA)
forces when the no passing zones are reestablished by striping. No specific unit of measurement will apply to the lump sum
Payment to perform the work required for this subsection will be item of"Traffic Control".
under the item"Construction Sign Class A."
1-10.3(5) Temporary Traffic Control Devices
' When the bid proposal includes an item for "Temporary to JA X;2 T.af+ �G GQIRI�;G, , ,ves Will ,WO , ,ho , fro , , r
Traffic Control Devices", the work required for this item shall be
in
furnishing barricades,flashers,cones,traffic safety drums,and other P'-.:- a313;4i@pA of -AiQhoj-; will a��be doscl 2i1p to
temporary traffic control devices, unless the contract provides for
' furnishing a specific temporary traffic control device under another
item.The item"Temporary Traffic Control Devices" includes:
1. Initial delivery to the project site (or temporary storage) w a ion ux. ,an be .o+ fo; Pa3cme"t v. a,.h
in good repair and in clean usable condition,
2. Repair or replacement when they are damaged and they
are still needed on the project,and
3. Removal from the project site when they are no longer
needed on the project. 1 1 n 7(1)a . .,,,rh..4zad by the gaginear. n minimumP e h,,,,«
1-10.3(6) One-Way Piloted Traffic Control Through
Construction Zone
The construction sometimes requires that traffic be maintained
on a portion of the roadway during the progress of the work using The days eligible far."Traffic Central lrah;Gle" will-bethese
one-way piloted traffic control. If this is the case, the Contractor's
' operation shall be confined to one-half the roadway, permitting
traffic on the other half. If, in the opinion of the Engineer,one-way
piloted traffic control is necessary, it shall be provided for in one
of the following manners:
t
1-10.5 Payment
' to loa.i the r.a ff:.. rh...,.,,h 'he a. All Who; a@Qass_aru
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 tloy ar-a-included in the proposal:
"Traffic Control," lump sum.
Co •tea —Agoacy Pllmi&had Qno Nay.—R4910,�.c The lump sum contract price shall be full pay for all costs not
� covered by other specific pay items in the bid proposal for
Contractor-Furnished One-Way Piloted Tragic Control. furnishing installing, maintaining, and removing traffic control
' The Contractor shall furnish the pilot car(s) and driver(s) for devices required by the contract and as directed by the Engineer in
conformance with accepted standards and in such a manner as to
Page-SP-21
' Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards '
maximize safety, and minimize disruption and inconvenience to the
up blic. When the bid proposal does not include an item for any '
Progress payment for the lump sum item "Traffic Control" necessary traffic control, all costs for traffic control shall be
will be made as follows: included, by the Contractor, in the unit contract price for the
a. When in initial warning signs for the beginning of the various other items of work in the bid proposal. The Contractor
project and the end of construction signs are installed and shall estimate these costs based on the Contractor's contemplated '
approved by the Engineer, 30 percent of the amount bid work procedures.
for the item will be paid. When traffic control items are included in the bid proposal,
b. Payment for the remaining 70 percent of the amount bid payment is limited to the following work areas:
for the item will be paid on a prorated basis in accordance 1. The entire construction area under contract and for a '
with the total job progress as determined by progress distance to include the initial warning signs for the
payments. beginning of the project and the end of construction sign.
The item"Traffic Control" will be considered for an equitable Any warning signs for side roads on the approved traffic
adjustment control plan are also included. If the project consists of '
_1 per Section 1-04.6 only when the total contract price two or more sections,the limits will apply to each section
increases or decreases by more than 25 percent. pp y
individually.
The Lump Sum unit-contract price per. boll; be full 2• A detour provided in the plans or approved by the
'
pay for all costs involved in furnishing the pilot car(s), pilot Engineer for by-passing all or any portion of theconstruction, irrespective of whether or not the termini of
car driver(s), and the appropriate pilot car sign(s) for any one the detour are within the limits of the contract.
pilot car operation. Any necessary flaggers will be paid under
the item for traffic control-�e�. 3. The initial point of entry to or crossing of the public road '
system from Contracting Agency-furnished quarry, pit,
borrow, or waste sites, or from Contracting Agency-
The Lump Sum unit contract price pop4wur—shall be full furnished haul roads serving those sites, when outside the
pay for all costs for the labor provided for performing those limits in 1 above. '
construction operations described in Section 1-10.3(1) and as No payment will be made to the Contractor for traffic control
authorized by the Engineer. items required in connection with the movement of equipment or
the hauling of materials outside the limits of 1,2, and 3 above.
Aueck. ,
The Lump Sum unit--contract price qua;@ 1-11 Renton Surveying Standards
panW v"-shall be full pay for all costs for performing the ,
work described in Section 1-10.3(3) and Section 1-10.3(4). 1-11.1(1) Responsibility for surveys (RC)
This payment will include all labor, equipment, and vehicles All surveys and survey reports shall be prepared under the
necessary for the initial acquisition, the initial installation of direct supervision of a person registered to practice land surveying
Class A signs, and ultimate return of all Contracting Agency- under the provisions of Chapter 18.43 RCW.
furnished signs All surveys and survey reports shall be prepared in accordance
with the requirements established by the Board of Registration for
Professional Engineers and Land Surveyors under the provisions of ,
" r Chapter 18.43 RCW.
The Lump Sum unit contract price pc;-hour—for"Traffic
Control Supervisor" shall be full pay for each hour a person 1-11.1(2) Survey Datum and Precision(RC)
performs the duties described in Section 1-10.2(1)B including The horizontal component of all surveys shall have as its '
when performing traffic control labor duties. coordinate base: The North American Datum of 1983/91.
All horizontal control for projects must be referenced to or in
hi conjunction with a minimum of two of the City of Renton's Survey
Tho lump Slim r.QA&r=Q4 Prige shall bo full Pny fo;all GOS&S, Control Network monuments. The source of the coordinate values ,
used will be shown on the survey drawing per RCW 58.09.070.
Wog;oss pa5quent for.tho lump slim item "Xampor=13, Xr-affig The horizontal component of all surveys shall meet or exceed
the closure requirements of WAC 332-130-060. The control base
a- When t''" initial temp"" Uaffi" conuo' ''pit°c'c "p lines for all surveys shall meet or exceed the requirements for a '
Class A survey revealed in Table 2 of the Minimum Standard
be d Detail Requirements for ALTA/ACSM Land Title Surveys jointly
b, J2a3LMe"4 fQ;the,.o....,;":",, to "e.,.o"t Qf thO .,.,,,,,,,t established and adopted by ALTA and ACSM in 1992 or
comparable classification in future editions of said document. The ,
angular and linear closure and precision ratio of traverses used for
survey control shall be revealed on the face of the survey drawing,
as shall the method of adjustment.
" The horizontal component of the control system for surveys
The Lump Sum unit-contract price per day hall be full using global positioning system methodology shall exhibit at least 1
pay for all costs involved in furnishing the vehicle or vehicles part in 50,000 precision in line length dependent error analysis at a
for the work described in Sections 1-10.2(1)B and 1-10.3(2). 95 percent confidence level and performed pursuant to Federal ,
Geodetic Control Subcommittee Standards for GPS control surveys
Page-SP-22
Revision Date:May 19, 1997 '
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
' as defined in Geometric Geodetic Accuracy Standards do 1-11.1(6) Control or Base Line Survey (RC)
Specifications for Using GPS Relative Positioning Techniques dated Control or Base Line Surveys shall be established for all
August 1 1989 or comparable classification in future editions of construction projects that will create permanent structures such as
said document.. roads, sidewalks, bridges, utility lines or appurtenances, signal or
The vertical component of all surveys shall be based on light poles, or any non-single family building. Control or Base
NAVD 1988, the North American Vertical Datum of 1988, and Line Surveys shall consist of such number of permanent
tied to at least one of the City of Renton Survey Control Network monuments as are required such that every structure may be
benchmarks. If there are two such benchmarks within 3000 feet of observed for staking or "as-builting" while occupying one such
the project site a tie to both shall be made. The benchmark(s)used monument and sighting another such monument. A minimum of
will be shown on the drawing. If a City of Renton benchmark does two of these permanent monuments shall be existing monuments,
' not exist within 3000 feet of a project, one must be set on or near recognized and on record with the City of Renton. The Control or
the project in a permanent manner that will remain intact Base Line Survey shall occupy each monument in turn, and shall
throughout the duration of the project. Source of elevations satisfy all applicable requirements of Section 1-11.1 herein.
' (benchmark)will be shown on the drawing, as well as a description The drawing depicting the survey shall be neat, legible, and
of any bench marks established. drawn to an appropriate scale. North orientation should be clearly
presented and the scale shown graphically as well as noted. The
1-11.1(3) Subdivision Information (RC) drawing must be of such quality that a reduction thereof to one-half
Those surveys dependent on section subdivision shall reveal original scale remains legible.
the controlling monuments used and the subdivision of the If recording of the survey with the King County Recorder is
applicable quarter section. - required, it will be prepared on 18 inch by 24 inch mylar and will
Those surveys dependent on retracement of a plat or short plat comply with all provisions of Chapter 58.09 RCW. A
' shall reveal the controlling monuments, measurements, and photographic mylar of the drawing will be submitted to the City of
methodology used in that retracement. Renton and, upon their review and acceptance per the specific
requirements of the project, the original will be recorded with the
1-11.1(4) Field Notes (RC) King County Recorder.
Field notes shall be kept in conventional format in a standard If recording is not required, the survey drawing shall be
bound field book with waterproof pages. In cases where an prepared on 22 inch by 34 inch mylar, and the original or a
electronic data collector is used field notes must also be kept with.! photographic mylar thereof will be submitted to the City of Renton.
sketch and a record of control and base line traverses describing The survey drawings shall meet or exceed the requirements of
' station occupations and what measurements were made at each WAC 332-130-050 and shall conform to the City of Renton's
point. Drafting Standards. American Public Works Association symbols
Every point located or set shall be identified by a number and shall be used whenever possible, and a legend shall identify all
a description. Point numbers shall be unique within a complete symbols used if each point marked by a symbol is not described at
job. The preferred method of point numbering is field notebook, each use.
page and point set on that page. Example: The first point set or An electronic listing of all principal points shown on the
found on page 16 of field book 348 would be identified as Point drawing shall be submitted with each drawing. The listing should
' No. 148.16.01, the second point would be 348.16.02,etc. include the point number designation (corresponding with that in
Upon completion of a City of Renton project, either the field the field notes), a brief description of the point, and northing,
notebook(s) provided by the City or the original field notebook(s) easting, and elevation (if applicable) values, all in ASCII format,
used by the surveyor will be given to the City. For all other work, on IBM PC compatible media.
' surveyors will provide a copy of the notes to the City upon request.
In those cases where an electronic data collector is used, a hard 1-11.1(7) Precision Levels (RC)
copy print out in ASCII text format will accompany the field notes. Vertical Surveys for the establishment of bench marks shall
satisfy all applicable requirements of section 1-05 and 1-11.1.
1-11.1(5) Corners and Monuments (RC) Vertical surveys for the establishment of bench marks shall
Corner A point on a land boundary, at the juncture of two or meet or exceed the standards, specifications and procedures of third
more boundary lines. A monument is usually set at such points to order elevation accuracy established by the Federal Geodetic
physically reference a comer's location on the ground. Control Committee.
' Monument Any physical object or structure of record which Bench marks must possess both permanence and vertical
marks or accurately references: stability. Descriptions of bench marks must be complete to insure
both recoverablilty and positive identification on recovery.
• A coiner or other survey point established by or under the
supervision of an individual per section 1-11.1(1) and any 1-11.1(8) Radial and Station —Offset Topography
corner or monument established by the General Land Office (RC)
and its successor the Bureau of Land Management including Topographic surveys shall satisfy all applicable requirements
' section subdivision corners down to and including one- of section 1-11.1 herein.
sixteenth comers; and All points occupied or back sighted in developing radial
• Any permanently monumented boundary, right of way topography or establishing baselines for station—offset topography
alignment, or horizontal and vertical control points established shall meet the requirements of section 1-11.1 herein.
' by any governmental agency or private surveyor including The drawing and electronic listing requirements set forth in
street intersections but excluding dependent interior lot section 1-11.1 herein shall be observed for all topographic surveys.
corners.
Page-SP-23
' Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards ,
1-11.1(9) Radial Topography(RC) described on the face of the plat or survey of record, e.g., "Tacks
Elevations for the points occupied or back sighted in a radial in lead on the extension of the lot side lines have been set in the
topographic survey shall be determined either by 1) spirit leveling curbs on the extension of said line with the curb." In all other ,
with misclosure not to exceed 0.1 feet or Federal Geodetic Control cases the corner shall meet the requirements of section 1-11.2(1)
Committee third order elevation accuracy specifications, OR 2) herein.
trigonometric leveling with elevation differences determined in at All non comer monuments, as defined in 1-11.1(5), shall meet '
least two directions for each point and with misclosure of the the requirements of section 1-11.2(2) herein. If the monument
circuit not to exceed 0.1 feet. falls with in a paved portion of a right of way or other area, the
monument shall be set below the ground surface and contained
1-11.1(10) Station—Offset Topography (RC) within a lidded case kept separate from the monument and flush '
Elevations of the baseline and topographic points shall be with the pavement surface, per section 1-11.2(3).
determined by spirit leveling and shall satisfy Federal Geodetic In the case of right of way centerline monuments all points of
Control Committee specifications as to the turn points and shall not curvature(PC), points of tangency(PT), street intersections, center
exceed 0.1 foot's error as to side shots. points of cul de sacs shall be set. If the point of intersection, PI, '
for the tangents of a curve fall within the paved portion of the right
1-11.1(11) As-Built Survey (RC) of way, a monument can be set at the PI instead of the PC and PT
All improvements required to be "as-built" (post construction of the curve.
survey) per City of Renton Codes, TITLE 4 Building Regulations For all non corner monuments set while under contract to the ,
and TITLE 9 Public Ways and Property, must be located both City of Renton or as part of a City of Renton approved subdivision
horizontally and.vertically by a Radial survey or by a Station-offset of property, a City of Renton Monument Card (furnished by the
survey. The "as-built" survey must be based on the same base line city) identifying the monument; point of intersection (PI), point of
or control survey used for the construction staking survey for the tangency (PT), point of curvature (PC), one-sixteenth corner, Plat '
improvements being "as-built". The "as-built" survey for all monument, street intersection, etc., complete with a description of
subsurface improvements should occur prior to backfilling. Close the monument, a minimum of two reference points and NAD 83/91
cooperation between the installing contractor and the "as-builting" coordinates and NAVD 88 elevation shall be filled out and filed '
surveyor is therefore required. with the city.
All "as-built" surveys shall satisfy the requirements of section
1-11.1(1) herein and shall be based upon control or base line 1-11.2 Materials
surveys made in conformance with these Specifications. '
The field notes for "as-built" shall meet the requirements of 1-11.2(1) Property/Lot Corners (RC)
section 1-11.1(4) herein and submitted with stamped and signed Corners per i-11.1(5) shall be marked in a permanent manner
"as-built" drawings which includes a statement certifying the such as 1/2 inch diameter rebar 24 inches in length, durable metal
accuracy of the "as built". plugs or caps, tack in lead, etc. and permanently marked or tagged
The drawing and electronic listing requirements set forth in with the surveyor's identification number. The specific nature of
section 1-11.1(6) herein shall be observed for all "as-built" the marker used can be determined by the surveyor at the time of
surveys. installation.
1-11.1(12) Monument Setting and Referencing (RC) 1-11.2(2) Monuments (RC) '
All property or lot corners, as defined in 1-11.1(5), Monuments per 1-11.1(5) shall meet the requirements as set
established or reestablished on a plat or other recorded survey shall forth in City of Renton Standard Plans page H031 and permanently
be referenced by a permanent marker at the corner point per 1- marked or tagged with the surveyor's identification number. '
11.2(l). In situations where such markers are impractical or in 1-11.2(3) Monument Case and Cover(RC)
danger of being destroyed, e.g., the front comers of lots, a witness
marker shall be set. In most cases, this will be the extension of the Materials shall meet the requirements of section 9-22 and City
of Renton Standard Plans page H031.
lot line to a tack in lead in the curb. The relationship between the '
witness monuments and their respective corners shall be shown or
Page-SP-24
Revision Date:May 19, 1997 '
' 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment
surplus excavated material or unsuitable material shall be disposed
Division 2 of by the Contractor.
' Earthwork quantities and changes will be computed, either
Earthwork manually or by means of electronic data processing equipment, by
use of the average end area method. Any changes to the proposed
work as directed by the Engineer that would alter these quantities
shall be calculated by the Engineer and submitted to the
2-02 Removal of Structures and Contractor for his review and verification.
