Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRNT - Final 100% Contract Documents - Gate & Perimeter Security.General Bid InformaƟon: Builders Exchange of Washington, Inc.
(206) 258-1303
City Contact: William Adams, PE
(206) 775-6862
Award Amount: ________________
Award Date: ________________
Award To: ________________
________________
________________
Contract No.: CAG-25-012
Gate & Perimeter Security Upgrades
Contract Provisions
Prepared by:
Public Works Department
Airport Division
Renton Municipal Airport (RNT)
243 W Perimeter Rd
Renton, Washington 98057
Volume 1 of 1
Public Works Department
Airport Division
Approved for Bid
_______________________ _________
City of Renton Date:
Approved for ConstrucƟon
_______________________ _________
City of Renton Date:
INTENTIONALLY LEFT BLANK
CITY OF RENTON
RENTON, WASHINGTON
Contract Provisions
for the
City of Renton Public Works
Renton Municipal Airport (RNT)
Gate & Perimeter Security Upgrades
City Contract Number: CAG-25-012
March 2025
Renton Municipal Airport
243 W Perimeter Rd.
Renton, WA 98057
INTENTIONALLY LEFT BLANK
Renton Gate & Perimeter Security Upgrades Table of Contents
CAG-25-012 Page 1 of 2 2025
CITY OF RENTON
Renton Gate & Perimeter Security Upgrades
Table of Contents
VOLUME I
I. CALL FOR BIDS
II. INFORMATION FOR BIDDERS
1. INFORMATION AND CHECKLIST FOR BIDDERS COVER PAGE
2. INFORMATION AND CHECKLIST FOR BIDDERS
3. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
4. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON
III. PROJECT PROPOSAL
1. * PROJECT PROPOSAL COVER SHEET
2. * PROPOSAL
3. * NON-COLLUSION DECLARATION
4. * LOCAL AGENCY SUBCONTRACTOR LIST
5. * PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT
6. * CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY
CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS
7. * PROPOSAL SIGNATURE PAGE
8. * PROPOSAL BID BOND
IV. AGREEMENT FORMS
1. AGREEMENT COVER
2. AGREEMENT
3. CONTRACT BOND TO THE CITY OF RENTON
4. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE
5. RETAINAGE METHOD SELECTION
* Submit as part of the bid
Submit within 10 days after Notice of Award
V. CONTRACT SPECIFICATIONS
1. CONTRACT SPECIFICATIONS COVER SHEET
2. SPECIAL PROVISIONS COVER SHEET
3. SPECIAL PROVISIONS
4. TECHNICAL SPECIFICATIONS
C-102 – Temporary Air and Water Pollution, Soil Erosion and Siltation Control
C-105 – Mobilization
G-100 – CSPP Compliance and SPCD
Renton Gate & Perimeter Security Upgrades Table of Contents
CAG-25-012 Page 2 of 2 2025
A-101 – FOD Prevention Controls
P-101 – Preparation & Removal of Existing Pavements
P-151 – Stripping
P-152 – Excavation, Subgrade, and Embankment
P-154 – Subbase Course
P-209 – Crushed Aggregate Base Course
P-403 – Asphalt Mix Pavement Surface Course
P-603 – Emulsified Asphalt Tack Coat
F-162 – Chain Link Fence
T-901 – Seeding
T-905 – Topsoil
26 00 00 – Electrical Work - General
26 05 19 – 600 Volt or Less Wire and Cable
26 05 26 – Grounding and Bonding for Electrical Systems
26 05 29 – Hangers and Supports for Electrical Systems
26 05 33 – Raceways and Boxes
26 27 16 – Cabinets and Enclosures
26 27 26 – Wiring Devices
26 28 16 – Enclosed Switches and Circuit Breakers
28 05 13 – Conductors and Cables for Electronic Safety and Security
28 13 00 – Access Control System
28 23 00 – Video Surveillance System
APPENDICES
A – WA State L&I Prevailing Wage Rates & Benefit Key Code
B – Construction Safety & Phasing Plan
VOLUME II – PLANS
PROFESSIONAL RESPONSIBILITIES AND SEALS
These civil specifications for the Gate and Perimeter Security Upgrades at
Renton Municipal Airport (RNT), Project No. CAG-025-012 were developed by,
or under the direct supervision of Wesley A. Holden, P.E., DOWL, 15325 SE 30th
Pl., Bellevue, WA 98007.
Phone: 425-406-7135
Email: wholden@dowl.com
C-102 – Temporary Air and Water Pollution, Soil Erosion
and Siltation Control
C-105 – Mobilization
G-100 – CSPP Compliance and SPCD
A-101 – FOD Prevention Controls
P-101 – Preparation & Removal of Existing Pavements
P-152 – Excavation, Subgrade, and Embankment
P-154 – Subbase Course
P-209 – Crushed Aggregate Base Course
P-403 – Asphalt Mix Pavement Surface Course
P-603 – Emulsified Asphalt Tack Coat
F-162 – Chain Link Fence
T-901 – Seeding
T-905 – Topsoil
The electrical technical specifications listed below are applicable to the design for the
subject project, and were developed by, or under the direct supervision of:
Dean C Ralphs, P.E.
Davis Evans and Associates, Inc.
16300 Christensen Rd #330
Tukwila, WA 98188
Phone: 206-267-3047
Email: Dean.Ralphs@deainc.com
Electrical Engineer –
Davis Evans and
Associates, Inc.
• 26 00 00 - Electrical Work - General
• 26 05 19 - 600 Volt or Less Wire and Cable
• 26 05 26 - Grounding and Bonding for Electrical
Systems
• 26 05 29 - Hangers and Supports for Electrical
Systems
• 26 05 33 - Raceways and Boxes
• 26 27 16 - Cabinets and Enclosures
• 26 27 26 - Wiring Devices
• 26 28 16 - Enclosed Switches and Circuit Breakers
• 28 05 13 - Conductors and Cables for Electronic
Safety and Security
• 28 13 00 - Access Control System
• 28 23 00 - Video Surveilliance System
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
I. CALL FOR BIDS
INTENTIONALLY LEFT BLANK
CAG‐25‐012
Gate & Perimeter Security Upgrades Call for Bids
CAG‐25‐012 2025
CITY OF RENTON
CALL FOR BIDS
Gate & Perimeter Security Upgrades
CAG‐25‐012
Sealed bids will be received until 1:00 PM on Thursday, May 5, 2025, at the lobby of Renton City Hall, 1055
South Grady Way, Renton WA 98057. Sealed bids will be opened and publicly read via the Zoom video‐
conferencing web application at 2:00 PM, May 5, 2025 (60 minutes after published bid submittal time).
Any bids received after the published bid submittal time cannot be considered and will not be accepted.
Please include bidder’s name, address, and the name of the project on the envelope.
The bid opening meeting can be accessed via videoconference by:
o Clicking this link to join the Zoom meeting:
o https://us02web.zoom.us/j/82528217391?pwd=TJfQvzJ6S9Lu1VocStEcsIHBbKxFZc.1
o Using the Zoom app: Meeting ID: 825 2821 7391; Passcode: 146806
o Via telephone by dialing: 253‐215‐8782, followed by 82528217391# ... 0# … 146806#.
Zoom is free to use and is available at https://zoom.us/.
The improvement for which bids will be received is described below:
Replacement of existing vehicle gates with new automated vehicle gates
Replacement and/or upgrade of existing pedestrian gates and access controls
Installation of networked security cameras at each vehicle and pedestrian gate
Installation of intrusion detection perimeter security cameras
Reconstruction of pavement as needed for trenching and grading around new and existing gates
Installation of a new networked access control system for vehicle and pedestrian gates
An optional pre‐bid conference will be held at the airport office on April 17, 2025, at 10:00am.
A total of 40 working days is allowed for completion of the entirety of the project. The project will
comprise of several work areas across the airport at specific vehicle and pedestrian gates, as detailed in
the project plans.
The Engineer’s Estimate range is $1,350,000 ‐ $1,500,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid
documents will be available until May 5, 2025.
Approved plans, specifications, addenda, and plan holders list for this project are available on‐line through
Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects;
Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in
order to receive automatic email notification of future addenda and to be placed on the Bidders List). Bid
Documents will also be available at http://rentonwa.gov/bids/ under “Call for Bids.”
GENERAL CIVIL RIGHTS PROVISIONS
In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent
statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts
CAG‐25‐012
Gate & Perimeter Security Upgrades Call for Bids
CAG‐25‐012 2025
and Authorities to ensure that no person shall, on the grounds of race, color, national origin (including
limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability
be excluded from participating in any activity conducted with or benefiting from Federal assistance.
This provision is in addition to that required by Title VI of the Civil Rights Act of 1964.
The above provision binds the Contractor and subcontractors from the bid solicitation period through the
completion of the contract.
The City of Renton, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat.