Obstructions Any excavation or embankment beyond the limits indicated in
' the Plans, unless ordered by the Engineer, shall not be paid for.
All work and material required to return these areas to their
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions, as directed by the Engineer, shall be provided
FOLLOWS. by the Contractor at his sole expense.
' All areas shall be excavated, filled, and/or backfilled as
2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plans. In filled
Curbs(RC) and backfilled areas, fine grading shall begin during the placement
In removing pavement, sidewalks, and curbs, the Contractor and the compaction of the final layer. In cut sections,fine grading
' shall: shall begin within the final six (6) inches of cut. Final grading
1. Haul broken-up pieces into the r-wil ay 'mbankmant ^' shall produce a surface which is smooth and even, without abrupt
to some off-project site. changes in grade.
Excavation for curbs and gutters shall be accomplished by
' cutting accurately to the cross sections, grades and elevations
5. When an area where pavement has been removed is to shown. Care shall be taken not to excavate below the specified
be opened to traffic before pavement patching has been completed, grades. The contractor shall maintain all excavations free from
' temporary mix asphalt concrete patch shall be required. detrimental quantities of leaves, brush, sticks, trash and other
Temporary patching shall be placed to a minimum depth of 2 debris until final acceptance of the Work.
inches immediately after backfilling and compaction are complete, Following removal of topsoil or excavation to grade and
and before the road is opened to traffic. MC cold mix or MC hot before placement of fills or base course, the subgrade under the
' mix shall be used at the discretion of the Engineer. roadway shall be proofrolled to identify any soft or loose areas
If pavements, sidewalks, or curbs lie within an excavation which may warrant additional compaction or excavation and
area and are not mentioned as separate pay items, their removal replacement.
will be paid for as part of the quantity removed in excavation. If The Contractor shall provide temporary drainage or
' they ';@ ;^ ^41� ^ to `o av^"""wl, and 4 &bay are a" protection to keep the subgrade free from standing water.
mentioned as a separate item in the proposal, they will be Acceptable excavated native soils shall be used for fill in the
measured and paid for as provided under Section 2-02.5, and will area requiring fills. Care shall be taken to place excavated
not be included in the quantity calculated for excavation. material at the optimum moisture content to achieve the specified
' SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: compaction. Any native material used for fill shall be free of
organics and debris and have a maximum particle size of 6 inches.
2-02.5 Payment (RC) It shall be the responsibility of the Contractor to prevent the
' 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 related to the removal and disposal of structures and not available to complete construction of the roadway
' obstructions including saw cutting, excavation, backfiiling and embankment, 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
other items unless designated as specific bid items in the proposal. portions of Section 2-03 shall apply as though a subgrade trimmer
' were specified.
2-03 Roadway Excavation and If sufficient acceptable native soils as determined by the
Embankment Engineer, are not available to complete construction of the
roadway embankment Gravel Borrow meeting the requirements
of Section 9-03.14 of the Standard Specifications shall be used..
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 The Contracting Agency will use the following methods to
materials excavated from within the limits shown on the plans. measure work performed unless specific exceptions in other
Suitable excavated material shall be used for embankments, while
sections provide otherwise:
Page-SP-25
Revision Date:May 19, 1997
2-04 Haul 2-09 Structure Excavation '
1. At the discretion of the engineer, roadway excavation, 2-06 Subgrade Preparation
borrow excavation, and unsuitable foundation excavation- by the '
cubic yard (adjusted for swell) may be measured by truck in the
hauling vehicle at the point of loading. The contractor shall SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE
provide truck tickets for each load removed. Each ticket shall FOLLOWING:
have the truck number, time and date, and be approved by the 2-06.5 Payment (RC)
engineer. Subgrade preparation and maintenance including watering
SECTION 2-03.51S REVISED AS FOLLOWS. shall be considered as incidental to the construction and all costs
2-03.5 Payment (RC)
thereof shall be included in the appropriate unit or lump sum
contract bid prices. '
Payment will be made for the following bid items when they
are included in the proposal: 2-09 Structure Excavation
1. "Roadway Excavation" or "Roadway Excavation — '
Area A(B, C,etc.)", per cubic yard. SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE
When the Engineer orders excavation 2 feet or less below FOLLOWING.
subgrade, unit contract prices for roadway excavation and haul
shall apply. If he orders excavation more than 2 feet below 2-09.1 Description (RC) '
subgrade, that part below the 2-foot depth shall be paid for as This work also includes the excavation, haul, and disposal of
provided in SaG4ow-1.0"Item 3 of this payment section. In this all unsuitable materials such as peat, muck, swampy or unsuitable
case, all items of work other than roadway excavation shall be materials including buried logs and stumps.
paid at unit contract prices. '
The unit contract price per cubic yard shall be full pay for 2-09.3 Construction Requirements
excavating, loading, placing, or otherwise disposing of the
material. SECTION 2-09.3(I)D IS REVISED AS FOLLOWS:
s 2-09.3(1)D Disposal of Excavated Material (RC)
The unit contract price per cubic yard shall '
include haul. All costs for disposing of excavated material within the
3. "Unsuitable Foundation Excavation",per cubic yard. project limits shall be included in the unit contract price for
The unit contract price per cubic yard for "Unsuitable structure excavation, Class A or B.
if, the coptw-to;
Foundation Excavation" shall be full pay for in Sxtien 194 4 fQr leadiwg-aw<
excavating, loading,
-p:evidod �
and disposing of the material. Pa ae
e..,.o will ,,,,, ^' f- handling �� ,ho disposal site en,.
The unit contract price per c ,
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
o. .;R�—awd inGidonWS � 3.—The—qumitit; g.nfer the work.
SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS '
FOLLOWS.
w0dod.
Payment for 2-09.4 Measurement(RC)
embankment compaction will not be made as a separate item. All Gravel backfill. All gravel backfill will be measured by the
costs for embankment compaction shall be included in other bid cubic yard in place determined by the neat lines required by the
items involved. Plans or by the ton as measured in conformance with section 1-
09.2. Gravel backfill used for pipe bedding shall be incidental to
2-04 Haul the installation of the pipe or paid for as other gravel backfill '
unless a specific separate pay item is included in the contract for
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS gravel backfill for pipe bedding.
FOLLOWS: SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS '
FOLLOWS.
2-04.5 Payment(RC) M
Raymonr will be Made f r the following bid item whan it 2-09.5 Payment
Payment will be made for the following bid items when they ,
1. "Na are included in the proposal:
All costs for the hauling of material to, from, or on the job "Structure Excavation Class A",per cubic yard.
site shall be considered incidental to and included in the unit price "Structure Excavation Class B",per cubic yard.
of other units of work. "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-26
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 excavation shall be considered incidental to the work involved and
contract. no further compensation shall be made.
' Shoring or Extra Excavation Class B", per square foot. "Gravel Backfill (Kind) for (Type of Excavation), per Cubic
The unit contract price per square foot shall be full pay for Yard or per Ton".
all excavation, backfill, compaction, and other work required . When gravel backfill is paid by the ton, the Contractor
when extra excavation is used in lieu of constructing shoring. If shall take care to assure to the satisfaction of the Engineer that
' select backfill material is required for backfilling within the limits such per ton backfill is only being used for the specified purpose
of the structure excavation, it shall also be required as backfill and not for purposes where backfill is incidental or being paid by
material for the extra excavation at the Contractor's expense. Any cubic yard. Evidence that per ton gravel backfill is not being used
' excavation or backfill material being paid by unit price shall be for its designated purpose shall be grounds for the Engineer to
calculated by the Engineer only for the neat line measurement of deny payment for such load tickets. Unless included in the
the excavation and shall not include the extra excavation beyond contract as a separate pay item, gravel backfill used for pipe
the neat line. bedding shall be considered incidental to the installation of the
' If there is no bid item for shoring or extra excavation Class B pipe or shall be included in the gravel backfill used to backfill the
on a square foot basis and the nature of the excavation is such that trench, if a separate pay item is included for trench backfill.
shoring or extra excavation is required, then shoring or extra
Page-SP-27
Revision Date:May 19, 1997
3 No supplemental specifications were necessary 4 No supplemental specifications were necessary ,
Division 3 Division 4
Production From Quarry and Pit Sites Bases '
and Stockpiling
4 No supplemental specifications were ,
3 No supplemental specifications were necessary
necessary No supplemental specifications were necessary for Division 4.
No supplemental specifications were necessary for Division 3. '
Page-SP-28
Revision Date:May 19, 1997 '
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Division 5 (2)
Surface Treatments and Pavements
sates-When a sample from uncompacted mix is needed, the
Contractor shall ensure that the samples can -be obtained in
5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712.-The ^d shall
us sample to be 914"
' SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS Willing*Oh. a,
FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose
5-04.3(8)A Acceptance Sampling and Testing (RC) of acceptance sampling and testing, a lots is A-11 be defined as
' 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix
as-provided unde a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur.-fes
Determination of-6ugs6c� 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) shall*AU be evaluated for quality of gradation on a expoGtod
' The JMF daily4" basis by the Contractor. This gradation analysis shall be
based on WSDOT Test Method 104 and the results delivered to the is defin 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.aad A halt content shall be tested at Engineer.
— P The cont;.,,.to; m Faquest a rh.ngs in the 40 rF .he
the Eongineer's discretion if the Compaction Pay Factor(Section 5 nil of&he mawial P;Q'Illged up to &W time of
-
04.3(10)B)falls below 1.00.
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
' greater than 1/4'and t2% for sieves smaller than the No. 10, then
the costs of the sampling and testing shall be borne by the mix- Sublet i size shall be 4awmiAed to the noa;est 1.00*gA
Contractor. If the test results vary from the Contractor's data prg;,iA@ not rs than C4;,@ unifoRm sized sublots, based on proposal
ace-within the ranges listed above 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
Agency. sample for each sublot of 400 tons or each day's production,
mat.. of ..;..A.,t;.,.. .,.ala. Test:,, a.al he
- 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
lay�P:� ca313:---p{evidoc{ echo uiso is tbP SgociSDGX,uWs as form 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-aB
of the .aea s..L.iay oRer• s .,,.,1:..., ; f.• ..:.,htt;..,e a ...0 ...ah:..
f04-1r. h.. ofte the Wg of tho OM "g—ehhig—e144
„lin tho Co s:to Da Pagto (GRP) nf__tha_ .doted
NOARtnt StiGal 69OP"GO Will W "SO", (1) fQF Of MiX rublo*s -A-;thX@0 sublous have been P;0,44-God
' D. Test Methods. When sample testing of asphalt content is
necessary, Aacceptance uwiag for compliance 4 asphall G@R& at
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 #es E. Reject Mixture
' tests-based on this.-conformance to the requirements of Section 9- (1) Rejection by 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. If the vendor or grade of with new material at no expense to the Contracting Agency. Any
t the asphalt cement changes, a new iob mix formula (JMF) 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 Testing.
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.
Page-SP-29
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement '
a6uoFW that appears defective in gradation or asphalt cis SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING
content. Material rejected before placement shall not be THE FOLLOWING.
incorporated into an pavement. Any rejected section of 5-04.3(10)A General (RC) '
compacted avement 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 street where A.C. Line (Transite) is in place (refer to City of
rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of ,
rejected material tested,a minimum of three representative samples A.C. lines.)
will be obtained and tested. Representative samples to be removed 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)
Asphalt concrete pavement Classes A, B, E, and F used in
traffic lanes, including lanes for ramps, truck climbing, weaving,
n, .: , ., A :.. ..A,a:.:^.. .'rtio ^^... ^F g..,.,.a:,,,. ....,+ 4@S&j g and speed change, and having a specified compacted course '
thickness greater than 0.10 foot, shall be compacted to a specified
level of relative density. The testing shall occur on a sublot basis
using the definition of a sublot described in Section 5-04.3(8). The
specified level of relative density shall be than Q W5, C.OffiPsawtion fQ; &h@ F-0jeGfed Mir. will I.- tDu -4r of not less thnn I QQ whan -gQord-AG@
co,..:,,.. ,_^6 I(I) 116ing a MiPAWAUR—a M.0 percent of the
Acceptance of the initially reference maximum density as dowmi^^d by 3ATSDOX 'art
rejected susp*csod material will use the acceptance sampling and A4oth.oA 7 5. The reference maximum density shall be determined ,
testing methods.= If the material does n th riot fall within e job mix as that develoiwd the job mix formula
formula tolerances of Section 9-03.8(6)A, the mix will be rejected Of 'heFOGOA' &'@ '"'^"'^"'^^ f' 'he 104 Of "^h'''
and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving
bome 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 sutisti M '
remain subject to the compaction adjustment of Section 5-04.3(10) ;oA f three " 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 the s*- —random_ I
:716—within each density lot
....wial will ao& iar.111do a nal sample locasioA A minimum less. The Engineer will furnis a copy of the
results of all acceptance testing performed in the field as soon as
the results are availableb ;QG 'hv a ^F 'ho "
:ha ►,agip iAg ^a the .,^,.. paving shif 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-
(4) An linti;o Sublo. U an. e..:re sublot is octod in 04.5(1)B.
For compaction lots falling below a CPF of 1.00 pay ct@; '
and thus subject to price reduction or rejection, cores may be used
as an alternativeo to the nuclear density gauge tests. Alhan-CAFO6
a€tor-paving—When the Contracting Agency requests cores and the
level of relative density within a sublot is less than 92.0 percent,
t-che cost for slue-coring
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 testing
shall be bome by the Contracting Agency.
sue-lea-25-porcoat. '
At the start of paving, if requested by the Contractor, a
compaction test section shall be constructed, as directed by the
Engineer, to determine the compactibility of the mix design. '
Page-SP-30
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 giyen quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED.
1 greater referenced to the specified minimum density (9Z4 percent SECTION 5-04.5(I)A IS DELETED AND REPLACED WITH
of the reference maximum density THE FOLLOWING:
Method-;9S). 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
1 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
1 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 5-04.3(8)Rejection of Mixture).
point evaluation shall be performed in accordance with instructions
1 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.1 5-04.5(1)B Price Adjustments for Quality AC Asphalt Concrete Class D and preleveling mix shall be
compacted to the satisfaction of the Engineer. Compaction (RC)
In addition to the randomly selected locations for tests-of the For each sublot a Compaction Eay
density, the Engineer may also isolate from a normal lot any area Factor 1....o......9 v.:.o Adjust, ant NaGtg- (CIR A 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. Xha CI AX equals the
The isolated area will then be evaluated for price adjustment in
1 accordance with this tion, considering
it as a separate-sublotlet.
SECTION 5-04.5 IS REVISED AS FOLLOWS:
1 5-04.5 Payment (RC) Relative Density Compaction Pay Factor
(average of three tests)
"Misc and/or Driveway Asphalt Conc. App;ga4 Cl. _ �92.0 1.00
per ton. This item, when included in the contract, includes asphalt 91.5 0.99
1 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
by Gal.44 *:,,. 90.0 0.85
1 89.5 0.80
89.0 0.75
i
1
1
1
1
1
1
Page-SP-31
1 Revision Date:May 19, 1997
6-12 Rockeries 6-12 Rockeries
Division 6 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 '
Structures 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.
SECTION 6-12 IS A NEW SECTION The final course shall have a continuous appearance and be placed
to minimize erosion of the backfill material. The larger rocks shall '
6-12 Rockeries be placed at the base of the rockery so that the wall will be stable
and have a stable appearance. The rocks shall be carefully placed
6-12.1 Description (RC) by mechanical equipment and in a manner such that the longitudinal ,
axis if the rock shall be at right angles or perpendicular to the
The work described in this section, regardless of the type of rockery face. The rocks shall have all inclining faces sloping to
materials encountered, includes the excavation and shaping of the the back of the rockery. Each row of rocks will be seated as
cut or fill slopes and furnishing and constructing rockeries/rock tightly and evenly as possible on the rock below in such a manner '
retaining wall where shown on the plans or where directed by the that there will be no movement between the two. After setting a
engineer. course of rock, all voids between the rocks shall be chinked on the
6-12.2 Materials (RC)
back with quarry rock to eliminate any void sufficient to pass a 2
'Rock walls shall be formed of larger pieces of quarried basalt, inch square probe.
6-12.3.1 Rockery Backfill(RC)
andesite or other igneous rock. Individual pieces of rock shall be The wall backfill shall consist of 1-1/2 inch minus crushed
weighing 50 to 150 grams and tested for soundness with sodium
sound and resistant weathering. When broken into pieces rock or gravel conforming to section 9-03.9(3). This material will
sulphate in accordance with aashto t104, the loss through a one- be placed to an 8 inch minimum thickness between the entire wail
inch sieve after 6 cycles shall not exceed 35%by weight. and the cut or fill material. The backfill material will be placed in
The rock material shall be as nearly rectangular as possible so lifts to an elevation approximately 6 inches below the course of '
as to afford the minimum amount of void space between the blocks. rocks placed. The backfill will be placed after each course of
No stone shall be used which does not extend through the wall. rocks. Any backfill material on the bearing surface of the rock
The rock material shall be hard, sound, durable and free from course will be removed before setting the next course.
weathered portions, seams,cracks and other defects. 6-12.3.2 Drain Pipe (RC) '
The rock density shall be a minimum of 160 pounds per cubic A 4 inch diameter perforated pvc pipe shall be placed as a
foot. The source of supply and representative samples of the footing drain behind the rockeries as shown in the standard plans,
material shall be approved by the engineer before delivery to the and connected to the storm drainage system where shown.
site. '
The rock walls shall be constructed of one-man rocks, (85 to 6-12.3.3 Rejection Of Material (RC)
300 pounds) each 10" in its least dimension; two-man rocks, (300 The inspector will have the authority to reject any defective
to 600 pounds) each 13" in its least dimension; three-man rocks material and to suspend any work that is being improperly done, '
(800 to 1,200 pounds) each 16" in its least dimension; four-man subject to the final decision of the engineer. All rejected material
rocks(1,500 to 2,200 pounds)each 18" in its least dimension. T'he will be removed from the construction site and any rejected work
rocks shall range uniformly in size for each classification specifies. shall be repaired or replaced at no additional cost to the Owner.
The four-man rocks shall only be used for the first course of ,
rock in walls over 6 feet in height. 6-12.4 Measurement (RC)
6-12.3 Construction Requirements (RC) Measurement of the finished rock wall for payment will be
made from the footing grade to the top of the wall and rounded to
The rock unloading at the site will be done in such a manner the nearest square yard.
as to segregate the rock by the size ranges indicated in the
preceding paragraph. 6-12.5 Payment (RC)
The walls shall be started by excavating a trench, not less than '
6 inches or more than one foot in depth below subgrade in Payment will be made under the item "rock retaining wall",
excavation sections, or not less than 6 inches or more than one foot Per square yard.
in depth below the existing ground level in embankment sections. The unit pace per square yard shall be full compensation for
Areas on which the rockery is to be placed shall be trimmed and the rockery/rock retaining wall in place and shall include all work,
dressed to conform to the elevation or slope indicated. The rock materials, and equipment required to complete the installation,
wall construction shall start as soon as possible upon the including drainage pipe and all other items.
completion of the cut or fill section.
1
Page-SP-32
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
be understood that steel is zinc coated with Asphalt Treatment I
Sanitary Sewers, Water Mains, and
(galvanized) or aluminum coated (aluminized) corrugated iron or
Conduits steel, and aluminum is corrugated aluminum alloy as specified in
Sections 9-05.4 and 9-05.5.
Where plain or reinforced concrete, steel, or aluminum are
referred to in Section 7-02 it shall be understood that reference is
7-01 Drains also made to PVC.
SECTION 7-01.2 IS REVISED AS FOLLOWS:
7-03 Structural Plate Pipe, Pipe Arch, Arch,
7-01.2 Materials (RC) and Underpass
Drain pipes may be concrete, zinc coated(galvanized) Asphalt
Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS:
steel with Asphalt Treatment I, corrugated aluminum alloy,
polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC)
option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following
used. - sections:
SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02
Corrugated Steel Asphalt Treatment I 9-05.6(8)
7-01.3 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8)
PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07
using a flexible elastomeric seal as described in Section 9-04.8.
The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS:
jointed with snap-on, screw-on, or wraparound coupling bands as
recommended by the manufacturer of the tubing. 7-03.5 Payment (RC)
PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 1-04.1, for
elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal:
described in Section 9-04.9, at the option of the Contractor unless "St. Sir. Plate Pipe _ Gage _ In. Diam.", per linear
otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I.
PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Sir. Plate Pipe Arch_Gage_Ft._In. Span",
snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment I.
recommended by the manufacturer of the tubing. "St. Str. Plate Arch_Gage_Ft. _In. Span", per
SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I.
FOLLOWING. "Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
7-01.4 Measurement RQ If no bid item for Structure Excavation Class A or Structure
' When the contract does not include "structure excavation Excavation Class B including haul is included in the schedule of
Class B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost
item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra
Excavation Class B". If it is not in the contract, then it shall be
contract pay items. 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 C 7-04.2 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 "
Reinforced Concrete Culvert Pipe 9-05.3(2) goatedi 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-33
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,
granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have
placed to a depth of 6" over and 6" under the exterior walls of the ladders.
pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
7-04.3(2) Laying Storm Sewer Pipe FOLLOWS.
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 (RC) The existing cast iron ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
specifications. existing structure shall be raised or lowered to the required
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation.
FOLLOWING. *o the requi;ameau ^p^:s:e,+ in this soctiea, -Ad the 4AiF�iod
.7-04.3(2)G Storm Sewer Line Connections i � �e ,
All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar
be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock 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 covered 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.
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes, catch basins and
FOLLOWS. similar structures shall be constructed and adjusted in the same
manner as outlined above except that the final adjustment shall be
7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and '
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 in the established by the contractor. The pavement shall be cut in a
standard plans, shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of
additional payment shall be made. the cover. The manhole shall then be brought to proper grade
utilizing the same methods of construction as for the manhole
Testing of storm sewer pipe, if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks
be considered incidental to and included in the unit contract prices and wedged up to the desired grade. The asphalt concrete pavement
for other items. shall be cut and removed to a neat circle, the diameter of which
shall be equal to the outside diameter of the cast iron frame plus
two feet. The base materials and crushed rock shall be removed
and Class 3000 or Commercial Portland Cement Concrete shall be
placed so that the entire volume of the excavation is replaced up to
within but not to exceed 2 inches of the finished pavement surface.
On the day following placement of the concrete, the edge of the
asphalt concrete pavement, and the outer edge of the casting shall
be painted with hot asphalt cement. Asphalt Class G concrete shall
then be placed and compacted with hand tampers and a patching
roller. The complete patch shall match the existing paved surface
for texture, density, and uniformity of grade. The joint between the
Page-SP-34
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 (1Q
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.
Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe.
iron frames for new and old inlets to be adjusted to grade will be Adiustments of new structures and miscellaneous items such
established from the forms or adiacent 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 Adiustment 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 (RC)
and plastered. "AdiustA.�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 " shall be full a
as for manholes. Existing � � pay
Valve box castings: Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration
made in the same manner as for manholes. of adjecent areas in a manner acceptable to the Engineer.
"Structure Excavation Class B", per cubic yard.
SECTION 7-05.3(?)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-U8 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 RQ Hand compaction of the bedding materials under the pipe
Where shown on the plans new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished
to existing line catch basin curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid
the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort.
manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no
plans,additional structure channeling will be required. further compensation shall be made.
A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS.-
connection of a new line to an existing structure, or the connection
of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC)
will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled
adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or
Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed
place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense. before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced
labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe
together, except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
Page-SP-35
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. 6m 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
SECTION 7-08.3(2).f IS AN ADDED NEW SECTION. between the changes in alignment and at uniform grade between
changes in grade. For concrete pipes with elliptical reinforcement
7-08.3(2)J Placing PVC Pipe C the pipe shall be placed with the minor axis of the reinforcement in
In the trench, prepared as specified in Section 7-02.3(1) 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 pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE
mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING:
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 saddle secured to the sewer main with stainless steel bands. When
min 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.
the mi-i"an app;o—!of the gag:wm; SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWS.
FOLLOWING: 7-08.4 Measurement (SA)
7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe
Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the
calculations from measurements on the top of the pipe, or by cubic yard, including haul,as specified in 2-M, or by the TON.
looking for ponding of 1/2" or less, which indicates a satisfactory Concrete for plugging existing pipes will be measured by the
condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely
larger size, pipe(s) shall be laid by matching the(eight-tenths) flow fill the pipe for a distance of two diameters. Computation for
elevation,unless otherwise approved by the Engineer, corrugated metal pipes will be based on the nominal diameter.
All pipe, fittings, etc. shall be carefully handled and protected Excavation of the trench will be measured as structure
against damage, impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul,
equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation
be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits
manner which will protect the pipe against injury whenever stored ordered by the Engineer.
at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the
the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in
determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03.
shall be repaired, or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as
installed. specified in Section 2-09.4.
The CONTRACTOR shall inspect each pipe and fitting prior
to installation to insure that there are not damaged portions of the
pipe. Any defective, damaged or unsound pipe shall be repaired or
replaced. All foreign matter or dirt shall be removed from the
interior of the pipe before lowering into position in the trench.
Page-SP-36
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
SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water
mains and appurtenances.
7-10.4 Measurement (RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN
Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS.-
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with
accordance with Section 1-09. Polyethylene Encasement C
4Ibe Contractor shall lay ductile
7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. iron pipe with a polyethylene encasement. Pipe and polyethylene
7-10.5 Payment (RC) encasement shall be installed in accordance with AWWA C105.
The polyethylene encasement shall also be installed on all
appurtenances, such as pipe laterals, couplings, fittings, and
cubic-yaFA 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)1 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
Gavel 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 9-30.713(1). shall not operate any valves on the existing system Specs is
. 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-37
1 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
to re-schedule the connection if the work area is not ready at the test period.
scheduled time for the connection. All water used to perform hydrostatic pressure shall be
Work shall not be started until all the materials, equipment charged a usage fee.
and labor necessary to properly complete the work are assembled
on site. Allowable leakage per 1000 ft.of pipeline*-in GPH
The Contractor shall provide all saw-cutting, removal and
disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches
disposal of unsuitable materials, shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" 20" 24"
material, at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 2.55 3.18 3_82
connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1_50 1.80 2.40 3_00 3_60
necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 2.25 2.81 3.37
plans, including but not limited to the required fittings, couplings, 275 0.75 1_00 1.24 1.49 1_99 2.49 2_99
pipe spools, shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1_90 2.37 2.85
Contractor shall provide and install concrete blocking, polywrap 225 0_68 0_90 1.13 1.35 1_80 2_25 2.70
the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
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 (RC) L= P
A hydrant meter and a back flow prevention device will be 7400
used when drawing water from the City system. These may be in which
obtained from the City by completing the required forms and L = Allowable leakage,gallons/hour
making required security deposits. There will be a charge for the N = No.of joints in the length of pipeline tested
water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches
be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test,psi
permanent air vents are not located at all high points, the contractor
shall install corporation cocks at such points so that the air can be
expelled as the line is filled with water. After all the air has been 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-pigging"(RC)
The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be BkrslWpoly-
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 the1ining of the pipe to absorb water. The State will have become lodged in the pipe. If no hyd;avA is kmullad at the and
furnish the water necessary to fill the pipelines for testing purposes -the 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's standard detail. Water
The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing
accurately determined by either 1)pumping from an open container water system, shall not be disposed into the storm drainage system
of suitable size such that accurate volume measurements can be or any water way.
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
Page-SP-38
Revision Date:May 19, 1997
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
SECTION 711.3(12)D HAS BEEN DELETED AND Joint restrainer system components:
REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip
galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for
7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile
Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000
laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat
SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and
hardness specifications. SST 753: 3/4" for 14" to 24" mechanical
7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4" same as
Treated water shall be retained in the pipe at least 24 hours SST 7, except 1" 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/l. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM
SEC77ON 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized
Tiecoupling: used to extend continuous threaded rods and are
7-11.3(12)N Final Flushing and Testing (RC) provided with a center stop to aid installation, zinc plated or hot-
Before placing the lines into service, a satisfactory report shall dip galvanized. 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 Tierod: continuous threaded rod for cutting to desired lengths,
points in the new system. Samples will be collected and
bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter,
ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter,
SECTTON 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36, A307.
ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip
7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1.
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 together to prevent joint separation. Tiebolts shall be installed to
standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ 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" 2
8" ...........................................3
SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10............................................4
12"...........................................6
7-11.3(15) Joint Restraint Systems (RC) 14............................................8
General: 16"...........................................8
Where shown on the plans or in the specifications or required by 18"...........................................8
the engineer, joint restraint system(shackle rods) shall be used. all 20............................................10
joint restraint materials used shall be those manufactured by star 24"...........................................14
national products 1323 holly avenue PO box 258, Columbus Ohio 30............................................(16-7/8"rods)
43216 unless an equal alternate is approved in writing by the 36.............................................(24-7/8"rods)
engineer.
Materials:
Steel types used shall be:
High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is
treated, superstar "SST" series. supplied with slots for "T" bolts instead of holes, a flanged valve
Huh strength low-alloy steel(cor-ten), ASTM A242, superstar with a flange by mechanical joint adapter shall be used instead, so
"SS" series. as to provide adequate space for locating the tiebolts.
Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained,
ASTM A153 for galvanizing iron and steel hardware. no run of restrained pipe shall be greater than 60 feet in length
ASTM A123 for galvanizing rolled, pressed and forged steel between fittings. Insert long body solid sleeves as required on
shapes. longer runs to keep tierod lengths to the 60 foot maximum. Pipe
used in continuously restrained runs shall be mechanical joint pipe
and tiebolts shall be installed as rod guides at each joint.
Page-SP-39
Revision Date:May 19, 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(I)HAS BEEN REVISED AS FOLLOWS:
tiecouplings, tierods and tiewashers may be galvanized as specified
in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Posts CZ
koppers bitumastic no. 800-m,or approved equal. Where required, a valve marker post shall be furnished and
Tiebolts, 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-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade (RC)
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
mains 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(1/2")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, backfdling, 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
_shhackle rods, abandoning and capping existing water mains, per each, if included as a separate pay item in the Contract; if not a
removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value
)hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental.
shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the
'Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this
yard. measurement item.
The unit contract price bid for "Concrete Thrust Blocking and
Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE
materials, equipment for the installation of the concrete thrust FOLLOWING:
blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve
excavation, dewatering, haul and disposal of unsuitable materials, Box," per each.
concrete, reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified
item is not included in the contract schedule of prices, then thrust size, shall be full pay for all labor, equipment and material to
blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main,
installation of the pipe and no further compensation shall be made. including trenching, jointing, blocking of valve, painting,
"Connection to Existing Water Mains",per each. disinfecting, hydrostatic testing, cast-iron valve box and extensions
The unit contract price per each connection to existing water as required,valve nut extensions, adjustment to final grade.
mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault,"per each.
materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve
assembly, shall be full pay for all labor, equipment and material to
furnish and install the valve complete in place on the water main,
including trenching,jointing, blocking of valve, by-pass assembly,
cast-iron casting and cover, ladder rung, concrete risers as
required, adjustment to final grade.
"16 inch and larger Butterfly Valve and Concrete Vault," per
each.
i
Page-SP-40
Revision Date:May 19, 1997
7-14 Hydrants 7-14 Hydrants
The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories
butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are
and material to furnish and install the valve complete in place on outside right-of-way).
the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance
painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15).
casting and cover, ladder, concrete risers as required, adjustment
SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE
to final grade. FOLLOWING.
"Blow-off assembly," per each.
The unit contract price per each for each blow-off assembly '7-14.3(3) Resetting Existing Hydrants (RC)
shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants
installation the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new
Detail, latestt 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, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC)
disinfection, meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or
and per City of Renton Standard Detail, latest revision. - replaced with a new hydrant). All rubber gaskets shall be replaced
"Adjust Existing Valve Box to Grade(RC),"per each. with new gaskets of the type required for a new installation of the
The contract bid price for "Adjust Existing Valve Box to same type.
Grade" above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS:
tools and equipment necessary to satisfactorily complete the work
as defined in the Contract Documents, including all incidental 7-14.5 Payment (RC)
work. If not included as a separate pay item in the Contract, but
required to complete other work in the Contract, then adjustment of Payment will be made in accordance with Section 1-04.1, for
valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal:
and no futher compensation shall be made. "Hydrant Assembly",per each.
The unit contract price per each for "Hydrant Assembly" shall
be full pay for all work to furnish and install fire hydrant
assemblies, including all costs for auxiliary gate valve, shackles,
tie rods, concrete blocks, gravel, and painting and guard posts
required for the complete installation of the hydrant assembly as
FaaAer.P@6tr specified. The pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made.,
7-14 Hydrants „eGified ;,, S@G+in.1;-17 C
"Resetting Existing Hydrants",per each.