252, 42 USC §§ 2000d to 2000d‐4) and the Regulations, hereby notifies all bidders or offerors that it will
affirmatively ensure that for any contract entered into pursuant to this advertisement, [select businesses,
or disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be
afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be
discriminated against on the grounds of race, color, national origin (including limited English proficiency),
creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an
award.
Women and Minority Business Enterprises (WMBE) are encouraged to bid.
Questions about the project shall be addressed to: William Adams, Public Works Department, at 425‐430‐
7473 or wadams@rentonwa.gov.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany
each bid.
The City’s Fair Practices, Non‐Discrimination, and Americans with Disabilities Act Policies shall apply.
Jason A. Seth, City Clerk
Published: Daily Journal of Commerce 4/7/2025 and 4/14/2025
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
II. INFORMATION AND CHECKLIST FOR BIDDERS
INTENTIONALLY LEFT BLANK
Renton Gate & Perimeter Security Upgrades Information and Checklist for Bidders
CAG-25-012 Page 1 of 3 2025
INFORMATION AND CHECKLIST FOR BIDDERS
The following supplements the information in the Call for Bids:
1. Special Project Information. The Contract Documents, including Standard Specifications, and
all applicable laws and regulations apply to this project. The following items particular to this
project are repeated here for emphasis:
a. Prevailing Wages. This project does not include federal funding. Therefore, only State
Prevailing Wages must be paid on this project. The Prevailing Wages in effect at time
of Advertisement are provided in the Appendices. It is the Bidder’s responsibility to
obtain wage information for any work classifications that are not included.
2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall
request the explanation or interpretation in writing by the close of business five (5) bu siness
days preceding the bid opening to allow a written reply t o reach all prospective Bidders
before the submission of their Bids. Oral explanations, interpretations, or instructions given
by anyone before the Award of Contract will not be binding on the City of Renton.
3. If a bidder has any questions regarding the project, the bidder may either:
• Submit questions in writing to Renton Municipal Airport – 243 W Perimeter Rd Unit A
Renton, WA 98057, Attn: William Adams, or
• Submit questions via e-mail: wadams@rentonwa.gov.
o Put “Gate & Perimeter Security Upgrades” in the subject line
No other type of inquiry will be accepted.
4. All bids must be self -explanatory. Partial bids will not be accepted. No opportunity will be
offered for oral explanation except as the City of Renton may request further information on
particular points. The bidder shall, upon request, furnish information to the City of Renton
as to their financial and practical ability to satisfactorily perform the work.
5. The construction contract will be awarded by the City of Renton to the lowest responsible,
responsive bidder. The total bid amount of all schedules combined will be us ed to
determine the low bidder.
6. The City of Renton reserves the right to reject any and all bids or waive any and/or all
informalities.
7. Payment for this work will be made in cash warrants.
8. Bidders are not required to be in possession of a current City of Renton business license in
order to bid on City projects. However, Contractors and all subcontractors of all tiers must
be in possession of a current City business license while conducting work in the City.
Renton Gate & Perimeter Security Upgrades Information and Checklist for Bidders
CAG-25-012 Page 2 of 3 2025
9. Bidding Checklist
Each bid must be submitted in a sealed envelope bearing on the outside the nam e and
address of the Bidder, and the name and number of the project for which the bid is submitted.
It is the responsibility of each bidder to ascertain if all the documents listed below and in the
Table of Contents are included in their copy of the Contract Provisions. If documen ts are
missing, it is the sole responsibility of the Bidder to contact the City of Renton to obt ain the
missing documents prior to the date and time that bids are due.
The following documents shall be submitted with the bid.
a. Project Proposal Cover Sheet - The form included in these Bid Documents must be used;
no substitute will be accepted.
b. Proposal – The form included in these Bid Documents must be used; no substitute will be
accepted.
c. Schedule of Prices – The form(s) included in these Bid Documents must be us ed; no
substitute will be accepted. Bidders must bid on all schedules and items shown on the
Schedule of Prices. If any unit price is left blank, it will be considered no charge for that
bid item, regardless of what has been placed in the extension column.
d. Non-Collusion Declaration – The form included in these Bid Documents must be used; no
substitute will be accepted.
e. Local Agency Subcontractor List - This form is available at
http://wsdot.wa.gov/forms/pdfForms.html . Bidder may download, print and complete
the form to include with Bid. The DOT Form, DOT Form Number and revision dat e must
match the form included in these Bid Documents, otherwise the Bid will be considered
irregular and non-responsive, and the Bid will be rejected.
f. Proposal for Incorporating Recycled Materials into the Project – The form included in
these Bid Documents must be used; no substitute will be accepted.
g. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington
State Public Works Contracts – This form is available at
http://wsdot.wa.gov/forms/pdfForms.html . Bidder may download, complete, print and
sign the form to include with Bid. The DOT Form, DOT Form Number and revisio n date
must match the form included in these Bid Documents, otherwise the Bid will be
considered irregular and non-responsive and the Bid will be rejected.
h. Proposal Signature Page – The form included in these Bid Documents must be used; no
substitute will be accepted. Evidence of signatory’s authority to sign the Propo sal on
behalf of the business entity shall be submitted with the Bid. Otherwise, the sub mitted
Bid will be considered irregular and non-responsive, and the Bid will be rejected.
Renton Gate & Perimeter Security Upgrades Information and Checklist for Bidders
CAG-25-012 Page 3 of 3 2025
i. Proposal Bid Bond – The form included in these Bid Documents must be used; no
substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney
authorizing such execution must be current and enforceable, be properly executed by the
Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions,
and include all necessary corporate seals, signatures, and notaries.
10. Contract Checklist
The following documents are to be executed by the successful Bidder after the Cont ract is
awarded.
a. Agreement – The form included in these Bid Documents must be used; no substitute will
be accepted. Two originals shall be executed by the successful Bidder.
b. Contract Bond – The form included in these Bid Documents must be used; no substitute
will be accepted. Two originals shall be executed by the successful Bidder and its surety
company. This bond covers successful completion of all work and payment of all laborers,
subcontractors, suppliers, etc. If an attorney -in-fact signs bond, the power of attorney
authorizing such execution must be current and enforceable, be properly executed by the
Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions,
and include all necessary corporate seals, signatures, and notaries.
c. Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents
must be used; no substitute will be accepted.
d. Retainage Method Selection - The form included in these Bid Documents must be used;
no substitute will be accepted.
e. Certificates of Insurance – To be executed by an insurance company acceptable to the
City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special
Provisions. The City of Renton shall be named as “Additional Insured” on the ins urance
policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions.
INTENTIONALLY LEFT BLANK
Renton Gate & Perimeter Security Upgrades Summary of Fair Practices Policy
CAG-25-012 2025
Renton Gate & Perimeter Security Upgrades Summary of American Disabilities Act Policy
CAG-25-012 2025
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
III. PROJECT PROPOSAL
INTENTIONALLY LEFT BLANK
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
III. PROJECT PROPOSAL
Project Name: Renton Gate & Perimeter Security Upgrades
City Contract Number: CAG-25-012
Company:
Address:
Telephone No.:
Fax No.:
Total Bid Amount:
$
INTENTIONALLY LEFT BLANK
ITEM
NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE TOTAL PRICE
1 Mobilization C-105 LS 1
2 Construction Surveying GP50-07 LS 1
3 FOD Prevention Control A-101 LS 1
4 CSPP Compliance and SPCD G-100 LS 1
5 Temporary Erosion and Sediment Control C-102 LS 1
6 Pavement Removal P-101 SY 780
7 Remove Chainlink Fence P-101 LF 60
8 Remove Pedestrian Gate P-101 EA 2
9 Remove Vehicle Gate P-101 EA 3
10 Remove Card Reader and Associated Equipment P-101 EA 9
11 Repair Pedestrian Gate P-101 EA 3
12 Unclassified Excavation P-152 CY 270
SCHEDULE OF PRICES
Gate and Perimeter Security Upgrades
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in
dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total
amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
GATE AND PERIMETER SECURITY UPGRADES
Gate Perimeter Security Upgrades
CAG-25-012 Page 1 of 2
Schedule of Prices
2025
ITEM
NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE TOTAL PRICE
13 Crushed Aggregate Base Course P-209 TON 240
14 Asphalt Mixture Surface Course P-403 TON 270
15 Emulsified Asphalt Tack Coat P-603 GAL 55
16 8' Chain-Link Fence F-162 LF 103
17 Wallace FoldSmart Bi-Folding Speedgate F-162 EA 3
18 4' Pedstrian Gate F-162 EA 2
19 Stand-Alone Bollard F-162 EA 12
20 Card Reader Pedestal and Foundation F-162 EA 13
21 Stand-Alone Camera Mounting Post F-162 EA 5
22 Seeding T-901 SF 2,000
23 Topsoil T-905 SY 70
24 Access Control System Software Upgrade 28 13 00 LS 1
25 Access Control System Hardware Installation 28 13 00 LS 1
SUBTOTAL =
WA STATE SALES TAX (10.3%) =
TOTAL BID AMOUNT =
Signature of Bidder's Authorized RepresentativePrinted Name of Bidder's Authorized Representative
Gate Perimeter Security Upgrades
CAG-25-012 Page 2 of 2
Schedule of Prices
2025
Renton Gate & Perimeter Security Upgrades Local Agency Non-Collusion Declaration
CAG-25-012 2025
Renton Gate & Perimeter Security Upgrades Local Agency Subcontractor List
CAG-25-012 2025
Renton Gate & Perimeter Security Upgrades Proposal For Incorporating Recycled Materials
CAG-25-012 2025
Renton Gate & Perimeter Security Upgrades Contractor Certification, Wage Law Compliance – Responsibility Criteria
CAG-25-012 2025
Renton Gate & Perimeter Security Upgrades Proposal – Signature Page
CAG-25-012 2025
PROPOSAL SIGNATURE PAGE
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to
the Bid Documents:
Addendum No. Date of Receipt Addendum No. Date of Receipt
1
3
2
4
NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged.