7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing
Hydrant" shall be full pay for all work to reset the existing
SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding (or replacement with a new hydrant),
FOLLOWS. shackling, blocking, painting, and guard posts and reconnecting to
the main. The new pipe connecting the hydrant to the main shall be
7-14.3(1) Setting Hydrants (RC) considered incidental and no additional payment shall be made.
After all installation and testing is complete, the exposed
portion of the hydrant shall be painted with o"wo field coats. The spogifiod in 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 Nam,pipe fQ;hyd;amt coanaction&will be Paid fo;ag
preservative paint NO. 43-655 safety yellow or approved equal. specified in Sogtion 7.41 5. 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(MJ x FL), 6" gate valve(FL x MJ), 6" DI spool (PE x PE), 5-
1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter,
Page-SP-41
IRevision 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
7-15.3 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
lines shall be copper. and compatible with the City's viewing and recording systems. The
Where instalation is in existing paved streets, the service lines _City system accepts 1/2" wide high density VHS Tapes. The tapes
shall be installed by a trenchless percussion and impact method will be run at standard speed SP(1 5/16 I.P.S.).
(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 Measurements CZ
7-15.5 Payment (RC) The length of sewer pipe will be the number of linear feet of
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 or oe- Section 7-17.3(2) will be the number of linear feet of completed
hogging),tapping the main, laying and jointing the pipe and fittings installation actually tested.
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 on on truck
7-17 Sanitary Sewers tickets.
SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS
SECTION 7-1_7.2 HAS BEEN REVISED AS FOLLOWS. FOLLOWS: '
7-17.5 Payment (RC)
7-17.2 Materials (RC) (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. e;-3Z.C.-Sewer Pipe _ In. Diam.", per linear
Concrete ADS-Cat�gesito foot.
it�ilwd-Clay PVC(Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear
Ductile Iron foot.
Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.",per linear foot.
sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot.
Plain Concrete Storm Sewer Pipe 9-05.7(1) "Anc r,...,..,ske sewo.Pip@ In Diam ",pa;lima;foot
Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the
Viwi€od Clay Sew@;Pipe 9 e514 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
"S CgMP4649 co,^S-Rip@ 9^05 34 adjustment of inverts to manholes for the completion of the ,
installation to the required lines and grades.
All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot.
thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer
conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment
SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2).
FOLLOWING: If no unit price for "Testing Sewer Pipe" is included it shall be
considered incidental to the pipe items.
7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per
(RC) cubic yard.
When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and
shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work
trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable
shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A.
trap until the new system is placed in service and then to remove it. "Bank Run Gravel for Trench Backfill Sewer", per cubic
Any construction debris which enter the existing downstream Yard, or Ton.
system, shall be removed by the contractor at his expense, and to The unit contract price per cubic yard, or Ton for "Bank Run
the satisfaction of the Engineer. When the first manhole is set, it's Gravel for Trench Backfill Sewer" shall be full pay for all work to
outlet shall be plugged until acceptance by the Engineer. furnish,place, and compact material in the trench.
"Television Inspection",per Lump Sum. ,
Page-SP-42
Revision Date:May 19, 1997
8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
Miscellaneous Construction
8-13.5 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 eachhua3FW. FOLLOWING:
"Raised Pavement Marker Type 2", per each# 03. 8-14.3(4) Curing (RC)
"Raised Pavement Marker Type 3- In.", per
eact>ta�d�ct The Contractor shall have readily available sufficient
"Recessed Pavement Marker",per eachhun". protective covering, such as waterproof paper or plastic membrane,
The unit contract price per eachhund;W 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,
patrolling, or otherwise protecting newly placed concrete.
Marker"shall be full pay for all labor, materials, and equipment
necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be 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 pay item for "Miscellaneous and/or
8-13.3 Construction Requirements Driveway Asphalt Concrete."
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE
The monument will be furnished and set by the Engineer o� FOLLOWING:
the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the 8-14.5 Payment (RC)
Contractor shall be responsible for assuring that a registered "Curb Ramp, Cement Concrete," per each.
surveyor references the existing monuments prior to construction. Payment for excavation of material not related to the
After construction is complete, the monuments shall be re- construction of the sidewalk but necessary before the sidewalk can
established by the surveyor in accordance with RCW58.09.130. 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.
Page-SP-43
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 STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the
SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will, however, be of sufficient size so
that all of the necessary conduit can be installed within the depths
8-17.5_Payment (RC) specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
If no pay item is included for 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 C
and Electrical
8-20.2 Materials 3G
Where obstructions prevent construction of planned
SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation
FOLLOWING:
satisfactory to the Engineer.
8-20.2(1) -Equipment List and Drawings (RC)
The Contractor shall submit for approval six sets of shop
drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the
this project: foundations for and to the dimensions specified in table 1 below.
1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed
2. Signal standards with or without pre-approved plans. thereon. '
3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation
4. Metal Strain Poles. construction site and disposed of at the contractor's expense.
Concrete shall be placed against undisturbed earth if possible.
Disturbed earth or backfill material shall be compacted to 95
percent of the material's maximum density. Before placing the
The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other
shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the
dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations
and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship-
like manner. Concrete shall be promptly cleaned from the exposed
SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement.
ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified
curing period, the contractor may install the applicable device
8-20.3(2) Excavating and Backt"illing (RC) thereon.
The contractor shall supply trench within the unit widths and
to the specified depths at the locations indicated on the contract Table 1
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
performed at the-time of the initial backfilling of the trench unless Street Light Pole 4'Deep x 3' Sq or Dia.
Signal Pole up to 40' mast arm 7'Deep z 3' Sq or Dia.
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
shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner
of six inches above the conduit. specified below:
Trench within the roadway area shall use select trench backfill 1. Where sidewalk or raised islands are to be constructed as a
part of this project,the top of the foundation shall be made
which shall consist of 5/8th inch minus crushed surfacing top
course or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (See detail
schedule of prices and directed for use by the engineer. The source sheet
and quality of the material shall be subject to approval by the 2. Where no sidewalks are to be installed,the grade for the top
engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer. (See
with acceptable materials from the excavation subject to the detail sheet
Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on_
necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field.
the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by the Engineer. The
Page-SP-44
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(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or
Bushings. Wall thickness of conduit shall be consistent within
�ecsiieas: continuous conduit runs with no mixing of different schedule tunes
between terminations.
The contractor shall provide and install all conduit and
i All ^'m e^^m. thlo lum-ii aim bass w the aea;@6ijiinCt OR necessary fittings at the locations noted on the plans. Conduit size
bez. shall be as indicated on the wiring and conduit schedule shown on
4, All . Astall-A ...;.,ram,. . ...,i ipA& llati plans.
Conduit to be provided and installed shall be of the type
s• 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
;I- All Goadmit satOriAgjuActien boxes -Ad sarvico than within the roadway area.
2. Schedule 80 extra heavy wall p.v.c. Conforming to
ASTM standards shall be used when the conduit is to be placed
within the roadway area.
All joints shall be made with strict compliance to the
manufacturer's recommendations regarding cement used and
environmental conditions.
SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
8-20.3(6) Junction Boxes
The contractor shall provide and install junction boxes of the
9- All whe;IoGalioar Awed;A the GoAt;-G& 'Pe and size at the locations specified in the plans and as per detail
9- All R-ins axso;aally sheets.
The inscription on the covers of all junction boxes shall be as
indicated below:
NGAMOU ,4444
,,•„ d mo d rh"n „f Ir nts noted 1. Street lighting Only: "Lighting"
g;ouag n n 2. Signal only: "Signals"
the �
61ip QRU@A-bnRjor' 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
s004 conformance with provisions contained in the standard plans and
detail sheets.
The unit contract price per each for "Type I" or "Type II"
junction box shall be full compensation for furnishing same and for
all costs of labor, material, tools, and equipment necessary to
' provide and install the junction boxes including excavation,
backfilling and compaction all in accordance with plans,
small test bolas may lbe r.11t i;q dW pavement to 10G-10 -
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.
be
install conduits by open trenching. Open trench construction shall installed on comp All_�u comp boxes and associated concrete pads shall o
conform to the following: acted 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 2-€�t ne-o ceder 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 junction box
grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the
crushed surfacing and the concrete pad shall be incidental to the
unit price per junction box and no further compensation will be
5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed
restored per the Renton Standard Detail. backWlad vtith.3 kwher o surfacing" and/or for "concrete pad."
Page-SP-45
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ,
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the
FOLLOWS. necessary arrangements with the serving utility to complete the
service connections. Electrical energy used prior to completion of
8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when such operation is ordered
by the Engineer, will be borne by the Ststo City.
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)
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
Ading in the staada;d Rims cycle A.C. (street lighting contactor/traffic signal, grounded
neutral service)
The power service point shall be as noted on the plans and
iA shall be verified by the electrical servicing utility.
Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service
conform to all Code requirements. agreement letters and numbers. The markings shall be installed on
Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings
accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint
shall be accomplished only at the service. conforming to Federal Specification TT-E-489.
SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8-20.3(11) Field Test (RC)
the ..� ..11o :.... 4411 he t,...,e,l 01R. .., 1]291 QP@.M:.,., h., the
♦he.14 ..tion of the Lagifieer. 'The s gRal .
GoiRA@Gsed to &he f4st g;ound ;od Ground slo-uodes shal maximum. sime allowed f4g; gash ope;ation p;io; ;o swigGhing to
jj � i
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
nearest iunction box. All signal controller cabinets and I. 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.
I lnlesr other...:oe Rota l the Plane rho Spegin!
8-20.3(13) Illumination Systems
SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
8-20.3(13)A Light Standards (RQ (SA)
Page-SP-46
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 to support a
luminaire weight of 50 lbs. or more and to withstand pressures
1- ell 1 11 11 be A A 2=10 M 164 (A eTa.r A 3-25) 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:
r lam bolts 1,..n A A cuTO Xd 164 r A S444 A j 15) The davit style arm shall incorporate a 5'9" radius bend
A� � psS ssa... �i�i ■a n � 7
,. AQT11.( A AAO balrc will. Glea, ,..,.1.,..ago.l .h;@-A Tha as measured from the centerline of the shaft. The outer portion of
the arm shall be nearly horizontal to +2' above horizontal and
shall be furnished with a 2" diameter shipfitter with a maximum
length of 8 inches to fit the luminaire specified. The pole end of
the davit arm tube shall be fastened securely to the top of the shaft
producing a flush joint with an even profile.
Anchor Base:
A one piece anchor base of adequate strength, shape and
6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base
shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment
repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four
approval prior to making any repairs. The procedure_is to slotted or round holes to receive the anchor bolts. Nut covers shall
include removing the damaged portion of the anchor bolt, be provided with each pole.
cutting threads on the undamaged portion to remain, the Anchor Bolts:
installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and
repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall
7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The
bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending
installed plumb, f 1 degree. moment of the pole shaft at its yield point
The contractor shall assure that all anchor bolts conform to the
' C!..-,4--A 1DI— 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
-- 1,0;.1„ .c ---I,e� nbQ..o the f,..,lit:^^ A.^ti�� anchor bolts meet these specifications.
Miscellaneous Hardware:
All hardware (bolts, nuts, screws, washers, etc.) needed
1- A G:o; Wits s all ►e -us aU 2 142 to z ;.ghas .,1,040 a,o to complete the installation shall be stainless steel.
I.D. (Identification for poles):
The contractor shall supply and install a combination of
fQuAA-&;QA. 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 "@;t imull-tioAr shall GoAfQ;;p to details ;A the 3 inch square with gothic gold, white reflectorized 2 inch legend on
&and�rd JRIaas a black background. The I.D. number will be assigned to each
A n 1:..1 . . 1 ,-As sh-41. ,....e na apprg;,@A ,a.al tag pole at the end of the contract or project by the City traffic
engineering office.
Cost for the decals shall be considered incidental to the
contract bid.
Light standards shall be spun aluminum davit style and shall
meet the pole detail requirements indicated below and the detail
All new light standards shall be numbered for identification in sheets at the end of these specifications.
accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand
installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts.
Specification TT-E-489. The pole shall be adjusted for plumb after all needed
In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and
minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using proper sized
and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches. Use of pliers pipe wrenches,
The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted.
on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the
provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of
inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and
Page-SP-47
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
SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING.
FOLLOWING: 8-20.3(1S� Grout C i
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete
All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with
600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to
multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall
division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just
schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being
terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so
terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of
block shall have-an open end soldered terminal connector.- All the grout pad as shown on the standard detail.
terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
of the correct type of connector and crimping with pliers, wire FOLLOWS:
cutters, etc., will not be allowed. All wiring inside the controller
cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement(RC)
appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as
shall be permitted unless otherwise indicated on the plans. All illumination system_ traffic signal display md 1949rtiaa system
conductor runs shall be attached to appropriate signal terminal ffigsignal t:elsystam—, 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 pp y' t
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
8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: ICable
(RC) 8-20.5 Payment (RC)
The Contractor shall keep records of field testing and shall
furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that
are included in the proposal:
SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum.
AS FOLLOWS: - "Traffic Signal Display and DoWG4ion System _", lump
SUM.
8-20.3(14)E Signal Standards (RC) "L raf€c Signal Cetrel Syston; " ' MP° M
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 Display and Dalaclioa System
luminaire. Ill.,.,,,-boon *14ing „stalimion Goat ;m to doWils —"Tr-.affi.Signal Control Sys*.*.
_ shall be full pay for furnishing
all labor, materials, tools, and equipment necessary for the
construction of the complete electrical system, modifying existing
14. The signal standard and its fabrication shall conform with systems, or both, as shown in the Plans and herein specified
all current Washington State Department of Transportation Signal including excavation, backfilling, concrete foundations, conduit,
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 wrenches or other tools which can damage the galvanization of the electrical system, shall be included in the lump sum contract price.
l teo � T„
nuts and bolts will not be permitted. ,�al
Tools shall be of a sufficient size and strength to achieve D;2 " gh 11 be full Pay f.,; fuRlighing all „ „or..„„O-,;..„W
adequate torquing of the nut(s).
Page-SP-48
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 by the
electrical utility, the contract plans, details and specifications and
not included as separate pay items in the contract schedule of
&5'sWm Shown. "........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..."x...", and mounting
The unit prices for the items listed below shall be full hardware," per each.
compensation for furnishing and installing each item and for all "2/c shld loop return cable," per linear foot.
labor, materials tools equipment and testing necessary and/or "3/C shld pre-emption cable,"per linear foot.
I incidental for the full and complete installation as per the contract "...-pair shld interconnect cable,"per linear foot.
plans, detail sheets and these specifications. "Traffic signal controller and cabinet," per each.
"Trench and Backfill......... 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 backfill material to specified density "Induction loop vehicle detector." per linear foot.
and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop
as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth
accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be full
"Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire,
shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required
unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans,
and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include
waste materials. providing and installing conduit stub-outs and soldered splices,
"... ....Foundation, .......," per each.* splices to loop return cables unless separate pay items are included
"Type ....Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting
*The unit per each price for(5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not
Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting.
per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28
each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as
unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of
"Concrete Pad." proper locating of loop return "Stub-out", by direct routing of
"Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires in a
Measurement for ('7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be
yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes 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, 1G-feet," per each.
the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each.
from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be
grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing
measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing 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.
Page-SP-49
Revision Date:May 19, 1997
8-22 Pavement Marking 8-22 Pavement Marking
The unit per each price for "Remove existing foundation" Traffic Loa"Legend
shall be full compensation for full and complete removal and A WHITE marking^^^fQ;minrt to the gull/A ^,,,,,;,.n..
hauling and disposal of the foundation.
p;opoaionusing alphabetical letters..
8-22 Pavement Marking
SECTION 8-22.1 IS REVISED AS FOLLOWS: contract plans and detail sheets. '
8-22.1 Description(RC) SECTION 8-22.3(5)IS REVISED AS FOLLOWS.
Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC)
A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error
or"skip"pattern shall be based on a-404 t 24-foot unit consisting within a-404 24-foot length of skip stripe shall not exceed plus
of a-l9-t'set 9-foot line and a�304 et 15-foot gap. Skip center or mi c nus 1 inch.
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-oP4;-iAch space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-w"
and for channelization.
Gow peAPproach Stripe
A SOLID WHITE line, 8 inches wide, useda";oaway
to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION.
from through lanes, for traffic islands, and for hash marks. Hash 8-22.3O Removal of Traffic Markers (RC) ,
mark stripes shall be placed on 45 degree angle and 10 24-feet
apart — The work to remove all old or conflicting stripes, lines,
Lane Stripe buttons, or markers as required to complete the channelization of
A BROKEN WHITE line, 4 inches wide, used to the project as shown on the plans or detail sheets shall be
delineate adjacent lanes travelling in the same direction. The considered incidental to other contract pay items and no further
broken or "skip" pattern shall be based on a-49-foot24-foot unit compensation dedfor osuch removal.
shall be made unless a separate pay item or items are
i
prov ded
consisting of a 44-feet 9-foot line and a-394eet 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 ^g ;^^•^. The broken or "skip"
pattern shall be based on a 244-1 foot unit consisting of a 9340ot 8-22.4 Measurement(RC) (SA)
line and a 154Z-foot gap. The measurement will be based on the travel distance-roquirad
& of a marking system capable...
n skip captor. swipe by a 4 inGh spa�w whow passing ir, pr@hibitad
Go"Approach stripe, barrier stripe, crosswalk stripe, and
P;Qhibitsd in b be two SQ1 ID 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.
Two DR-OKEN "I r nm „^os oaGh ,, ;,,,.ties wide, Traffic laua"legends, handicapped parking stall symbols, ,
preferential lane symbols, railroad crossing symbols, drainage
markings, and cycle detector symbols will be measured by the unit.
9af)- Measurement for paint/plastic stripe line removed shall be by
Two Way Left Turn Stripe the linear foot of "...." wide line or shall be included in the lump
A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified
BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay
space. The broken or"skip" pattern shall be based on a-404o t 24- item, then removal of existing traffic markings shall be considered
foot unit consisting of a-494eei 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,-12 8 inches wide and 10-feet
long, installed parallel to another crosswalk stripe with - 6-foot 8-22.5 Payment (RC)
and
parallel to the direction of traffic flow and centered in pairs on lane "Painted G;@ Stripe",
tri e ,p Stripe",per linear foot.
lines and the center of lanes. See detail sheet.. "
Stop Bar "Painted Traffic LaitasLegend",per each.
A SOLID WHITE line,-1-8 12, 18 or 24 inches wide "Plastic Traffic Liao ...... wide,"
per each. ,
ualass as noted Q4hoPwisa-ia on the Contract plans. "Remove Paint Line ....." wide," per linear foot."
Page-SP-SO
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 WITH THE
"Remove Plastic Line" and the lump sum contract price for FOLLOWING.
"Remove existing traffic markings" shall be full compensation for
removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RC)
and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting 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
shown on the plans or detail sheets 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-51
' 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 project until the
job mix formula has been approved by the engineer. The mixture
Materials shall be designed to meet the test criteria listed in Section 9-03.8(2)
and remain within the limits set forth in 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 toin 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:
specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size.
requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement.
the Contractor. c. Asphalt grade.
d. Mixing temperature.
9-02 Bituminous Materials e. Compaction temperature.
f. Anti-strip agent content.
9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without
SECTION 9-02.I(10)IS A NEW SECTION: prior written approval of the Engineer. Should a change in sources
of materials be made, a new JMF must be approved by the
9-02.1(10) Loop Sealant (RC) Engineer before the new material is used. '
Unless specified otherwise in the contract or permitted by the
Engineer upon request from the contractor, loop sealant shall be
hot-melt, rubberized asphalt sealant(Crafco Loop Detector Sealant ,
or approved equal), shall meet the penetration, flow and resilience The ""@"„@ „;ad-#;"„ of the Gomplwed ""„half
specifications of ASTM D3407 and shall be installed with an
approved applicator in conformance with manufacturer's Design RaGo.....,o„,,.,tions shall be the MF, a„., ,.t, age
recommendations.
The contractor shall request and obtain approval from the AwA,A=
Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances-and Adjustmapts.
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 Aggregate passing 1", Broad band specification
3/4 5/8 , i/2", and limits Section 9-03.8(6).
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS. 3/8" sieves
C) Aggregate passing o. sieve t 5%
9-03.8(6)A Basis of Acceptance(R halt Concrete will be accepted based on its Aggregate passing No. 10 sieve t %
1. Asphalt Aggregate passing No. 40 sieve t 4%
conformance to the project job mix formula (JMF). Aggregate passing No. 200 sieve t2%_Notel ,
Asphalt cement t0.5%Note2
For open graded mix: Tolerance limits shall be for aggregate
gradation only and shall be as specified in Section 9-03.8(6).
Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt
Pavement),2.5% for 50% RAP or more.
Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20%
&h@ Epginoor will ,tot@.-...:„@ the aspt�lt centant, anti ship 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 acce tance.
t n3•
No
Page-SP-S2
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
s Ad}uscmepta 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
(RC)
fa; gr
Hydrostatic testing of rubber gasket joints shall be performed
in accordance with ASTM C361 or AWWA C302 except test
4A Xhlo .,d:..6.ed n4 „ills the alloyiad pressure shall be 5 psi.� or.
teloraacos A-111 be within the wag@ 4 '�� �-^^a b^^a SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS
spwi€iwtieas. FOLLOWS.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Famimum og 0 1 per-rpms f om the .ed TACP No field
ilo-sCi€tcztieas.
The manufacturer of spiral rib storm sewer pipe shall furnish
9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating
that 'the materials furnished comply in all respects with these
SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State.
9-04.11 Butyl Rubber(SA) Unless otherwise specified, spiral rib storm sewer pipe shall
'
Butyl rubber shall conform to ASTM D2000,M1 BG 610, be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or
9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib.
Conduits
' SECTION 9-05.4 IS REVISED AS FOLLOWS:
i A A cumn M a ce^a^..;E"
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) n �5 :A..l, 4 1.4 :.wh ..,:de by n 43:Z5 inch
' Steel culvert pipe and pipe arch shall meet the requirements of
AASHTO M 36, Type I and Type H. Welded seam aluminum caaW4
coated (aluminized) corrugated steel pipe and pipe arch with
metallized coating applied inside and out following welding is jointed with nQj1P1kqg Wn
acceptable and shall be asphalt treatment coated.
SECTION 9-05.7(2) IS 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
(RC) inspected in conformance with Section 9-05.4. The size, coating,
and metal shall be as shown in the Plans or in the Specifications.
Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project
requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a
in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material. The ribs shall be essential
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
9-0. 5.7(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-53
Revision Date:May 19, 1997
9-06 Structural Steel and Related Materials 9-08 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 jointed with coupling normal to the direction of the ribs). The radius of bend of the '
bands. metal at the corners of the ribs shall be 0.0625 inch with an
When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent.
be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall ,
spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated
05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch +
For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95
project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the ,
from a single thickness of material. The ribs shall be .375 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 0.0625 inch with an
direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent.
corers of the ribs shall be 0.0625 inch with an allowable tolerance
of 10 percent. 9-06 Structural Steel and Related Materials
SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION:
9-06.5 Bolts
9-05.12( 'CPEP Sewer Pipe (RC)
CPEP - Smooth interior pipe and fittings shall be SECTION9-06.5(4)HAS BEENSUPPLEMENTED BY ADDING.
manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts (RC)
Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal
pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall
AASHTO M294. meet the recommended specifications of the pole manufacturer.
SECTION 9-05.14 IS DELETED: The Contractor shall be responsible for providing to the Engineer
any and all data concerning fabrication, strength test results, mill
SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor
FOLLOWS: bolts meet those specifications.
The following standard specifications shall apply to anchor
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the
(RC) Contractor can submit documentation from the manufacturer ,
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.
h e e S14XQ*1 196, SeQ49a:7" 2. The anchor bolts for signal poles and strain poles shall
Z n J-,c ;A-h. 14 ;nnh wido by n 4335 ilwh (..,;..;,.,urn) meet the specifications as designated on the approved
manufacturer's pole plans and/or supplemental plans or
3, 3.14 ;..,.% 1 i4 ;.wh ,,,ids by n oc kgGh (...;..;,.,11m4 pionp specifications provided by the manufacturer.
All anchor bolts nuts and washers shall meet the pole
manufacturer's specifications and shall be hot dipped galvanized
cautqr- unless such galvanization is not permitted for the type of steel as ,
per Section 9-06.5(4).
9-08 Paints
pavoa The lbitu„;,,,,,s .ro.,.. ant f- s r-"i rib pipe shall vQnf;4Q SECTION 9-08.8 IS A NEW SECTION.
9-08.8 Manhole Coating System Products (RC)
For spiral rib storm sewer pipe, helical ribs shall project
outwardly from the smooth pipe wall and shall be fabricated from a ,
single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification (RC)
inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for
Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces
with coupling bands. of sanitary sewer manholes when required.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 0.375 inch +
Page-SP-S4
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 exposed shown on the plans.
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 only exceptions shall be the
9-08.8(2) Coating Systems with
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. 121<.4 AWG stranded
' (Sweep or brush off blast) copper wire, Class B, with chemically cross-linked polyethylene
Application: betweeShoffn c The drying time type RHH-RHW insulation of code thickness.
between coats shall not exceed (11)S4-pai;4Communications cable(=C}.shall meet REA
6.0 Primer:
mils dry fil s in any case specification PE-39 and shall have six-.Pal—No. 19 AWG wires
System Thickness: m with 0.008 inch FPA/MPR coated aluminum shielding. The cable
Coatings: Primer: One coat of Walser shall have a petroleum compound completely filling the inside of
MC-Conceal high solids 2 the cable.
urethane(2.0 DFT)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
Admixtures 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
and meet strict capacitance limits.
9-23.9 )Fly Alb (RC)
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.
1. Schedule 80 Extra heavy wall P.V.C. conforming to 7• Filling: the entire cable within the outer jacket is flooded
ASTM, Standards, to be used in all installations under roadways. with petroleum-polyethylene 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 beard.
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
fo 9-29.10 Luminaires (RC)
llows:
' 1. Signal only: "Signals" The filter shall be charcoal with elast-omer gasket.
_2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing 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.
Page-SP-55
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.
on each luminaire.
9-29.11 Control Equipment
5. Conflict Monitor. Upon sensing conflicting signals or
SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall
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 ccom ely low. '
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
luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS
control the system shall be mounted on the luminaire nearest to the FOLLOWS. '
service/contactor cabinet. The photo cell shall be capable of
switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC)
Immediately after a valid call has been received, the
SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required
FOLLOWING. - clearance intervals and subsequent pre-emption intervals.
9-29.13 'traffic Signal Controllers (RC) Pre-emption shall sequence as noted in the contract. Pre-emption
equipment shall be installed so that internal wiring of the
The unit 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. ph"s- ,
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
standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible ,
mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City
soldering. All components shall be standard "Off the shelf" items. of Renton is currently using and shall be capable of being activated
The traffic signal controller shall be capable of interfacing by the same transmitters.
with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an
shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a
master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed
establish the sequence of signal phases, including overlaps, in "line of sight" path. The system shall cause the traffic signals
conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. ,
operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for
with volume density on each phase as required. All clearance field programmability. It shall consist of the following
timing and pedestrian timing shall be accomplished at the local components:
intersection. -- a. Optical energy detectors which shall be mounted on the
SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy
FOLLOWS: emitter's signal.
b. Discriminators which shall cause the signal controller to
9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle '
2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence
located behind the police panel door is turned to the flash position, diagram.
the signals shall immediately revert to flash; however, the c. Pre-emption Indicator Lights.
controller shall "STOP TIME." When the switch is placed on Optical Detector '
automatic, the signals shall continue to flash for an additional a. Shall be of solid state construction.
8 second flash period. At the completion of the continued 8 second b. Fittings shall meet the specifications of the system
flash period, unless otherwise specified, the controller shall manufacturer to facilitate ease of installation. '
immediately resume normal cyclic operations at the beginning of c. Shall operate over an ambient temperature range of-40°F
artery gFo4m ely low.
to +180Q F(-40 C to +85
4. Power Interruption. On "NEMA" controllers any power d. Shall have internal circuitry encapsulated in a semi-
interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture.
shall re-energize consistent with No. 2 above to ensure an 8 second e. Shall respond to the optical energy impulses generated by
flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro
of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, a rise time less than one
resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than ,
thirty microseconds.
Page-SP-56
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Discriminator
Each module shall do the following:
a. Shall provide for a minimum of two channels of optical 09 P
detector input.
b. Shall provide for a minimum of two discrete channels of
optically isolated output. ;„di^- ons fer. tinting—incep—Ise Gonwella;s shall—p;euida
When a pre-emption detector detects an emergency vehicle, ;„,,;,,,,,,,,„S f_ tiff,;„s; +219 OR h.,th .;„go that G214 be , ,od
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
n
phase selected until the detector no longer detects the emergency 41ir fot ,.+.e n .,. ot;.,+;„rt f,•...,,., ;094
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 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic
FOLLOWING: signal controller shall include all circuitry required to provide all
timing and all functions for signal operation in a fully-actuated
9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening
The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when
side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be
of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of
and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not
SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow.
FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.13(6) Radio Interference Suppressors 9-29.13MA 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
the City of Renton Signal Shop, Renton, Washington. The Signal
9-29.13('7) Traffic-Actuated Controllers t;RC) Shop will make space available to the contractor for the required
Traffic-actuated to
controllers shall of electronic devices which, test demonstrations. The contractor shall assemble the cabinet and
when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete
both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components
All so
more ll solid--ions.state electronic traffic-actuated controllers and their satisfactorily functioning shall start the test period. Any
malfunction shall stop the test period until all parts are
supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a
The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the
permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The
NEMA specifications. demonstration by the contractor to the Engineer of all components
...e„t Sh.,ll nn..f.RR to r,UWA „++hl;...,t;.,., IR48.16"
functioning properly shall not relieve the contractor of any
responsibility relative to the proper functioning of all aforestated
Actuated traffic signal controllers shall be 8-phase control 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
> ..e�. pin .,f a a„g „hurt Shall ho ut;l;Xed AS FOLLOWS:
9-29.13( )B Auxiliary Equipment for Traffic Actuated
Controllers (RC)
The f110wingT, .,t apply to xili, ..t
�;Q*6" 87."ar, ;r :�++�.'^1':.^,r , -e�-diiA., lti(�F1 of FT 7
�6�toi3c testing- pQjj-u ++nl +.;trhno n„to.�lo @Atc_ VOW fag
Page-SP-57
' 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 9-29.13(7)D IS REVISED AND SUPPLEMENTED
time bypass switch. If the intersection is placed on flashing AS FOLLOWS.
operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RC,SJA
controller shall immediately stop time. The stop time bypass 1. 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 We"
normal cycling operation while the intersection remains in flashing anodized—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 1 3/4 inch long
and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet.
cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off
circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will
allow the control equipment to operate when placed in the "off"
Fail Safe Unit position. A second switch shall be the auto-flash switch. When ,
placed in the "flash" position, controller power shall remain on and
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 Both ,, ;., door. and ,.r,,.o .,anal door. Shall I--W on@ ,
The duration of a display of conflicting indications shall not be longnaopwnagasCabinet 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 Go fo; ing t JPauZ e ..,,tic,..,tion rv_74_3 6 w;d the"lowing;
controller cabinet. The terminals shall be numbered in accordance
with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE
numbering system is used for the cabinet wiring, then both FOLLOWING:
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-58
Revision Date:May 19, 1997 ,
9-19 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 g @a- 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 n 29 46(3)-1'e,,'car-benate Traffic Signal Heads(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
1i6�3}�A-Z14 a-:;.e 1'elTsarbenate Ts:,+fi: Signal Headde
possible to the center of the lanes. Signal heads shall be mounted
.
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. Heads(RC)
SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS. SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS.
9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
Eight inch conventional signals shall employ a 67 to 69 watt (RC)
traffic signal lamp rated for 130=volt operation, 595 minimum p4gings fer. T3Lpo 14 and N mQuats she11 be ingta11a
initial lumen, 665 rated initial lumen, 8,000-hour minimum, eapaiacod.-All adwr-hardware for etl&tnounts 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 grace baked enamel.
=130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS
length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS:
base. Bulbs shall be installed with the opening between the filament
ends up. 9-29.18(1) Induction Loop Detectors (RC)
Detector amplifiers shall be Detector Systems model 810A or
' SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal.
Induction loop amplifiers installed with NEMA controls shall
9-29.1 Signal Housing with a removable visor of conform to current NEMA specifications.