The bidder is hereby advised that by signature of this proposal he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
[Signature of Authorized Official] * [Business Name]
[Printed Name] [Address Line 1]
[Title] [Address Line 2]
[Date] [Telephone Number]
* NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be
submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive
and the Bid will be rejected.
NOTE: The address and phone number listed above will be used for all communications regarding this proposal.
Type of business entity (e.g. corporation, partnership, etc.):
State of Incorporation, or State where business entity was formed:
Renton Gate & Perimeter Security Upgrades Proposal – Signature Page
CAG-25-012 2025
WA State Contractor’s Registration #
UBI #
Industrial Insurance Account #
Employment Security Department #
State Excise Tax Registration #
DUNS #
N/A
The Surety Company which will furnish the required Contract Bond is
[Surety] [Address Line 1]
[Telephone Number] [Address Line 2]
Renton Gate & Perimeter Security Upgrades Proposal Bid Bond to the City of Renton
CAG-25-012 2025
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _________________________________
of [address] ______________________________________________________ as Principal, and
[Surety] _________________________________________ a corporation organized and existing
under the laws of the State of ________________________ 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 unto the City
of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said
Principal for the work hereinafter described, for the payment of which, well and truly to be made,
we bind ourselves and our heirs, executors, administrators and assigns, and successors and
assigns, jointly and severally, firmly by these presents.
The condition of the bond is such, that whereas the Principal herein is herewith submitting
his/her or its sealed proposal for the following public works construction project, to wit:
Renton Gate & Perimeter Security Upgrades
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal, and if said Principal shall duly make and enter into and execute said
contract and shall furnish contract bond as required by the City of Renton within a period of ten
(10) days from and after said award, exclusive of the day of such award, then this obligation shall
be null and void, otherwise it shall remain and be in full force and effect.
IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of
Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or
Sureties approved by the City of Renton within ten (10) days from and after said award, then
Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and
forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200
and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington,
and venue shall be in King County, Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this ________ day of ____________________, 20______.
Renton Gate & Perimeter Security Upgrades Proposal Bid Bond to the City of Renton
CAG-25-012 2025
PRINCIPAL SURETY
[Principal] [Surety]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or Surety Company:
Telephone:
Surety WAOIC #
Surety NAIC #
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
IV. AGREEMENT FORMS
INTENTIONALLY LEFT BLANK
Renton Gate & Perimeter Security Upgrades Agreement
CAG-25-012 2025
AGREEMENT
CONTRACT NO. CAG-25-012
THIS AGREEMENT, made and entered into this ________ day of ________________, ________
by and between the CITY OF RENTON, a municipal corporation of the State of Washington,
hereinafter referred to as “City” and _______________________________________________,
hereinafter referred to as “Contractor.”
WITNESSETH: That in consideration of the terms and conditions contained herein and attached
and made a part of this agreement, the parties hereto covenant and agree as follows:
1. The Contractor shall do all work and furnish all tools, materials, and equipment for:
Gate and Perimeter Security Upgrades in accordance with and as described in the attached
plans and specifications, and the 2024 Standard Specifications for Road, Bridge, and
Municipal Construction, as prepared by the Washington State Department of Transportation
(WSDOT) and the Washington State Chapter of the American Public Works Association
(APWA) which are by this reference incorporated herein and made part hereof and, shall
perform any changes in the work in accord with the Contract Documents.
The Contractor shall provide and bear the expense of all equipment, work and labor, of any
sort whatsoever that may be required for the transfer of materials and for constructing and
completing the work provided for in these Contract Documents except those items
mentioned therein to be furnished by the City.
2. The City hereby promises and agrees with the Contractor to employ, and does employ the
Contractor to provide the materials and to do and cause to be done the above described work
and to complete and furnish the same in accord with the attached plans and sp ecifications
and the terms and conditions herein contained and hereby contracts to pay for the same
according to the attached specifications and the schedule of unit or itemized prices at the
time and in the manner and upon the conditions provided for in t his contract
The sum total of all progress payments is not to exceed the Total Bid Amount listed in the
Schedule of Prices incorporated into this contract , unless the Total Bid Amount is amended
by change order(s) prepared and executed in accordance with these Contract Documents .
3. The Contractor for himself/herself, and for his/her heirs, executors, administrators,
successors, and assigns, does hereby agree to full performance of all covenants required of
the Contractor in the contract.
Renton Gate & Perimeter Security Upgrades Agreement
CAG-25-012 2025
4. It is further provided that no liability shall attach to the City by reason of entering into this
contract, except as provided herein.
5. In the event litigation is commenced to enforce this contract, the prevailing party shall be
entitled to recover its costs, including reasonable attorney’s and expert witness fees.
6. This contract is executed in two (2) identical counterparts, by the parties, each of which shall
for all purposes be deemed and original.
IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first
below written and the Mayor has caused this instrument to be executed by and in the name of
the City of Renton the day and year first above written.
CONTRACTOR CITY OF RENTON
[Signature of Authorized Official] * Armondo Pavone, Mayor
[Title] ATTEST
[Business Name] Jason Seth, City Clerk
[Date]
* NOTE: E vidence of the signatory’s authority to sign the Agreement on behalf of the business entity shall be
submitted.
CONTRACTOR ADDRESS FOR GIVING NOTICES CITY OF RENTON ADDRESS FOR GIVING NOTICES
Airport Division
Renton Municipal Airport
243 W Perimeter Rd
Renton, WA 98057
Renton Gate & Perimeter Security Upgrades Contract Bond to the City of Renton
CAG-25-012 2025
CONTRACT BOND TO THE CITY OF RENTON
Bond No. ________________
KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ______________________________
of [address] ______________________________________________________ as Principal, and
[Surety] _________________________________________ a corporation organized and existing
under the laws of the State of ________________________ 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 (City) in the penal sum of $ ____________________________ Total Contract Amount, for
the payment of which sum on demand we bind ourselves and our heirs, executors, administrators
and assigns, successors and assigns, or person representatives, as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington, the Ordinance
of the City of Renton.
Dated at _____________, Washington, this ________ day of ____________________, 20______.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Contract No. CAG-25-012 providing for construction of the
Gate & Perimeter Security Upgrades; 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, by executing this Contract Bond, a combined Performance and Payment
Bond, Surety indemnifies and holds the City, its officers, agents and assigns harmless from all
claims, liabilities, causes of action, damages and costs, including property damages and personal
injuries, resulting from any defect appearing or developing in the material provided or
workmanship performed under the Contract AND for such payments for labor, equipment, and
materials by satisfying all claims and demands incurred under the Contract, and reimbursing and
paying City all expenses that City may incur in making good any default by Principal.
FUTHERMORE, this Contract Bond shall be satisfied and released only upon the condition that
Principal:
Faithfully performs all provisions of the Contract and changes authorized by City in the
manner and within the time specified as may be extended under the Contract;
Pays all persons in accordance with RCW 39.08, 39.12 and 60.28 including all workers,
laborers, mechanics, subcontractors, lower tier subcontractors, material persons, and all
other persons or agents who supply labor, equipment, or materials to the Project;
Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington
(RCW) and all taxes imposed on the Principle under Title 82 RCW;
Receives a written discharge from City, signed by the Mayor or by a duly authorized
representative of City.
Renton Gate & Perimeter Security Upgrades Contract Bond to the City of Renton
CAG-25-012 2025
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work
to be performed under the Contract shall in any way affect Surety's obligation on the Contract
Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to
the terms of the Contract or the Work, with the exception that Surety shall be notified if the
Contract time is extended by more than twenty percent (20%).
If any modification or change increases the total amount to be paid under the Contract, Surety's
obligation under this Contract Bond shall automatically increase in a like amount. Any such
increase shall not exceed twenty-five percent (25%) of the original amount of the Contract Bond
without the prior written consent of Surety.
This Contract Bond shall be governed and construed by the laws of the State of Washington, and
venue shall be in King County, Washington.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the
parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a
fully executed and original power of attorney for the office executing on behalf of the Surety.