Eacchh lens shall be protected w ,^rn ,.,,...�„'s ..ti.,n ,.,,..F.-.., .,. �rmA.,..r,r.,..,.;,,., ro�Q
' 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 kwaadoscaat- 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 the signal visor. The outside cylinder shall be ^''^- tF-MG sigpal lamp ;awd for. »n-gi* @Per-ation it shall be
constructed of aluminu polyra4oAaw pLutiG, and the louvers shall
be constructed of anodized aluminum painted flat black. Goivar long4b, A )! bulb
Dimensions and arrangement of louvers shall be as shown in the Word massages, when spaGifiod, shall PFO"ide 10"@r-S
contract. a-minimum. of 4 3.11 k clros 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
two coats of factory applied traffic signal ely lowg;"n enamel
9-29.1 Back Plates
Back
plates shall be furnished and attached to the signal
VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING
plshe
heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION.•
half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type (RC)
5-inch square cut border and painted black in front and yellow in The fiber optics shall be drawn from optical glass of high
back.
purity. The fibers shall be temperature resistant. The fibers shall
be resistant to the UV light emitted by the halogen lamp and shall
' maintain their high transmission properties throughout the lifetime
Page-SP-59
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH
53 microns. Each single arm in the harness shall contain THE FOLLOWING:
approximately 300 fibers. The optical sheathing shall have a wall '
29.24(1) Painting(RC)
thickness of at least 1.5 microns. The common end of each bundle 9- The finish coat shall be a factory baked on enamel light grey
shall have a hexagonal bundle format. The common bundle end and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked
The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of '
dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel.
of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of
to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12).
temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH ,
shall be tested by soaking in Oxalic Acid 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. T 3-single phase 120/240 volt
YPe 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.
a rugged plastic module. 12. Meter base sections are unnecessary
SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
THE FOLLOWING.
The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) '
electronic ballast, no external transformer, and operate at 30 watts.
The heads shall display two symbol messages, "hand" (for the The pole mounted Terminal box shall be made of molded
do not walk mode) in Portland orange and "Man" (for the walk fiberglass, be grey in color, be approximately 16" high x 13-7/8"
mode) in lunar white. The message module shall consist of two wide x 5-7/8" deep and have a minimum of 16 terminals on the
neon gas tubes -enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight, have a single door
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
9-29.24 Service Cabinets(RC) terminal shall be separated by a marker strip. The marker strip
shall be permanently marked with the circuit number indicated in ,
The signal/street lighting service cabinet shall be as indicated the Plans. Each connector shall be a screw type with No. 10 post
on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with
buss bars and conductor terminals shall be copper or brass. The spade tips.
cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell
with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge.
panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each
and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet.
The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract.
cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with
complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and
cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock.
Page-SP-60
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( ) Combination Air Release/Air Vacuum
Valves (RC)
9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and
Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty," combination air release valve, or
' pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller 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.
obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air
All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation
24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line.
diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS:
' Water Standard Detail for 12" gate valve assembly vault and 1"
bypass installation. 9-30.3(8) Tapping 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.
RES11JENT 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.
All external and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be #78 Kupferle Foundry
valve shall be coated for corrosion protection with fusion bonded Co. or approved equal. Installation of blow-off permanent blow-
epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail,
parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow off
requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans.
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 at location shown on the plans.
resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the
' directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be
integrally cast. considered incidental to the contract and no additional payment
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
specifications. FOLLOWING.
Valves shall be designed for a minimum water operating
pressure of 200 psi. 9-30.5 Hydrants (RC)
End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa, Corey Type (opening with the
mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening.
Clow,M&H Style 3067, Mueller Series 2370, Kennedy. Compression type fire hydrants (opening against pressure)
Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion
obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85.
in diameter shall include an 8"x24" cast iron gate valve box and
extensions,as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE
All 12 inch diameter and larger resilient seated gate valves FOLLOWING.
shall have a 1 inch by-pass assembly and shall he installed in a
concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC)
Hydrants shall be constructed with mechanical joint
' connection unless otherwise specified in bid proposal description.
Page-SP-61
' 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)
or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS
AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS: '
valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 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"
pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC)
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
end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC) ,
Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
Page-SP-62
Revision Date:May 19, 1997
' 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 EMBANKM[ENT
' (March 3, 1997) (March 3, 1997)
"Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock
' 04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of Common Borrow is added.
(March 3, 1997)"Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends"
formula revised.
06.AP1 SECTION 1-06, CONTROL OF WORK 09,E SECTION 2-09, STRUCTURE EXCAVATION
(April 28, 1997) (March 3, 1997)
A new Amendment. Section 1-06.2(2) Samples A new Amendment. Sub-section 2-09.3(4)
and Tests for' Acceptance is supplemented. —
Construction Requirements, Structure Excavation,
07.AP1 SECTION 1-07, LEGAL RELATIONS AND Class B, Sub-section 2-09.4 Measurement, and
RESPONSIBILITIES TO THE PUBLIC Sub-section 2-09.5 Payment are revised. Sub-
(March 3, 1997) section 2-09.3(1)E Backfilling, Controlled Density
A new Amendment. Sub-section 1-07.9(5) Fill is added.
Required Documents is revised. Sub-section "Measurement" drywells added.
1-07.13(4) Repair of Damage is added. SECTION 3
"Required Records and Retention" revised.
09.AP1 SECTION 1-09, MEASUREMENT AND 02.AP3 SECTION 3-02, STOCKPILING
PAYMENT AGGREGATES
' (March 3, 1997) (March 3, 1997)
"Payment for Material on Hand" revised. "Asphalt Concrete Aggregates" revised.
l0.AP1 SECTION 1-10, TEMPORARY TRAFFIC SECTION 5
' CONTROL
(March 3, 1997) 04.AP5 SECTION 5-04, ASPHALT CONCRETE
A new Amendment. Sub-section 1-10.3(5) PAVEMENT
' Temporary Traffic Control Devices is revised. (September 30, 1996)
Sub-section 1-10.5 Payment is added. A new Amendment. Sub-section 5-04.3(10)B
"Conformance to Established Standards", "Traffic Control is revised.
Control Labor" and "Payment" have been revised.
Page-SP-63
' Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 6 "Materials", "Trenches", "Jointing of Dissimilar ,
Pipe", and "Payment" are revised.
02.AP6 SECTION 6-02, CONCRETE STRUCTURES "Standard plan for pipe collars pending.
(March 3, 1997) 17.AP7 SECTION 7-17, SANITARY SEWERS
A new Amendment. Sub-section 6-02.3(2)C
Contracting Agency-Provided Mix Design, Sub- (March 3, 1997) - '
A new Amendment. Sub-section 7-17.3(2)C
section 6-02.3.(6)A Weather and Temperature Infiltration Test is revised. Sub-section 7 17.2
Limits to Protect Concrete, and Sub-section 6- Materials is added.
02.3(24)C Placing and Fastening are revised. ,
"Infiltration Test" revised.
Subsection 6-02.3(6)A Temperature and Time for
Placement is added. Sub-section 6-02.3(11) 18.AP7 SECTION 7-18, SIDE SEWERS
Curing Concrete is added. (October 28, 1996)
"Face Lumber, studs, Wales, and Metal Forms", SECTION 8 '
and "Field Bending" are revised.
03.AP6 SECTION 6-03, STEEL STRUCTURES 02.AP8 SECTION 8-02, ROADSIDE PLANTING
(April 28, 1997) (April 28, 1997) '
A new Amendment. Sub-section 6-03.3 A new Amendment. Sub-section 8-02.5 Payment
Construction Requirements is revised. bid item "Water" is revised.
10.AP6 SECTION 6-10, CONCRETE BARRIER 09.AP8 SECTION 8-09, RAISED PAVEMENT ,
(March 3, 1997) MARKERS
A new Amendment. Sub-section 6-10.5 Payment (March 3, 1997)
is supplemented with an additional item. Sub- A new Amendment. Sub-section 8-09.1 '
section 6-10.3(1) Precast Concrete Barrier is Description is revised. A new section, Sub-
added. section 8-09.3(5) Recessed Pavement Markers is
"Precase Conc. Barrier" curing revised. added. Sub-section 8-09.5 Payment is
SECTION 7 supplemented and revised.
Section revised St. Item from plural to singular.
4.AP7 SECTION 7-04, STORM SEWERS 10.AP8 SECTION 8-10, GUIDE POSTS '
(April 28, 1997) (September 30, 1996)
A new Amendment. Sub-section 7-04.3(1)E Low A new Amendment. Sub-section 8-10.2 Materials
Pressure Air Test- Storm Sewers is revised. Sub- is revised. Sub-section 8-10.3 Construction
section 7-04.3(1)F Low pressure Air Test for Requirements is revised. ,
Storm Sewers Constructed of Non Air-Permeable 11.AP8 SECTION 8-11, GUARDRAIL
Materials is added. (March 3, 1997)
05.AP7 SECTION 7-05, MANHOLES, INLETS, AND Anchor Installation revised.
CATCH BASINS 15.AP8 SECTION 8-15, RIPRAP
(March 3, 1997) (March 3, 1997)
Revised to include drywells. New standard item '
"Materials", and "Measurement" are revised.
1062_"precast conc. drywell".
Revised standard item 7345 "Abandon Existing 17.AP8 SECTION 8-17, IMPACT ATI'ENUATOR
Manhole". SYSTEMS '
06.AP7 SECTION 7-06, CONCRETE PIPE (March 3, 1997)
ANCHORS Construction Requirements revised.
(March 3, 1997) 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC ,
This section is deleted in its entirety. SIGNAL SYSTEMS, AND ELECTRICAL
08.AP7 SECTION 7-08, GENERAL PIPE
(March 3, 1997)
INSTALLATION REQUIREMENTS A new Amendment. Sub-section 8-20.3(4) ,
(March 3, 1997) Foundations is revised. Sub-section 8-20.3(13)A
A new Amendment Sub-section 7-08.3(1)C Pipe Light standards is added.
Zone Bedding is renamed to Bedding the Pipe. "Equipment List and Drawings" revised.
Sub-section 7-08.3(2)D Pipe Laying-- Steel or 21.AP8 SECTION 8-21, PERMANENT SIGNING '
Aluminum, Sub-section 7-08.4 Measurement, and (March 3, 1997)
Sub-section 7-08.5 Payment are revised. A new Amendment. Sub-section 8-21.3(6) Sign
Refacing is revised. Sub-section 8-21.2 Materials ,
Page-SP-64
Revision Date:May 19, 1997 '
WSDOT AMENDMENTS WSDOT AMENDMENTS
is added. Sub-section 8-21.3(9)F Bases is added. A new Amendment. Sub-section 9-06.5(3) High
Sub-section 8-21.3 Construction Requirements is Strength Bolts is revised.
' added. "High Strength Bolts" and "Anchor Bolts" are
"Construction Requirements", and "Materials" revised. Correction to "Bolt, Nut, and Washer
are revised. Specifications.
' 22.AP8 SECTION 8-22, PAVEMENT MARKING 09.AP9 SECTION 9-09, TIMBER AND LUMBER
(March 3, 1997) (March 3, 1997)
A new Amendment. Sub-section 8-22.4 A new Amendment. Sub-section 9-09.3(1)B
' Measurement is revised. Placing in Treating Cylinders is revised..
"Materials" revised. 10.AP9 SECTION 9-10, PILING
23.AP8 SECTION 8-23, TEMPORARY PAVEMENT (September 30, 1996)
MARKINGS A new Amendment. Sub-section 9-10.1 Timber
(April 28, 1997) Piling is revised. Sub-section 9-10.5 Steel Piling
A new Amendment. Sub-section 8-23.2 is revised.
Materials is revised. Use message revised.
SECTION 9 11.AP9 SECTION 9-11, WATERPROOFING
(March 3, 1997)
' OO.AP9 SECTION 9-00 DEFINITIONS AND TESTS Asphalt waterproofing revised:
(April 28, 1997) 12.AP9 SECTION 9-12, MASONRY UNITS
A new Amendment. Sub-section 9-00.8 Sand (March 3, 1997)
Equivalent is revised. Revised.
OLAP9 SECTION 9-01, PORTLAND CEMENT 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS,
(September 30, 1996) SLOPE PROTECTION, AND ROCK WALLS
A new Amendment. Sub-section 9-01.3 Tests and (March 3, 1997)
Acceptance is revised to reference "Mill Test "Concrete Slab Riprap" section deleted.
Report Number".
02.AP9 SECTION 9-02, BITUMINOUS MATERIALS 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL
' (March 3, 1997) (March 3, 1997)
"Anti-Stripping Additive" revised. "Posts and Blocks", revised.
' 03.AP9 SECTION 9-03, AGGREGATES 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS(September 30, 1996)
(March 3, 1997) A new Amendment. Sub-section 9-17.1 General
A new Amendment. Sub-section 9-03.15 Bedding is revised.
Material for Rigid Pipe is revised. Sub-section 9-
' 03.14(2) Select Borrow is revised. 21.AP9 SECTION 9-21, RAISED PAVEMENT
"Gravel Backfill", revised to include drywells. MARKERS (RPM)
04.AP9 SECTION 9-04, JOINT AND CRACK (September 30, 1996)
' SEALING MATERIALS A new Amendment. Sub-section 9-21.1(1)
(March 3, 1997) Physical and Chemical Properties and Sub-section
"Joint Mortar" revised. 9-21.2(2) Optical Requirements are revised. Sub-
section 9-29.6(5) Foundation Hardware is revised.
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS,
CULVERTS, AND CONDUITS ELECTRICAL
(March 3, 1997) (September 30, 1996)
A new Amendment. Sub-section 9-05.6(4) A new Amendment. Sub-section 9-29.4
Structural Plate Pipe Arch, Sub section 9 Messenger Cable, Fittings is revised.
05.6(8)A Corrugated Steel Plates, and Sub-section
9-05.12(2) Profile Wall PVC Culvert Pipe and 33.AP9 SECTION 9-33, CONSTRUCTION
Profile Wall PVC Storm Sewer Pipe are revised. GEOTEXTILE
Sub-sections revised and added concerning piping. (September 30, 1996)
1 "Coupling Bands" revised. A new Amendment. Sub-section 9-33.2 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND Geotextile Properties is revised.
RELATED MATERIALS
' (March 3, 1997)
Page-SP-65
' Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AME
1
i
. 1
1
1
1
r
r
r
r
r
r
r
Page-SP-66 ,
Revision Date:May 19, 1997
1
' SPECIAL PROVISIONS
' SPECIAL PROVISIONS
�1, S. GIST
5
sStONAL
EXPIRES: J Z. ' 4 00
SPECIAL PROVISIONS
are intended to supplement the City o Renton Supplemental
These Special Provisions e pp ry f pp
Specifications. In case of conflict, these Special Provisions take precedence over the
' Supplemental Specifications.
This contract provides for procurement and delivery of a precast three-side box culvert for the
' replacement of the Springbrook Creek culvert under SW 27`h Street in accordance with the
attached Contract Plans, these Special Provisions, the City of Renton Supplemental
Specifications, and the Standard Specifications.
DIVISION 1
GENERAL REQUIREMENTS
' 1-01 DEFINITION AND TERMS
1-01.3 Definitions
' Section 1-01.3 is supplemented with the following:
Contracting Agency's Consultant. The Contracting Agency's Consultant for this project is
' R. W. Beck, Inc.
Consulting Engineer. The Consulting Engineer for this project is R. W. Beck, Inc.
1-02 BID PROCEDURES AND CONDITIONS
1-02.2 Plans and Specifications (Supplemental Section)
' Upon awarding the contract, the City shall supply to the Contractor for their own use, five (5)
copies of the Plans and Specifications. Additional copies can be purchased from the City at a
price specified by the City.
1-02.4 Examination of Plans, Specifications, and Site Work
Section 1-02.4(1) is supplemented with the following:
The contract, if awarded, will be on the basis of materials and equipment described in the plans
' or specified in the Contract provisions without consideration of possible substitute or "or-equal"
items. Whenever it is indicated in the Plans or specified in Contract Provisions that a substitute
or "or-equal" item of material or equipment may be furnished or used by the Contractor if
acceptable to the Engineer, application for such acceptance will not be considered by Engineer
until after the Effective Date of the Contract.
' 1-02.5 Proposal Forms
Delete the first sentence of the section and replace with the following:
' The Proposal and associated forms are included in these Contract Documents under Documents
Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference
herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices."
X01159_2538/FiNAL 4/8/99 1-1 DIVISION 1 -GENERAL REQUIREMENTS
1-03.1 Consideration of Bids (Addition)
The contract 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 10 calendar days after bid opening.
' 1-04 SCOPE OF WORK
1-04.3 Project Coordination (New Section)
It shall be the responsibility of the Contractor to coordinate al work to be performed under this
contract, including the ordering and acquisition of all equipment and materials. This
coordination shall encompass all work to be performed by the Contractor, their Subcontractor,
the City and any public utilities which may be involved.
' 1-05 CONTROL OF WORK
1-05.1 Authority of the Consulting Engineer
' Section 1-05.1 is supplemented with the following:
Consulting Engineer will have no responsibility or authority:
1. To direct Contractor's means, methods, techniques, sequences or procedures for
furnishing the box culvert, or for safety precautions and programs incident thereto;
2. To order changes in construction which will result in additional costs or which will
require extensions of time;
' 3. To suspend all or any portion of Contractor's operations;
4. To terminate all or any portion of the Work;
5. To make final acceptance of all or any portion of the Work; and
6. To operate or maintain any portion of the Work.
1-05.6 Inspection of Work and Materials
Section 1-05.6 is supplemented with the following:
' The Contractor shall provide access to the work for the representatives of the City of Renton and
other agencies for inspection of the progress of the work, methods of construction, and for
inspection required.
-1 06 CONTROL OF MATERIAL
' 1-06.5 Foreign-Made Materials (APWA only)
Section 1-06.5 is deleted and replaced with the following:
In accordance with the Laws of the State of Washington, Chapter 39.25 RCW, the Contractor is
required at the completion of the construction to furnish the Contracting Agency a certified statement
X01159_2538/FiNAL 4/8/99 1-2 DIVISION 1 -GENERAL REQUIREMENTS
setting forth the nature and source of Offshore Items in excess of Two Thousand Five Hundred and
no/100 Dollars ($2,500.00)which have been utilized in the performance of the Contract.
"Offshore Items" are those items procured from sources beyond the territorial boundaries of the
United States including Alaska and Hawaii.
This certified statement is mandatory and must be received before final payment on the Contract
can be made.
1-06.7 Shop Drawings and Submittals (Additional Section)
' 1-06.7(1) General (Additional Section)
Shop drawing and submittal review will be limited to general design requirements only, and shall
not relieve the Contractor from responsibility for errors or omissions, or responsibility for
consequences due to deviations from the Contract Documents. No changes may be made in any
submittal after it has been reviewed except with written notice and approval from the Owner.
By approving shop drawings, submittals, and any samples, the Contractor thereby represents that
he has determined and verified all field measurements, field construction criteria, materials,
catalog numbers, and similar data, and that he has checked and coordinated each shop drawing
with the requirements of the work and of the Contract Documents.
Shop drawing and submittal data for each item shall contain sufficient information on each item
' to determine if it is in compliance with the contract requirements.
Owner will pay the costs and provide review services for a first and second review of each
submittal item. Additional reviews shall be paid by the Contractor by withholding the
' appropriate amounts from each payment estimate.
Shop drawing and submittal items that have been installed in the work but have not been
approved through the review process shall be removed and an approved product shall be
furnished, all at the Contractor's expense.
The Contractor shall review each submittal an provide approval in writing or by stamping with a
' statement indicating that the submittal has been approved and the Contractor has verified
dimensional information, confirmed that specified criteria has been met, and acknowledges that
the product, method, or information will function as intended.
' 1-06.7 2 Required Information Additional Section)
' Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be
submitted on 81/2 x 11 inch, 11 x 17 inch, or 22 x 34 inch sheets and shall contain the following
information:
' 1. Project
2. Contractor
3. Engineer
4. Owner
5. Applicable specification and drawings reference
X01159_2538/FINAL 4/8/99 1-3 DIVISION 1 -GENERAL REQUIREMENTS
6. A stamp showing that the Contractor has checked the equipment for conformance with
the contract requirements, coordination with other work on the job, and dimensional
suitability
7. A place for the Engineer to place a 3 x 4 inch review stamp
8. Shop or equipment drawings, dimensions, and weights
9. Catalog information
' 10. Manufacturer's specifications
11. Special handling instructions
' 12. Maintenance requirements
13. Wiring and control diagrams
' 14. List of contract exceptions
15. Other information as required by the Engineer
' 1-06.7(3) Review Schedule (Additional Section)
' Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to
Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall
revise and resubmit as necessary to obtain approval. Delays caused by the need for resubmittal
' may not be a basis for an extension of contract time or delay damages at the discretion of the
Owner. At least one set of shop drawings will be returned to the Contractor after review.
Additional sets will be returned to the Contractor, if remaining.
1-06.7(4) Substitutions (Additional Section)
Any product or construction method that does not meet these specifications will be considered a
' substitution. Substitutions must be approved prior to their installation or use on this project.
1-06.7(4)A After Contract Execution (Additional Section)
Within 10 days after the date of the contract, Owner will consider formal requests from
Contractor for substitution of products in place of those specified. Submit two copies of request
for substitution. Data shall include the necessary change in construction methods, including a
detailed description of proposed method and related drawings illustrating methods. An itemized
comparison of proposed substitution with product or method specified shall be provided.
In making a request for substitution, Contractor represents that he has personally investigated
proposed product or method and has determined that it is equal or superior to, in all respects, the
' product specified. Contractor shall coordinate installation of accepted substitutions into the
work, making changes that may be required for work to be completed. Contractor waives all
claims for additional costs related to substitutions which consequently becomes apparent.
' 1-06.7(5) Submittal Requirements (Additional Section)
The following submittal items shall be provided to the Engineer by the Contractor. Additional
' submittal information shall be provided to the Engineer by the Contractor if required by the
Engineer.
X01159_2538/FtNAL 4/8/99 1-4 DMSION 1 -GENERAL REQUIREMENTS
1-06.7(4) Substitutions
' 5-04.2 Asphalt Concrete Pavement Materials
7-04.2 Storm Sewer Pipe Materials
' 7-05.2 Manhole and Catch Basin Materials
7-08.3(1)B Shoring
' 7-17.2 Sanitary Sewer Pipe Materials
7-17.3(1)B Pipe Bedding
' 7-17.3(1)C Pipe Foundation
7-17.3(1)D Trench Dewatering Plan
7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches
9-30.1(6) Restrained Joint Pipe and Fittings
' 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
' 1-07.1 Laws to Be Observed (APWA only)
Section 1-07.1 is supplemented with the following:
' The Contractor and all Subcontractors shall be required to comply fully with the requirements of
the following state laws, including all regulations issued pursuant to the authority contained in
said State laws or statutes:
' Environmental Pollution and Protection of Natural Resources: RCW 39-04.120, relating to
federal and state statutes and regulations relating to environmental pollution and protection of
' natural resources.
Contractor Registration: RCW 36.06.010 prohibits the Contracting Agency from entering into a
contract with a Contractor unless that Contractor has met the registration and bonding
requirements for a general or specialty Contractor under RCW Chapter 18.27. (Note, this
requirement is in addition to and not related to the Performance and Payment Bond and the Bid
' Proposal deposit requirements for municipal contracts.)
Offshore Items: RCW Chapter 39.25 limits or makes special provision regarding the use by the
Contractor or the Contracting Agency of offshore items as therein defined in the course of the
' work to be performed.
Prevailing Wages: As required in Section 1-07.9, all workmen, mechanics and laborers
' employed or working on the site and/or under this Contract shall be paid in accordance with the
RCW Chapter 39.2. The hourly minimum rate of wages and fringe benefits shall not be less than
the prevailing wage rates furnished by the U.S. Department of Labor and the State of Washington
' Department of Labor and Industries hereby made a part of these Specifications. Wherever there
is a conflict between the rates so listed, the higher rate shall govern.
X01159_2538/FNAL 4/8/99 1-5 DIVISION 1 -GENERAL REQUIREMENTS
1
Department of Labor and Industries
tESAC Division HC-710
Employment Standards
406 Legion Way S.E.
Olympia, WA 98504
In case of a dispute which is related to prevailing rates of wages for work of a similar nature, and if
such dispute cannot be adjusted by the parties involved, the matter shall be referred to the
appropriate public official in the Department of Labor and Industries for the State of Washington,
or where otherwise required, the U.S. Department of Labor; the decision of such public official
shall be final,conclusive and binding on all parties involved in the dispute.
The Contractor, on or before the date of commencement of work, shall file a statement under oath
with the Contracting Agency, the Director of Labor and Industries for the State of Washington,
certifying the rate of hourly wage paid and to be paid to each classification of laborers, workmen
and mechanics employed on the project by the Contractor or Subcontractor which shall not be less
i than the prevailing wage. Such statement and any supplemental statements which may be necessary
shall be filed in accordance with the practices and procedures required by the Agency. All
affidavits of wages paid must also include a list of all usual or"fringe" benefits paid, as well as the
hourly wage rate. In addition, prior to payment of final retention monies, a statement of release
must be obtained from the Department of Labor and Industries. Any fees or charges levied by the
Washington State Department of Labor and Industries in conjunction with the mentioned required
' statements and/or releases shall be the responsibility of the Contractor.
Nondiscrimination and Equal Opportunity Employment: RCW Chapter 49.6 prohibits
discrimination and requires equal opportunity in employment. The Contractor agrees that he
shall actively solicit the employment of minority group members. The Contractor further agrees
that he shall actively solicit bids for the subcontracting of goods or services from qualified
' minority businesses. The Contractor shall furnish evidence of his compliance of these
requirements of nondiscrimination and equal opportunity employment, both as to employees of
the Contractor and Subcontractors.
During the performance of this Contract, the Contractor agrees as follows:
(1) The Contractor will not discriminate against any employee or applicant for employment
because of age, race, creed, color, national origin, sex, or the presence of any sensory,
mental, or physical handicap all as defined in RCW 49.60.180. The Contractor will take
affirmative action to ensure that applicants are employed and that employees are treated
during employment without regard to their age, race, creed, color, sex, national origin, or
handicap. Such action shall include, but not be limited to, the following: employment,
upgrading, demotion, or transfer, rates of pay, or other forms of compensation and
selection for training, including apprenticeship.
The Contractor agrees to post in a conspicuous place, available to employees and
applicants for employment, notices to be provided by the Contracting Agency setting forth
the provisions of the nondiscrimination clause.
(2) The Contractor will, in all solicitations or advertisements for employees placed by or on
Sbehalf of the Contractor, state that all qualified applicants will receive consideration for
X01159_2538/FiNAL 4/8/99 1-6 DIVISION 1 -GENERAL REQUIREMENTS
employment without regard to race, color, creed, national origin, sex, age or any sensory,
mental or physical handicap as defined in RCW 49.60.180.
Unemployment Compensation/Workmen's Compensation: The Contractor and all
Subcontractors shall comply with all requirements and regulations of RCW Title 50 pertaining to
' unemployment compensation and to RCW Title 51 relating to Workmen's Compensation,
sometimes referred to as industrial insurance.
' General Compliance: The Contractor shall comply with the requirements of all other
Contracting Agency ordinances, State statutes, laws and regulations, whether or not stated herein,
which are specifically applicable to the public improvements and work to be performed.
Anti Kick-Back The Contractor and all Subcontractors shall comply with the Copeland Anti
Kick-Back Act and regulations of the U.S. Department of Labor (29 SFR Part 3). This Act
provides that each Contractor or Subcontractor shall be prohibited from inducing by any means,
any person employed in the construction, completion or repair of public works, to give up any
part of the compensation to which he is otherwise entitled. The Contractor or Subcontractor shall
report all suspected or reported violations to the appropriate agency.
1-07.13 Contractor's Responsibility for Work
r1-07.13(1) General
Section 1-07.13(1) is supplemented with the following:
If the Contractor abandons the work for any cause other than failure of the Contracting Agency to
make monthly progress payments or refuses to comply with the provisions of the Plans and
Specifications, the Contracting Agency has the right to notify the Contractors surety and require
said surety to complete the work in accordance with the Plans and Specifications. In the event no
liens or claims have been filed and the Contracting Agency fails to make progress payments, the
Contractor may then, at his option, cease operations until payments are resumed by notifying the
Contracting Agency of his intentions to cease operations for this cause.
' Should the Contractor abandon the work, fail or refuse to complete the work embraced in this
Contract, or fail to pay just claims for labor and materials, the Contracting Agency reserves the
right to charge against the Contractor all extra legal, engineering, or other costs caused by such
abandonment, failure, or refusal. The legal costs will also include all attorneys' fees and other
cost to the Contracting Agency in defending or prosecuting any suits in connection with such
abandonment, failure, or refusal and nonpayment of claims wherein the Contracting Agency is
tmade a co-defender and the Contractor agrees to pay all such costs.
1-07.13(4) Repair of Damage
The second sentence of the first paragraph is revised to read:
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 1-04.4.
X01159_2538/FiNAL 4/8/99 1-7 DIVISION i -GENERAL REQUIREMENTS
1-07.14 Responsibility for Damage
Section 1-07.14 is supplemented with the following:
To the fullest extent permitted by Laws and Regulations, Contractor shall defend, indemnify and
hold harmless Contracting Agency, Engineer, Engineer's Consultants and the officers, directors,
employees, agents and other consultants of each and any of them from and against all claims,
costs, losses and damages (including but not limited to all fees and charges of engineers,
architects, attorneys and other professionals and all court or arbitration or performance of the
Work), provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury,
sickness, disease or death, or including loss of use resulting therefrom, and (ii) to the extent is
caused by the negligent act or omission of Contractor.
In any and all claims against Contracting Agency and Engineer or any of their respective
consultants, agents, officers or employees by any employee (or the survivor or personal
representative of such employee) of Contractor, any Subcontractor, any Supplier, any person or
organization directly or indirectly employed by any of them to perform or furnish any of the
Work, or anyone for whose acts any of them may be liable, the indemnification obligation shall
not be limited in any way by any limitation on the amount of type of damages, compensation or
other person or organization under worker's compensation acts, disability benefit acts or other
employee benefit acts, (including but not limited to the industrial insurance laws, Title 51 of the
Revised Code of Washington), it being clearly agreed and understood by the parties hereto that
' the Contractor expressly waives any immunity the Contractor might have had under such laws.
By executing the Contract, the Contractor acknowledges that the foregoing waiver has been
mutually negotiated by the parties.
The indemnification obligations of the Contractor shall not extend to the liability of Engineer and
Engineer's Consultants, officers, directors, employees or agents arising out of the preparation or
approval of maps, drawings, opinions, reports, surveys, designs or specifications caused by the
professional negligence, errors or omissions of any of them.
Engineer is intended to be a design professional under Section 51.24.035 (Revised Code of Washington).
The Engineer has not assumed, and does not intend through its actions to assume, any responsibility for
safety practices of construction contractors,subcontractors or suppliers at the project site.
The Contractor shall be held responsible for any injury or damage to the work, or to any part of
the premises upon which such work is conducted, by the action of the elements or from any cause
whatsoever, and he shall make good at his own expense all injuries or damages to any portion of
the work before its completion and final acceptance.
1-07.18(2) Coverages (RC)
The first sentence in the sixth paragraph is revised to read: "Contractor shall name CITY OF
RENTON and its officers, officials, agents, employers, volunteers and R. W. Beck, Inc. as
additional insureds (ISO Form CG 2010 or equivalent).
1-07.26 Personal Liability to Public Officers
Section 1-07.26 is supplemented with the following:
X01159_2538/FINAL 4/8/99 1-8 DIVISION I -GENERAL REQUIREMENTS
The Contractor shall indemnify, defend, and hold harmless the Contracting Agency, the
Engineer, Engineer's Consultants and the officers, agents, and employees, from and against any
and all claims, losses, or liability, including attorney's fees arising from injury or death to
persons or damage to property occasioned in whole or in part by any act, omission, or failure of
the Contractor, its officers, agents, and employees, in performing the work required by this
agreement; provided, however, to the extent any of the damages referenced by this paragraph
were caused by or resulted from the concurrent negligence of the Contracting Agency, Engineer,
Engineer's Consultants or its agents, or employees, the obligation to indemnify is valid and
enforceable only to the extent of the negligence of the Contractor, its officers, agents and
employees. With respect to the performance of this agreement and as to claims against the
Contracting Agency, Engineer and Engineer's Consultants, its officers, agents, and employees,
the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington,
the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to
indemnify, defend, and hold harmless provided for in this paragraph extends to any claim
brought by or on behalf of any employee of the Contractor. This waiver is mutually negotiated
by the parties. This paragraph shall not apply to any damage resulting from the sole negligence
of the Contracting Agency, Engineer, Engineer's Consultants, its agents, and employees.
It is understood that the whole of the work under this Contract is to be done at the Contractor's
risk and that he has familiarized himself with the conditions of excavation, backfill, materials,
climatic conditions, and other contingencies likely to affect the work and has made his bid
' accordingly, and that he is to assume the responsibility and risk of all loss or damage to materials
of work which may arise from any cause whatsoever prior to completion.