PRINCIPAL SURETY
[Principal] [Surety]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or Surety Company:
Telephone:
Renton Gate & Perimeter Security Upgrades Fair Practices and Non-Discrimination Declaration
CAG-25-012 2025
FAIR PRACTICES AND NON-DISCRIMINATION POLICY
DECLARATION
I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the
United States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the
Fair Practices and Non-discrimination policies set forth by the law and by City of Renton
policy, adopted by Resolution No. 4085.
2. That by signing the signature page of this Agreement, I am deemed to have signed and to
have agreed to the provisions of this declaration.
Renton Gate & Perimeter Security Upgrades Retainage Method Selection
CAG-25-012 2025
RETAINAGE METHOD SELECTION
CONTRACT NO. CAG-25-012
Project Name: Gate & Perimeter Security Upgrades
In accordance with Specification Section 1-09.9(1) and RCW 60.28, a sum of five percent (5%) of
the monies earned by the Contractor will be retained from progress payments. The Contractor
may select one of two options for the monies retained:
1. Retained in a fund by the Contracting Agency, or
2. Deposited by the Contracting Agency in an escrow (interest-bearing) account in a bank,
mutual saving bank, or savings and loan association (interest on monies so retained shall be
paid to the Contractor). Deposits are to be in the name of the Contracting Agency and are
not to be allowed to be withdrawn without the Contracting Agency’s written authorization.
The Contracting Agency will issue a check representing the sum of the monies reserved,
payable to the bank or trust company. Such check shall be converted into bonds and
securities chosen by the Contractor as the interest accrues.
Option selected by Contractor: Option 1 Option 2 N/A – Retainage Bond Provided
Contractor: ____________________________________________________________________
By: ___________________________________________________________________________
Date: _________________________
Required information if Option 2 is selected:
Name of bank or trust company: ___________________________________________________
Address: ______________________________________________________________________
Agent name: ___________________________________________________________________
Agent phone number: ___________________________________________________________
Account Number: _______________________________________________________________
Contractor assumes full responsibility to pay all costs that may accrue from escrow services,
brokerage charges or both, and further agrees to assume all risks in connection with the
investment of the retained percentages in securities.
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
V. CONTRACT SPECIFICATIONS
INTENTIONALLY LEFT BLANK
City of Renton
Contract Provisions for
Gate and Perimeter Security Upgrades
______________________________________________________________________________
SPECIAL PROVISIONS
INTENTIONALLY LEFT BLANK
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 1 2025
INTRODUCTION TO THE SPECIAL PROVISIONS 1
2
3
4
(January 4, 2024 APWA GSP, Option B) 5
6
The work on this project shall be accomplished in accordance with the Standard Specifications for Road, 7
Bridge and Municipal Construction, 2025 edition, as issued by the Washington State Department of 8
Transportation (WSDOT) and the American Public Works Association (APWA), Washington State 9
Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or 10
supplemented by these Special Provisions, all of which are made a part of the Contract Documents, 11
shall govern all of the Work. 12
13
These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, 14
which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either 15
supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The 16
deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications 17
is meant to pertain only to that particular portion of the section, and in no way should it be interpreted 18
that the balance of the section does not apply. 19
20
The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. 21
For example: 22
23
(March 8, 2013 APWA GSP) 24
(April 1, 2013 (for WSDOT GSPs, only use date) 25
(May 1, 2013 AWPA GSP) Agency Special Provision 26
27
28
Also incorporated into the Contract Documents by reference are: 29
• Manual on Uniform Traffic Control Devices for Streets and Highways , currently adopted edition, 30
with Washington State modifications, if any 31
• Standard Plans for Road, Bridge and Municipal Construction , WSDOT Manual M21-01, current 32
edition 33
34
Contractor shall obtain copies of these publications, at Contractor’s own expense. 35
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 2 2025
DIVISION 1 1
2
GENERAL REQUIREMENTS 3
4
DESCRIPTION OF WORK 5
6
This Contract provides for the improvement of the vehicle and pedestrian gates at Renton Municipal 7
Airport. Work will include the installation of new vehicle and pedestrian gates, installation of new fiber 8
optic cable, network communications cable, and high resolution cameras, trenching, trench repair, and 9
other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the 10
Standard Specifications. 11
12
1-01.3 Definitions 13
(January 19, 2022 APWA GSP) 14
15
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with 16
the following: 17
18
Dates 19
Bid Opening Date 20
The date on which the Contracting Agency publicly opens and reads the Bids. 21
Award Date 22
The date of the formal decision of the Contracting Agency to accept the lowest responsible and 23
responsive Bidder for the Work. 24
Contract Execution Date 25
The date the Contracting Agency officially binds the Agency to the Contract. 26
Notice to Proceed Date 27
The date stated in the Notice to Proceed on which the Contract time begins. 28
Substantial Completion Date 29
The day the Engineer determines the Contracting Agency has full and unrestricted use and 30
benefit of the facilities, both from the operational and safety standpoint, any remaining traffic 31
disruptions will be rare and brief, and only minor incidental work, replacement of temporary 32
substitute facilities, plant establishment periods, or correction or repair remains for the Physical 33
Completion of the total Contract. 34
Physical Completion Date 35
The day all of the Work is physically completed on the project. All documentation required by 36
the Contract and required by law does not necessarily need to be furnished by the Contractor 37
by this date. 38
Completion Date 39
The day all the Work specified in the Contract is completed and all the obligations of the 40
Contractor under the contract are fulfilled by the Contractor. All documentation required by the 41
Contract and required by law must be furnished by the Contractor before establishment of this 42
date. 43
Final Acceptance Date 44
The date on which the Contracting Agency accepts the Work as complete. 45
46
Supplement this Section with the following: 47
48
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 3 2025
All references in the Standard Specifications or WSDOT General Special Provisions, to the terms 1
“Department of Transportation”, “Washington State Transportation Commission”, “Commission”, 2
“Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised 3
to read “Contracting Agency”. 4
5
All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless 6
the reference is to an administrative agency of the State of Washington, a State statute or 7
regulation, or the context reasonably indicates otherwise. 8
9
All references to “State Materials Laboratory” shall be revised to read “Contracting Agency 10
designated location”. 11
12
All references to “final contract voucher certification” shall be interpreted to mean the Contracting 13
Agency form(s) by which final payment is authorized, and final completion and acceptance 14
granted. 15
16
Additive 17
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which 18
may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. 19
20
Alternate 21
One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, 22
from which the Contracting Agency may make a choice between different methods or material of 23
construction for performing the same work. 24
25
Business Day 26
A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. 27
28
Contract Bond 29
The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) 30
are required by the Contract Documents, which may be a combination of a Payment Bond and a 31
Performance Bond. 32
33
Contract Documents 34
See definition for “Contract”. 35
36
Contract Time 37
The period of time established by the terms and conditions of the Contract within which the Work 38
must be physically completed. 39
40
Notice of Award 41
The written notice from the Contracting Agency to the successful Bidder signifying the Contracting 42
Agency’s acceptance of the Bid Proposal. 43
44
Notice to Proceed 45
The written notice from the Contracting Agency or Engineer to the Contractor authorizing and 46
directing the Contractor to proceed with the Work and establishing the date on which the Contract 47
time begins. 48
49
Traffic 50
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian 51
traffic. 52
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 4 2025
1
1-02 BID PROCEDURES AND CONDITIONS 2
3
1-02.1 Prequalification of Bidders 4
5
Delete this section and replace it with the following: 6
7
1-02.1 Qualifications of Bidder 8
(January 24, 2011 APWA GSP) 9
10
Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 11
39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 12
13
1-02.2 Plans and Specifications 14
(June 27, 2011 APWA GSP) 15
16
Delete this section and replace it with the following: 17
18
Information as to where Bid Documents can be obtained or reviewed can be found in the Call for 19
Bids (Advertisement for Bids) for the work. 20
21
After award of the contract, plans and specifications will be issued to the Contractor at no cost as 22
detailed below: 23
24
To Prime Contractor No. of Sets Basis of Distribution
Reduced plans (11" x 17") 2 Furnished automatically
upon award.
Contract Provisions 2 Furnished automatically
upon award.
Large plans (e.g., 22" x 34") 2 Furnished only upon
request.