In addition to the amounts required by RCW 60.28 to be withheld from the progress or retained
percentage payments to the Contractor, the Contracting Agency may, in its sole discretion,
withhold any amounts sufficient to pay any claim of which the Contracting Agency may have
knowledge and regardless of the informalities of notice of such claim arising out of the
performance of this Contract, provided that the total amounts withheld for such purpose shall not
exceed three percent (3 percent) of the Contract price. The term "claim" shall not include any
claim by persons furnishing supplies or performing labor for the Contractor. The amount may be
withheld by the Contracting Agency until either the Contractor secures a written release from the
claimant, obtains a court decision that such claim is without merit, or satisfies any judgment in
favor of the claimant on such claim. The Contracting Agency shall not be liable for interest
during the period the funds are so held.
1-08.5 Time for Completion (Additional Section)
The Contractor shall complete all work within the working days specified in this section and
within the Contract Document. Failure to complete the work prior to this date shall be grounds
for implementation of liquidated damages in accordance with Section 1-08.9 and may require
termination of contract in accordance with Section 1-08.10.
The Contractor shall have the box culvert fabricated and delivered to the construction site no
later than July 23, 1999. The City, at its option, may specify the number of culvert sections that
may be delivered to the construction site at any given time after the initial delivery date.
At any time during the manufacture of the box culvert, the city has the option of delaying the
delivery of the box culvert for up to a year(July 23, 2000) from the initial delivery date. The box
X01159_2538/FINAL 4/9/99 1-9 DIVISION 1 -GENERAL REQUIREMENTS
culvert shall be stored at the Contractor's facilities with no additional compensation. The City
shall suffer damages if the box culvert is not fabricated within the time specified above.
Therefore, the Contractor agrees to pay to the City liquidated damages in accordance with
Section 1-08.9 of the Special Provisions.
1-08.9 Liquidated Damages (Revised)
It is imperative that the culvert arrive on the project site on the day specified in the Bid
Documents for installation by a separate construction contractor to be retained by the City. If the
Contractor fails to meet the delivery date, the installation of the culvert may be delayed, which in
turn would delay the completion of the in stream construction work beyond the Fisheries
window. This would result in termination of construction until the following summer. In the
event the construction of the culvert must be terminated due to a delay in the delivery of the
culvert, the manufacturer shall pay the City the following costs:
■ Demobilization/remobilization by the separate construction contractor installing the culvert
■ Project management City/Consultant Staff
■ Site maintenance
■ Restoration and erosion control
■ Traffic control
■ Upstream flooding damage caused by partial or complete removal of existing culverts
during construction
■ Any other costs incurred by the City due to the suspension of work
1-09 MEASUREMENT AND PAYMENT
1-09.9 Payments
Section 1-09.9 is supplemented with the following:
1-09.9(1) Progress Payments
Section 1-09.11(2) is supplemented with the following:
There will be one Application for Payment which shall be submitted after the culvert is delivered
to the project site. If the contracting Agency requests a delay in the delivery of more than one
month from the specified delivery date, the box culvert shall be inspected by the Engineer at the
Contractor's storage site. If the Engineer is satisfied that the box culvert is in accordance with
the Contract Documents and delivery is all that is required of the Contractor, the Contracting
Agency shall make payments as specified in the Contract Documents.
At the Contracting Agency's request, the Contractor shall store the box culvert at its own facility
for up to one(l) year beyond the specified delivery date with no additional compensation.
The Contracting Agency shall make progress payments on account of the contract price as follows:
1. Upon receipt of the Application for Payment accompanied by the Engineer's
recommendation of payment, the Contracting Agency shall pay an amount equal to 80
r percent of the contract price.
l 2. If the Contracting Agency requests a delay in delivery of more than one month from the
specified delivery date, the Contracting Agency shall pay an amount equal to 80 percent
X01159_2538/FINAL 4/9/99 1-10 DIVISION 1 -GENERAL REQUIREMENTS
of the contract price. The remaining balance of the contract price shall be paid when the
' culvert is delivered to the construction site.
3. Upon receipt of the final Application for Payment accompanied by the Engineer's
recommendation of payment, the Contracting Agency shall pay the remainder of the
Contract Price as recommended by the Engineer.
Before final payment will be made by the Contracting Agency,the Contractor shall file with the clerk
a notarized certificate to the effect that all labor, material, and other costs have been paid in full. The
contractor shall furnish with each monthly estimate, a certificate duly notarized as to wage rate paid
per hour for each classification. This certificate shall follow the form given under"Wage Schedule."
1-09.09(2) Retamage
Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the
following:
Upon completion of the project the retainage shall be returned to the Contractor when all of the
following are satisfied:
1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the
Department of Labor and Industries, a"Statement of Intent to Pay Prevailing Wages."
2. Following the acceptance of the project, the Contractor and each Subcontractor shall
submit to the City of Renton, and to the Department of Labor and Industries, an
"Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have
been met.
3. The Contractor shall submit a "Request to Release" to the Department of Labor and
Industries. That agency provides the form.
4. At least 30 days have elapsed since final acceptance of the project by the City of Renton
at one of its regularly scheduled meetings.
5. The City Clerk must have received a "Release" for the project from the Department of
Labor and Industries and a"Release" from the Department of Revenue.
6. The City Clerk must have received a letter from the Contractor, on the Contractor's
letterhead, stating that all bills and wages have been paid on this project.
1-09.11(2) Claims
Section 1-09.11(2) is supplemented with the following:
A. The Bidder shall visit the site, familiarize himself with the conditions under which this
project is to be performed, and correlate his observations with the requirements of all
Contract Plans, Specifications, and conditions and the Bidder shall increase his Bid to
include any and all contingencies which may relate to delays or interference from all
isources whatsoever, including but not limited to weather, soil conditions, underground
obstructions, labor disputes, fire, flood, delays by third parties, particularly public and
private utilities. The Contracting Agency shall not be responsible for delays caused by the
aforesaid contingencies and the Contractor agrees to limit any and all claims or damages for
unreasonable delays to only the actual labor and equipment idled directly as a result of
X01159_2538/FrNAL 4/9/99 1-11 DIVISION I -GENERAL REQUIREMENTS
r
Claims for "unreasonable delays" shall include only acts of the Contracting Agency which
' impact the critical path of the Contractor for performance of the work herein.
The Bidder agrees, as a condition of accepting the Contract for the work stated herein, that
"unreasonable delays" by the Contracting Agency shall not include or in any manner relate
to the Contracting Agency's rights and duties pertaining to administration of the scope of
the work, control of the work, control of materials, legal regulations, responsibility to the
public, prosecution and progress, and measurement payment as provided in Divisions 2, 3,
4, 5, 6, 7, 8, and 9 of the Standard Specifications incorporated herein. In the event that the
Contractor determines that he may be entitled to payment or damages from the Contracting
Agency for unreasonable delays by the Contracting Agency, he shall, upon such
determination, give immediate and forthwith notice to the Contracting Agency in writing,
and said notice shall not be effective unless it includes:
1. The names of all Contracting Agency personnel involved and the precise acts
causing unreasonable delays or extra work not included in the Plans, Specifications,
or other Contract Documents.
2. The nature of the unreasonable delays, the additional time for performance which
the unreasonable delays will require, and an estimate of idle labor and equipment
which will be caused by the unreasonable delay.
3. The percentage of completion of the project at the time the unreasonable delay was
encountered.
Upon giving such notice, the Contractor agrees to reschedule the work in such manner as to
avoid or limit idle labor and equipment caused by the alleged unreasonable delay and no
liability to the Contracting Agency for payments for unreasonable delays shall commence
until seven (7) days after the Contracting Agency's receipt of the described written notice.
The Bidder agrees that the Contracting Agency may elect to terminate the Contract for the
convenience of the Contracting Agency within ten (10) days of receipt of said notice of
unreasonable delay, in which event, the Contractor's total payment for all contract work,
including profit, shall be limited to the actual work performed to the date of termination as
determined by the force account provisions of the Standard Specifications and
demobilization,if applicable.
B. In addition to limiting claims for unreasonable delays to the actual down time of labor and
equipment, as provided above, Bidder agrees that in the event he is awarded a contract for
this project, the Contracting Agency's liability for payment of claims or damages of any
kind whatsoever relating to this Contract shall be limited to prices established by the units
and lump sum bid herein or direct costs as provided under the force account provisions of
Section 1-09.6 of the Standard Specifications. By acceptance of this Contract for the work
herein, Contractor waives all claims for payment of damages which include or are computed
on total costs of job performance, extended overhead, or other similar methods which do
' not relate to the prices stated herein or are not defined in the Standard Specifications' force
account provisions.
X01159_2538/FiNAL 4/8/99 1-12 DIVISION 1 -GENERAL REQUIREMENTS
i
' DIVISION 6
STRUCTURES
6-02 CONCRETE STRUCTURES
iSupplement Section 6-02 with the following:
6-02.6 Precast Three-Sided Box Culvert
6-02.6 (1) General
Precast three-sided box culvert designed for the specified loads and constructed to the nominal
dimensions shown on the drawings. Design includes a skewed box culvert alignment. Box
culvert sections shall be delivered to the project site. Delivery is not to include off load of box
culvert. Box culvert design and details shall allow the possibility of extending the culvert in the
future.
6-02.6 (2) Manufacturer Qualifications
Box culvert manufacturer shall have been in the business of designing and manufacturing similar
precast concrete structures a minimum of 5 years and manufactured a minimum of five successful
such structures in this time frame.
Preapproved manufacturer: Utility Vault Company, Auburn, WA.
6-02.6 (3) Manufacturer's Quality Control Program
Submit the precast manufacturer's quality control procedures associated with manufacture of the
box culvert. Include items such as concrete mix controls, reinforcement placement, and concrete
placement limitations and methods to assure high quality product.
6-02.6 (4) Submittals
Submit in accordance with 6-02.3(28)A. Include the following information:
1. Structural design calculations stamped by a profession engineer registered in the State
of Washington.
2. Foundation Loads
3. Joint details
4. Shipping weights
5. Concrete mix design
6. Reinforcement details
7. Concrete dimensions, including foundation keyway requirements
8. Batch ticket information and concrete cylinder break results
9. Manufacturer's quality control program
X01159 2538/FiNA. 4/9/99 6-1 DIVISION 6- STRUCTURES
' 6-02.6 (5) Materials
Concrete: concrete shall meet the requirements of 6-02.3(27). Minimum concrete strength shall be
4,000 psi at 28 days. Forms shall not be removed until concrete strength is 3,000 psi as verified by
concrete cylinder tests.
Reinforcing Steel: concrete reinforcement shall meet the requirements of ASTM A 615, grade 60.
6-02.6 (6) Design Code
Box culvert shall be designed in accordance with AASHTO Standard Specification for Highway
Bridges.
6-02.6 (7) Box Culvert Load Criteria
AASHTO HS-20-44 live load criteria
130 lb/cf backfill density
Lateral load on sidewalls, 60 lb/cf equivalent fluid pressure
All culvert sections shall be constructed to the maximum design load condition.
' 6-02.6 (8) Construction Requirements
1. Maximum length of precast sections shall be 10 feet,minimum length shall be 5 feet.
2. All three-sided box culvert sections shall be placed monolithically, construction joints
' are not allowed.
3. Concrete finish for all surfaces shall be Class 3 Surface Finish as required in
' Section 6-01.3(14)C.
4. Vertical wall and horizontal deck joints shall incorporate keyways for grouting which
act as shear keys between the separate sections and provide a water tight seal. Deck
joints shall also include welded steel plate connectors, minimum two per joint.
Contractor to provide steel connector plates for such connections.
5. Minimum concrete cover over reinforcement shall be 1 'h inch.
6. Due to minimal cover conditions, the deck thickness shall be 14 inches.
6-02.6 (9) Construction Tolerances
1. Overall length, ±1/4 inches
2. Wall/roof thickness, +3/8 inch, -1/4 inch
3. End squareness (maximum gap when sections are butted), lh inch
4. Surface flatness, 1/4 inch in 10 feet
5. Reinforcement placement, ±1/4 inch
X01159 2538/FuvaL. 4/8/99 6-2 DIVISION 6-STRUCTURES
r
' 6-02.6 (10) Quality Assurance
Contractor shall be responsible for taking concrete cylinder samples during manufacture of the
box culvert sections and having cylinders tested by a materials testing laboratory acceptable to
the Owner. Contractor shall take a minimum of three sets of four cylinders in accordance with
ASTM C 172. Each set of cylinders shall be taken from different concrete batches. Compression
tests in accordance with ASTM C 31 shall be broken at 7, 14, and 28 days. Submit test results.
Submit batch tickets for each concrete batch discharged and used in the work. Batch ticket shall
indicate project identification, date, mix type, weights of course and fine aggregates, cement,
flyash, other pozzolans, and water, and volume of any admixtures.
r6-02.6 (11) Measurement
There will be no unit of measure for the Precast Box Culvert.
t6-02.6 (12) Payment
Payment for Precast box culvert shall be the lump sum amount for "Precast Box Culvert 30 feet
wide x 10 feet high x 90 feet long." Payment includes all materials, labor and equipment
required to design, manufacture, and deliver the product.
6-02.7 Precast Concrete Structure Delivery
The Contractor shall:
1. Arrange, pay for and assume responsibility for shipping and handling of the equipment
between the factory and the job site.
' 2. Ship material and equipment only after receiving written acknowledgement by the
Contracting Agency of receipt of certified test reports with satisfactory results.
3. At the earliest practical date, but in no event less than 15 days in advance of the
scheduled shipping date, notify the Contracting Agency as to the method of
transportation, carriers and routing, approximate shipping and delivery date, and
approximate shipping weight. If the Contractor fails to supply the information at least 15
days in advance of the shipping date, the Contractor shall reimburse the Contracting
Agency for any direct or indirect expenses incurred by the Contracting Agency that would
have not otherwise have occurred. The amount of such expenditures may be deducted by
the Contracting Agency from payments due or to become due to the Contractor. If
delivery is scheduled to occur prior to the date in the Agreement, the Contractor shall
coordinate with the Contracting Agency such that delivery time and date is acceptable to
the Contracting Agency.
4. Transport and handle material according to manufacturer's instructions.
5. Promptly inspect shipments to assure that shipment complies with the requirements
herein, is undamaged and quantities are correct.
X01159_2538/FiNAL 4/8/99 6-3 DIVISION 6-STRUCTURES
r
6-02.8 Storage and Protection of Precast Concrete Structure
The Contracting Agency may request that the culvert be stored for up to 1 year from specified
delivery date at the Contractor's storage facility before delivery. The Contractor shall: Assume
responsibility for loss and damage including but not limited to breakage, corrosion, weather
damage until delivered to the Contracting Agency. Box culvert sections shall be stored in the
as-cast position until shipment.
r
t
r
X01 1592538/FINAL 4/8/99 6-4 DIVISION 6-STRUCTURES
i
1
1
1
1
1
1
' CONSTRUCTION PLANS
C=)
r
10.00
40' GREENBELT
_M E°T rA C.--4T.
A! 91.39'
C14
EASEMENT
#Ell 11160,398..
1 6
w WATER` GAUG111' W
3 (21� 11 :�, 1 00 WA SPRINGBROO
15' RECREATIONAL
CREEK
91
t�a- EASEMENT
a!
: SHEETPILE
(f W4TtR, 63�0tt
I WING WALL PVC,
tE
=3 PARTIAL PLAN
SCALE: 1"=20'
8 13
SHEETPILE
iE WING WALL (NIC)
0--------- ......
oZ -------
o E
B I-so 91.39'
z 14 NEW 30" WIDE X 10' HIGH Wi-
I X T. J , SW 277�j Sr I
pa CONCREtE BOX CULVERT I PRECAST CULVERT
_____�
di
SECTION KA
Ic EXISTING 128" X 83"
- " ,
ARCH CMP CULVERTS 1(2) SCALE 1 =2 0
FINISHED GRADE
SH BILE WING W�L
20-39
SEE FIGURF_-4 r J r _T
4
................
"
10
29.59'
' �� j r 1, I! I ;I l!, ; i f WAT GAUGE
91
1- TAPPER, TYP
n 0 P
/ 1
5 -_ - + (INNER WALL)
so
: REET EASEMENT/ t 7T '0
#8111160398
it
WATER GAUGE
< W W W i �: (( j I o !I i i 1N� POLE
rn4 7 O� 8"
C,0%00'6
a 0 O%w 0
00 wow
w CAST—IN—PLACE
t' W W W W r l I /, ' I :( I V L _I I ' PONY WALL (NIC)---'
41 f; 1 � I�I� �f{ (/ I�(V j I CAST—IN—PLACE
PRECAST CULVERT
SPRINGBROOK CREEK AND SW 27TH ST WAS PILE CAP (NIC)
C11 PILE (NIC) SECTION rB \�
PLAN SCALE: 1"=5'
SCALE: 1"=30'
12—:0:4:—::00 _-12171
L!_X� [DI 0 WR