25
Additional plans and Contract Provisions may be obtained by the Contractor from the source 26
stated in the Call for Bids, at the Contractor’s own expense. 27
28
1-02.4(1) General 29
(December 30, 2022 APWA GSP Option A) 30
31
The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is 32
revised to read: 33
34
Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall 35
request the explanation or interpretation in writing soon enough to allow a written reply to reach 36
all prospective Bidders before the submission of their Bids. 37
38
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 5 2025
Subsurface Information 1
2
1-02.5 Proposal Forms 3
(July 31, 2017 APWA GSP) 4
5
Delete this section and replace it with the following: 6
7
The Proposal Form will identify the project and its location and describe the work. It will also list 8
estimated quantities, units of measurement, the items of work, and the materials to be furnished at 9
the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not 10
limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where 11
applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, 12
telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a 13
State of Washington Contractor’s Registration Number; and a Business License Number, if 14
applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black 15
ink. The required certifications are included as part of the Proposal Form. 16
17
The Contracting Agency reserves the right to arrange the proposal forms with alternates and 18
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates 19
and additives set forth in the Proposal Form unless otherwise specified. 20
21
1-02.6 Preparation of Proposal 22
(January 4, 2024 APWA GSP 1-02.6, Option B) 23
24
Supplement the second paragraph with the following: 25
4. If a minimum bid amount has been established for any item, the unit or lump sum price must 26
equal or exceed the minimum amount stated. 27
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the 28
signer of the bid. 29
30
Delete the last two paragraphs, and replace them with the following: 31
32
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance 33
form, provided by the Contracting Agency. Failure to return this certification as part of the Bid 34
Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor 35
Certification of Wage Law Compliance form is included in the Proposal Forms. 36
37
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 38
39
A bid by a corporation shall be executed in the corporate name, by the president or a vice 40
president (or other corporate officer accompanied by evidence of authority to sign). 41
42
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy 43
of the partnership agreement shall be submitted with the Bid Form if any DBE requirements are to 44
be satisfied through such an agreement. 45
46
A bid by a joint venture shall be executed in the joint venture name and signed by a member of the 47
joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any DBE 48
requirements are to be satisfied through such an agreement. 49
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 6 2025
1
1-02.6(1) Recycled Materials Proposal 2
(January 4, 2016 APWA GSP) 3
4
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the 5
project, using the form provided in the Contract Provisions. 6
7
1-02.7 Bid Deposit 8
(March 8, 2013 APWA GSP) 9
10
Supplement this section with the following: 11
12
Bid bonds shall contain the following: 13
1. Contracting Agency-assigned number for the project; 14
2. Name of the project; 15
3. The Contracting Agency named as obligee; 16
4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents 17
five percent of the maximum bid amount that could be awarded; 18
5. Signature of the bidder’s officer empowered to sign official statements. The signature of the 19
person authorized to submit the bid should agree with the signature on the bond, and the title 20
of the person must accompany the said signature; 21
6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. 22
23
If so stated in the Contract Provisions, bidder must use the bond form included in the Contract 24
Provisions. 25
26
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 27
28
1-02.9 Delivery of Proposal 29
(January 4, 2024 APWA GSP, Option A) 30
31
DBE DOCUMENT SUBMITTAL REQUIREMENTS 32
General 33
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project 34
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as 35
otherwise required in the Bid Documents, to ensure proper handling and delivery. 36
37
To be considered responsive on a FHWA -funded project, the Bidder may be required to submit the 38
following items, as required by Section 1 -02.6: 39
40
• DBE Utilization Certification (WSDOT 272 -056) 41
• DBE Written Confirmation Document (WSDOT 422 -031) from each DBE firm listed on the 42
Bidder’s completed DBE Utilization Certification 43
• Good Faith Effort (GFE) Documentation (if applicable) 44
• DBE Bid Item Breakdown (WSDOT 272 -054) 45
46
Proposals that are received as required will be publicly opened and read as specified in Section 1 -47
02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the 48
time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than 49
that specified in the Call for Bids. The Contracting Agency will not open or consider any 50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 7 2025
“Supplemental Information” (DBE confirmations, or GFE documentation) that is received after the 1
time specified above, or received in a location other than that specified in the Call for Bids. 2
3
If an emergency or unanticipated event interrupts normal work processes of the Contracting 4
Agency so that Proposals cannot be received at the office designated for receipt of bids as 5
specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be 6
extended to the same time of day specified in the solicitation on the first work day on which the 7
normal work processes of the Contracting Agency resume. 8
T 9
DBE Utilization Certification (WSDOT Form 272 -056) 10
The DBE Utilization Certification shall be received at the same location and no later than the time 11
required for delivery of the Proposal. The Contracting Agency will not open or consider any 12
Proposal when the DBE Utilization Certification is received after the time specified for receipt of 13
Proposals or received in a location other than that specified for receipt of Proposals. The DBE 14
Utilization Certification may be submitted in the same envelope as the Bid deposit. 15
16
DBE Written Confirmation (WSDOT Form 422-031) and/or GFE Documentation, (if 17
applicable) 18
The DBE Written Confirmation Documents and/or GFE Documents are not required to be 19
submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if any) shall 20
be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be 21
received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for 22
delivery of the Proposal. To be considered responsive, Bidders shall submit Written Confirmation 23
Documentation from each DBE firm listed on the Bidder’s completed DBE Utilization Certification 24
and/or the GFE as required by Section 1 -02.6. 25
26
DBE Bid Item Breakdown (WSDOT form 272-0-54) 27
The DBE Bid Item Breakdown shall be received either with the Bid Proposal or as a Supplement to 28
the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays 29
and Holidays) after the time for delivery of the Proposal. The successful Bidder shall submit a 30
completed DBE Bid Item Breakdown, however, minor errors and corrections to DBE Bid Item 31
Breakdown will be returned for correction for a period up to five calendar days after bid opening (not 32
including Saturdays, Sundays and Holidays) DBE Bid Item Breakdown that are still incorrect after 33
the correction period will be determined to be non -responsive. 34
35
The DBE Bid Item Breakdown will not be included as part of the executed Contract. 36
37
1-02.10 Withdrawing, Revising, or Supplementing Proposal 38
(July 23, 2015 APWA GSP) 39
40
Delete this section, and replace it with the following: 41
42
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, 43
or supplement it if: 44
45
1. The Bidder submits a written request signed by an authorized person and physically 46
delivers it to the place designated for receipt of Bid Proposals , and 47
2. The Contracting Agency receives the request before the time set for receipt of Bid 48
Proposals, and 49
3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency 50
before the time set for receipt of Bid Proposals. 51
52
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 8 2025
If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the 1
time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal 2
package to the Bidder. The Bidder must then submit the revised or supplemented package in its 3
entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be 4
considered withdrawn. 5
6
Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by 7
the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, 8
revise, or supplement a Bid Proposal are not acceptable. 9
10
1-02.13 Irregular Proposals 11
(January 4, 2024 APWA GSP) 12
13
Delete this section and replace it with the following: 14
15
1. A Proposal will be considered irregular and will be rejected if: 16
a. The Bidder is not prequalified when so required; 17
b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter 18
into the Contract; 19
c. A price per unit cannot be determined from the Bid Proposal; 20
d. The Proposal form is not properly executed; 21
e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271 -22
015), if applicable, as required in Section 1 -02.6; 23
f. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise 24
Certification (WSDOT Form 272-056), if applicable, as required in Section 1 -02.6; 25
g. The Bidder fails to submit Written Confirmations (WSDOT Form 422 -031) from each 26
DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in 27
agreement with the bidder’s DBE participation commitment, if applicable, as required in 28
Section 1-02.6, or if the written confirmation that is submitted fails to meet the 29
requirements of the Special Provisions; 30
h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as 31
required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate 32
that a Good Faith Effort to meet the Condition of Award in accordance with Section 1 -33
07.11; 34
i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272 -054), if 35
applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails 36
to meet the requirements of the Special Provisions; 37
j. The Bid Proposal does not constitute a definite and unqualified offer to meet the 38
material terms of the Bid invitation. 39
40
2. A Proposal may be considered irregular and may be rejected if: 41
a. The Proposal does not include a unit price for every Bid item; 42
b. Any of the unit prices are excessively unbalanced (either above or below the amount of 43
a reasonable Bid) to the potential detriment of the Contracting Agency; 44
c. The authorized Proposal Form furnished by the Contracting Agency is not used or is 45
altered; 46
d. The completed Proposal form contains unauthorized additions, deletions, alternate 47
Bids, or conditions; 48
e. Receipt of Addenda is not acknowledged; 49
f. A member of a joint venture or partnership and the joint venture or partnership submit 50
Proposals for the same project (in such an instance, both Bids may be rejected); or 51
g. If Proposal form entries are not made in ink. 52
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 9 2025
1
1-02.14 Disqualification of Bidders 2
(May 17, 2018 APWA GSP, Option A) 3
4
Delete this section and replace it with the following: 5
6
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder 7
responsibility criteria in RCW 39.04.350(1), as amended. 8
9
The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility 10
criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the 11
right to request documentation as needed from the Bidder and third parties concerning the Bidder’s 12
compliance with the mandatory bidder responsibility criteria. 13
14
If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility 15
criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency 16
shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with 17
this determination, it may appeal the determination within two (2) business days of the Contracting 18
Agency’s determination by presenting its appeal and any additional information to the Contracting 19
Agency. The Contracting Agency will consider the appeal and any additional information before 20
issuing its final determination. If the final determination affirms that the Bidder is not responsible, 21
the Contracting Agency will not execute a contract with any other Bidder until at least two business 22
days after the Bidder determined to be not responsible has received the Contracting Agency’s final 23
determination. 24
25
1-02.15 Pre Award Information 26
(December 30, 2022 APWA GSP) 27
28
Revise this section to read: 29
30
Before awarding any contract, the Contracting Agency may require one or more of these items or 31
actions of the apparent lowest responsible bidder: 32
1. A complete statement of the origin, composition, and manufacture of any or all materials to be 33
used, 34
2. Samples of these materials for quality and fitness tests, 35
3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time 36
required for the various phases of the work, 37
4. A breakdown of costs assigned to any bid item, 38
5. Attendance at a conference with the Engineer or representatives of the Engineer, 39
6. Obtain, and furnish a copy of, a business license to do business in the city or county where the 40
work is located. 41
7. Any other information or action taken that is deemed necessary to ensure that the bidder is the 42
lowest responsible bidder. 43
44
1-03 AWARD AND EXECUTION OF CONTRACT 45
46
1-03.1 Consideration of Bids 47
(December 30, 2022 APWA GSP) 48
49
Revise the first paragraph to read: 50
51
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 10 2025
After opening and reading proposals, the Contracting Agency will check them for correctness of 1
extensions of the prices per unit and the total price. If a discrepancy exists between the price per 2
unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount 3
has been established for any item and the bidder’s unit or lump sum price is less than the minimum 4
specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the 5
minimum specified amount and recalculate the extension. The total of extensions, corrected where 6
necessary, including sales taxes where applicable and such additives and/or alternates as selected 7
by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the 8
Awarded Contract Price amount and the amount of the contract bond. 9
10
1-03.1(1) Identical Bid Totals 11
(December 30, 2022 APWA GSP) 12
13
Revise this section to read: 14
15
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie -breaker 16
will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one 17
marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the 18
marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder 19
shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as 20
registered with the Washington State Department of Licensing. The slips shall be unfolded and the 21
firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for 22
Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the 23
lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to 24
the highest proposed recycled materials amount, are eligible to draw. 25
26
1-03.3 Execution of Contract 27
(January 19, 2022 APWA GSP) 28
29
Revise this section to read: 30
31
Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the 32
successful Bidder shall provide the information necessary to execute the Contract to the 33
Contracting Agency. The Bidder shall send the contact information, including the full name, email 34
address, and phone number, for the authorized signer and bonding agent to the Contracting 35
Agency. 36
37
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for 38
signature by the successful bidder on the first business day following award. The number of copies 39
to be executed by the Contractor will be determined by the Contracting Agency. 40
41
Within 10 calendar days after the award date, the successful bidder shall return the signed 42
Contracting Agency-prepared contract, an insurance certification as required by Section 1 -07.18, a 43
satisfactory bond as required by law and Section 1 -03.4, the Transfer of Coverage form for the 44
Construction Stormwater General Permit with sections I, III, and VIII completed when provided. 45
Before execution of the contract by the Contracting Agency, the successful bidder shall provide 46
any pre-award information the Contracting Agency may require under Section 1 -02.15. 47
48
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency 49
nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The 50
Contractor shall bear all risks for any work begun outside such areas and for any materials ordered 51
before the contract is executed by the Contracting Agency. 52
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 11 2025
1
If the bidder experiences circumstances beyond their control that prevents return of the contract 2
documents within the calendar days after the award date stated above, the Contracting Agency 3
may grant up to a maximum of 2 additional calendar days for return of the documents, provided the 4
Contracting Agency deems the circumstances warrant it. 5
6
1-03.4 Contract Bond 7
(July 23, 2015 APWA GSP) 8
9
Delete the first paragraph and replace it with the following: 10
11
The successful bidder shall provide executed payment and performance bond(s) for the full 12
contract amount. The bond may be a combined payment and performance bond; or be separate 13
payment and performance bonds. In the case of separate payment and performance bonds, each 14
shall be for the full contract amount. The bond(s) shall: 15
1. Be on Contracting Agency-furnished form(s); 16
2. Be signed by an approved surety (or sureties) that: 17
a. Is registered with the Washington State Insurance Commissioner, and 18
b. Appears on the current Authorized Insurance List in the State of Washington published by 19
the Office of the Insurance Commissioner, 20
3. Guarantee that the Contractor will perform and comply with all obligations, duties, and 21
conditions under the Contract, including but not limited to the duty and obligation to indemnify, 22
defend, and protect the Contracting Agency against all losses and claims related directly or 23
indirectly from any failure: 24
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of 25
the Contractor) to faithfully perform and comply with all contract obligations, conditions, and 26
duties, or 27
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to 28
pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or 29
any other person who provides supplies or provisions for carrying out the work; 30
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project 31
under titles 50, 51, and 82 RCW; and 32
5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; 33
and 34
6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor 35
or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or 36
vice president, unless accompanied by written proof of the authority of the individual signing 37
the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to 38
such effect signed by the president or vice president). 39
40
Add the following new section: 41
42
1-03.4(1) Retainage in Lieu of Contract Bond 43
(May 17, 2018 APWA GSP) 44
45
For contracts of 35,000 or less, the Contractor may, at the Contractor’s option, authorize the 46
Contracting Agency to retain 5% of the contract amount in lieu of furnishing a performance and/or 47
payment bond. If the Contractor elects this option, the retainage shall be held for a period of thirty 48
(30) days after the date of final acceptance, or until receipt of all necessary releases from the 49
Departments of Revenue and of Labor and Industries and settlement of any liens filed under RCW 50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 12 2025
60.28, whichever is later. The Contractor must advise the Contracting Agency in writing of the 1
Contractor's election to authorize retainage in lieu of a bond, at the time of execution of the 2
Contract. 3
4
In choosing this option, the Contractor agrees that if the Contractor, its heirs, executors, 5
administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly 6
keep and perform the covenants, conditions and agreements in the Contract, and shall faithfully 7
perform all the provisions of such contract and shall also well and truly perform and fulfill all the 8
undertakings, covenants, terms, conditions and agreements of any and all duly authorized 9
modifications of the Contract that may hereafter be made, at the time and in the manner therein 10
specified, and shall pay all laborers, mechanics, subcontractors, and material suppliers, and all 11
persons who shall supply such person or persons, or subcontractors, with provisions and supplies 12
for the carrying on of such work, on his or her part, and shall indemnify and save harmless the 13
Contracting Agency, its officers and agents from any claim for such payment, then the funds retained 14
in lieu of a performance bond shall be released at the time provided above; otherwise, the funds 15
shall be retained until the Contractor fulfills the said obligations. 16
17
1-03.7 Judicial Review 18
(December 30, 2022 APWA GSP) 19
20
Revise this section to read: 21
22
All decisions made by the Contracting Agency regarding the Award and execution of the Contract 23
or Bid rejection shall be conclusive subject to the scope of judicial review permitted under 24
Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county 25
where the Contracting Agency headquarters is located, provided that where an action is asserted 26
against a county, RCW 36.01.050 shall control venue and jurisdiction. 27
28
1-04 SCOPE OF WORK 29
30
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and 31
Addenda 32
(December 30, 2022 APWA GSP) 33
34
Revise the second paragraph to read: 35
36
Any inconsistency in the parts of the contract shall be resolved by following this order of 37
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 38
1. Addenda, 39
2. Proposal Form, 40
3. Special Provisions, 41
4. Contract Plans, 42
5. Standard Specifications, 43
6. Contracting Agency’s Standard Plans or Details (if any), and 44
7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 45
46
1-04.4 Changes 47
(January 19, 2022 APWA GSP) 48
49
The first two sentences of the last paragraph of Section 1 -04.4 are deleted. 50
51
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 13 2025
1-04.4(1) Minor Changes 1
(May 30, 2019 APWA GSP) 2
3
Delete the first paragraph and replace it with the following: 4
5
Payments or credits for changes amounting to $25,000 or less may be made under the Bid item 6
“Minor Change”, if included on the Proposal Form. At the discretion of the Contracting Agency, this 7
procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in 8
Section 1-04.4, Changes. All “Minor Change” work will be within the scope of the Contract Work 9
and will not change Contract Time. 10
11
1-05 CONTROL OF WORK 12
13
1-05.4 Conformity With and Deviations from Plans and Stakes 14
15
Supplement this section with the following: 16
17
Roadway and Utility Surveys 18
(July 23, 2015 APWA GSP, Option 1, Modified) 19
20
The Contractor shall be responsible to furnish all principal lines, grades, and measurements the 21
Engineer deems necessary for completion of the work. These shall generally consist of one initial 22
set of: 23
1. Slope stakes for establishing grading; 24
2. Curb grade stakes; 25
3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 26
4. Offset points to establish line and grade for underground utilities such as water, sewers, and 27
storm drains. 28
29
The Engineer shall not be responsible for providing any survey information. 30
31
1-05.7 Removal of Defective and Unauthorized Work 32
(October 1, 2005 APWA GSP) 33
34
Supplement this section with the following: 35
36
If the Contractor fails to remedy defective or unauthorized work within the time specified in a 37
written notice from the Engineer, or fails to perform any part of the work required by the Contract 38
Documents, the Engineer may correct and remedy such work as may be identified in the written 39
notice, with Contracting Agency forces or by such other means as the Contracting Agency may 40
deem necessary. 41
42
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be 43
an emergency situation, the Engineer may have the defective and unauthorized work corrected 44
immediately, have the rejected work removed and replaced, or have work the Contractor refuses to 45
perform completed by using Contracting Agency or other forces. An emergency situation is any 46
situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or 47
might cause serious risk of loss or damage to the public. 48
49
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying 50
defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid 51
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 14 2025
by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, 1
the Contractor. Such direct and indirect costs shall include in particular, but without limitation, 2
compensation for additional professional services required, and costs for repair and replacement of 3
work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s 4
unauthorized work. 5
6
No adjustment in contract time or compensation will be allowed because of the delay in the 7
performance of the work attributable to the exercise of the Contracting Agency’s rights provided by 8
this Section. 9
10
The rights exercised under the provisions of this section shall not diminish the Contracting 11
Agency’s right to pursue any other avenue for additional remedy or damages with respect to the 12
Contractor’s failure to perform the work as required. 13
14
1-05.11 Final Inspection 15
16
Delete this section and replace it with the following: 17
18
1-05.11 Final Inspections and Operational Testing 19
(October 1, 2005 APWA GSP) 20
21
1-05.11(1) Substantial Completion Date 22
23
When the Contractor considers the work to be substantially complete, the Contractor shall so notify 24
the Engineer and request the Engineer establish the Substantial Completion Date. The 25
Contractor’s request shall list the specific items of work that remain to be completed in order to 26
reach physical completion. The Engineer will schedule an inspection of the work with the 27
Contractor to determine the status of completion. The Engineer may also establish the Substantial 28
Completion Date unilaterally. 29
30
If, after this inspection, the Engineer concurs with the Contractor that the work is substantially 31
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set 32
the Substantial Completion Date. If, after this inspection the Engineer does not consider the work 33
substantially complete and ready for its intended use, the Engineer will, by written notice, so notify 34
the Contractor giving the reasons therefor. 35
36
Upon receipt of written notice concurring in or denying substantial completion, whichever is 37
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, 38
the work necessary to reach Substantial and Physical Completion. The Contractor shall provide 39
the Engineer with a revised schedule indicating when the Contractor expects to reach substantial 40
and physical completion of the work. 41
42
The above process shall be repeated until the Engineer establishes the Substantial Completion Date 43
and the Contractor considers the work physically complete and ready for final inspection. 44
45
1-05.11(2) Final Inspection and Physical Completion Date 46
47
When the Contractor considers the work physically complete and ready for final inspection, the 48
Contractor by written notice, shall request the Engineer to schedule a final inspection. The 49
Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final 50
inspection and the Engineer will notify the Contractor in writing of all particulars in which the final 51
inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take 52
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 15 2025
such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall 1
be pursued vigorously, diligently, and without interruption until physical completion of the listed 2
deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have 3
been corrected. 4
5
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written 6
notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take 7
whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. 8
The Contractor will not be allowed an extension of contract time because of a delay in the 9
performance of the work attributable to the exercise of the Engineer’s right hereunder. 10
11
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting 12
Agency, in writing, of the date upon which the work was considered physically complete. That date 13
shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the 14
work or that all the obligations of the Contractor under the contract have been fulfilled. 15
16
1-05.11(3) Operational Testing 17
18
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and 19
operable system. Therefore when the work involves the installation of machinery or other 20
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; 21
buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate 22
and test the work for a period of time after final inspection but prior to the physical completion date. 23
Whenever items of work are listed in the Contract Provisions for operational testing they shall be 24
fully tested under operating conditions for the time period specified to ensure their acceptability 25
prior to the Physical Completion Date. During and following the test period, the Contractor shall 26
correct any items of workmanship, materials, or equipment which prove faulty, or that are not in 27
first class operating condition. Equipment, electrical controls, meters, or other devices and 28
equipment to be tested during this period shall be tested under the observation of the Engineer, so 29
that the Engineer may determine their suitability for the purpose for which they were installed. The 30
Physical Completion Date cannot be established until testing and corrections have been completed 31
to the satisfaction of the Engineer. 32
33
The costs for power, gas, labor, material, supplies, and everything else needed to successfully 34
complete operational testing, shall be included in the unit contract prices related to the system 35
being tested, unless specifically set forth otherwise in the proposal. 36
37
Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s 38
guaranties or warranties furnished under the terms of the contract. 39
40
1-05.13 Superintendents, Labor and Equipment of Contractor 41
(August 14, 2013 APWA GSP) 42
43
Delete the sixth and seventh paragraphs of this section. 44
45
1-05.15 Method of Serving Notices 46
(January 4, 2024 APWA GSP) 47
48
Revise the second paragraph to read: 49
50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 16 2025
All correspondence from the Contractor shall be served and directed to the Engineer. All 1
correspondence from the Contractor constituting any notification, notice of protest, notice of 2
dispute, or other correspondence constituting notification required to be furnished under the 3
Contract, must be written in paper format, hand delivered or sent via certified mail delivery service 4
with return receipt requested to the Engineer's office. Electronic copies such as e -mails or 5
electronically delivered copies of correspondence will not constitute such notice and will not 6
comply with the requirements of the Contract. 7
8
1-05.16 Water and Power 9
(October 1, 2005 APWA GSP) 10
11
The Contractor shall make necessary arrangements, and shall bear the costs for power and water 12
necessary for the performance of the work, unless the contract includes power and water as a pay 13
item. 14
15
1-05.18 Record Drawings 16
(March 8, 2013 APWA GSP, modified) 17
18
The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear 19
and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of 20
information that a change in Work has occurred. The Contractor shall not conceal any work until 21
the required information is recorded. 22
23
This Record Drawing set shall be used for this purpose alone, shall be kept separate from other 24
Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be 25
kept on site at the Contractor’s field office, and shall be available for review by the Contracting 26
Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for 27
review. 28
29
The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a 30
single, experienced, and qualified individual. The quality of the Record Drawings, in terms of 31
accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify 32
the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record 33
Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. 34
35
The Record Drawing markups shall document all changes in the Work, both concealed and visible. 36
Items that must be shown on the markups include but are not limited to: 37
38
• Actual dimensions, arrangement, and materials used when different than shown in the 39
Plans. 40
• Changes made by Change Order or Field Order. 41
• Changes made by the Contractor. 42
• Accurate locations of storm sewer, sanitary sewer, water mains and other water 43
appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, 44
landscaping areas, building footprints, channelization and pavement markings, etc. Include 45
pipe invert elevations, top of castings (manholes, inlets, etc.). 46
47
If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting 48
Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record 49
Drawings. 50
51
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 17 2025
When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits 1
include, but are not limited to the following: 2
Vertical Horizontal
As-built sanitary & storm invert and grate
elevations ± 0.01 foot ± 0.01 foot
As-built monumentation ± 0.001 foot ± 0.001 foot
As-built waterlines, inverts, valves,
hydrants ± 0.10 foot ± 0.10 foot
As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot
As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot
As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot
As-built signs, signals, etc. N/A ± 0.10 foot
3
Making Entries on the Record Drawings: 4
5
• Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to 6
the following color code: 7
• Additions - Red 8
• Deletions - Green 9
• Comments - Blue 10
• Dimensions - Graphite 11
• Provide the applicable reference for all entries, such as the change order number, the 12
request for information (RFI) number, or the approved shop drawing number. 13
• Date all entries. 14
• Clearly identify all items in the entry with notes similar to those in the Contract Drawings 15
(such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). 16
17
The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction 18
of built conditions, and in conformance with the requirements detailed above. The Contractor shall 19
submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the 20
Record Drawings is one of the requirements for achieving Physical Completion. 21
22
No payment will be made for Record Drawings. 23
24
1-06 CONTROL OF MATERIAL 25
26
1-06.1(4) Fabrication Inspection Expense 27
(June 27, 2011 AWPA GSP) 28
29
Delete this section in its entirety. 30
31
1 -06.6 Recycled Materials 32
(January 4, 2016 APWA GSP) 33
34
Delete this section, including its subsections, and replace it with the following: 35
36
The Contractor shall make their best effort to utilize recycled materials in the construction of the 37
project. Approval of such material use shall be as detailed elsewhere in the Standard 38
Specifications. 39
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 18 2025
1
Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were 2
utilized in the construction of the project for each of the items listed in Section 9 -03.21. The report 3
shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and 4
other recycled materials (e.g. utilization of on -site material and aggregates from concrete returned 5
to the supplier). The Contractor’s report shall be provided on DOT form 350 -075 Recycled Materials 6
Reporting. 7
8
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 9
10
1-07.1 Laws to be Observed 11
(October 1, 2005 APWA GSP) 12
13
Supplement this section with the following: 14
15
In cases of conflict between different safety regulations, the more stringent regulation shall apply. 16
17
The Washington State Department of Labor and Industries shall be the sole and paramount 18
administrative agency responsible for the administration of the provisions of the Washington 19
Industrial Safety and Health Act of 1973 (WISHA). 20
21
The Contractor shall maintain at the project site office, or other well known place at the project site, 22
all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, 23
and make known to all employees, procedures for ensuring immediate removal to a hospital, or 24
doctor’s care, persons, including employees, who may have been injured on the project site. 25
Employees should not be permitted to work on the project site before the Contractor has 26
established and made known procedures for removal of injured persons to a hospital or a doctor’s 27
care. 28
29
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the 30
Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, 31
or improper maintenance, use, or operation. The Contractor shall be solely and completely 32
responsible for the conditions of the project site, including safety for all persons and property in the 33
performance of the work. This requirement shall apply continuously, and not be limited to normal 34
working hours. The required or implied duty of the Engineer to conduct construction review of the 35
Contractor’s performance does not, and shall not, be intended to include review and adequacy of 36
the Contractor’s safety measures in, on, or near the project site. 37
38
1-07.2 State Taxes 39
40
Delete this section, including its sub -sections, in its entirety and replace it with the following: 41
42
1-07.2 State Sales Tax 43
(June 27, 2011 APWA GSP) 44
45
The Washington State Department of Revenue has issued special rules on the State sales tax. 46
Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should 47
contact the Washington State Department of Revenue for answers to questions in this area. The 48
Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood 49
tax liability. 50
51
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 19 2025
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract 1
amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) 2
describes this exception. 3
4
The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA -5
funded Project) only if the Contractor has obtained from the Washington State Department of 6
Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). 7
The Contracting Agency may deduct from its payments to the Contractor any amount the 8
Contractor may owe the Washington State Department of Revenue, whether the amount owed 9
relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 10
11
1-07.2(1) State Sales Tax — Rule 171 12
13
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, 14
etc., which are owned by a municipal corporation, or political subdivision of the state, or by the 15
United States, and which are used primarily for foot or vehicular traffic. This includes storm or 16
combined sewer systems within and included as a part of the street or road drainage system and 17
power lines when such are part of the roadway lighting system. For work performed in such cases, 18
the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item 19
prices, or other contract amounts, including those that the Contractor pays on the purchase of the 20
materials, equipment, or supplies used or consumed in doing the work. 21
22
1-07.2(2) State Sales Tax — Rule 170 23
24
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing 25
buildings, or other structures, upon real property. This includes, but is not limited to, the 26
construction of streets, roads, highways, etc., owned by the state of Washington; water mains and 27
their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and 28
disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, 29
electrical power distribution lines, or other conduits or lines in or above streets or roads, unless 30
such power lines become a part of a street or road lighting system; and installing or attaching of 31
any article of tangible personal property in or to real property, whether or not such personal 32
property becomes a part of the realty by virtue of installation. 33
34
For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail 35
sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to 36
each payment to the Contractor. For this reason, the Contractor shall not include the retail sales 37
tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the 38
following exception. 39
40
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a 41
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable 42
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item 43
prices or in any other contract amount. 44
45
1-07.2(3) Services 46
47
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly 48
for professional or other services (as defined in Washington State Department of Revenue Rules 49
138 and 244). 50
51
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 20 2025
1-07.9(5)A Required Documents 1
(December 30, 2022 APWA GSP) 2
3
This section is revised to read as follows: 4
5
All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and Certified Payrolls, 6
including a signed Statement of Compliance for Federal -aid projects, shall be submitted to the 7
Engineer and to the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. 8
9
1-07.18 Public Liability and Property Damage Insurance 10
11
Delete this section in its entirety, and replace it with the following: 12
13
1-07.18 Insurance 14
(January 4, 2024 APWA GSP) 15
16
1-07.18(1) General Requirements 17
A. The Contractor shall procure and maintain the insurance described in all subsections of section 1 -18
07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A -: 19
VII and licensed to do business in the State of Washington. The Contracting Agency reserves the 20
right to approve or reject the insurance provided, based on the insurer’s financial condition. 21
22
B. The Contractor shall keep this insurance in force without interruption from the commencement of 23
the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical 24
Completion date, unless otherwise indicated below. 25
26
C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all 27
subsequent renewals, shall be no later than the effective date of this Contract. The policy shall 28
state that coverage is claims made and state the retroactive date. Claims-made form coverage 29
shall be maintained by the Contractor for a minimum of 36 months following the Completion Date 30
or earlier termination of this Contract, and the Contractor shall annually provide the Contracting 31
Agency with proof of renewal. If renewal of the claims made form of coverage becomes 32
unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting 33
period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure 34
financial responsibility for liability for services performed. 35
36
D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability 37
insurance policies shall be primary and non -contributory insurance as respects the Contracting 38
Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or 39
self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s 40
insurance and shall not contribute with it. 41
42
E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice 43
of any policy cancellation, within two business days of their receipt of such notice. 44
45
F. The Contractor shall not begin work under the Contract until the required insurance has been 46
obtained and approved by the Contracting Agency 47
48
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a 49
material breach of contract, upon which the Contracting Agency may, after giving five business 50
days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its 51
discretion, procure or renew such insurance and pay any and all premiums in connection 52
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 21 2025
therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at 1
the sole discretion of the Contracting Agency, offset against funds due the Contractor from the 2
Contracting Agency. 3
4
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the 5
Contract and no additional payment will be made. 6
7
I. Under no circumstances shall a wrap up policy be obtained, for either initiating or maintaining 8
coverage, to satisfy insurance requirements for any policy required under this Section. A “wrap up 9
policy” is defined as an insurance agreement or arrangement under which all the parties working 10
on a specified or designated project are insured under one policy for liability arising out of that 11
specified or designated project. 12
13
1-07.18(2) Additional Insured 14
All insurance policies, with the exception of Workers Compensation, and of Professional Liability and 15
Builder’s Risk (if required by this Contract) shall name the following listed entities as additional 16
insured(s) using the forms or endorsements required herein: 17
▪ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers 18
19
The above-listed entities shall be additional insured(s) for the full available limits of liability maintained 20
by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than 21
those required by this Contract, and irrespective of whether the Certificate of Insurance provided by 22
the Contractor pursuant to 1 -07.18(4) describes limits lower than those maintained by the Contractor. 23
24
For Commercial General Liability insurance coverage, the required additional insured endorsements 25
shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 26
for completed operations. 27
28
1-07.18(3) Subcontractors 29
The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies 30
with all applicable requirements of the Contractor -provided insurance as set forth herein, except the 31
Contractor shall have sole responsibility for determining the limits of coverage required to be obtained 32
by subcontractors. 33
34
The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as 35
additional insureds, and provide proof of such on the policies as required by that section as detailed in 36
1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations 37
and CG 20 37 10 01 for completed operations. 38
39
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency 40
evidence of insurance and copies of the additional insured endorsements of each subcontractor of 41
every tier as required in 1-07.18(4) Verification of Coverage. 42
43
1-07.18(4) Verification of Coverage 44
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements 45
for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the 46
signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage 47
with these insurance requirements or failure of Contracting Agency to identify a deficiency from the 48
insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to 49
maintain such insurance. 50
51
Verification of coverage shall include: 52
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 22 2025
1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 1
2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1 -07.18(2) 2
as additional insured(s), showing the policy number. The Contractor may submit a copy of any 3
blanket additional insured clause from its policies instead of a separate endorsement. 4
3. Any other amendatory endorsements to show the coverage required herein. 5
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these 6
requirements – actual endorsements must be submitted. 7
8
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full 9
and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full 10
and certified copy of that policy is required when the Contractor delivers the signed Contract for the 11
work. 12
13
1-07.18(5) Coverages and Limits 14
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s 15
maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed 16
to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the 17
Contracting Agency’s recourse to any remedy available at law or in equity. 18
19
All deductibles and self-insured retentions must be disclosed and are subject to approval by the 20
Contracting Agency. The cost of any claim payments falling within the deductible or self -insured 21
retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability 22
subject to any policy’s deductibles or self -insured retention, said deductibles or self-insured retention 23
shall be the responsibility of the Contractor. 24
25
1-07.18(5)A Commercial General Liability 26
Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO 27
occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop 28
gap liability, independent contractors, products -completed operations, personal and advertising injury, 29
and liability assumed under an insured contract. There shall be no exclusion for liability arising from 30
explosion, collapse or underground property damage. 31
32
The Commercial General Liability insurance shall be endorsed to provide a per project general 33
aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 34
35
Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s 36
completed operations for at least three years following Substantial Completion of the Work. 37
38
Such policy must provide the following minimum limits: 39
$2,000,000 Each Occurrence 40
$3,000,000 General Aggregate 41
$3,000,000 Products & Completed Operations Aggregate 42
$2,000,000 Personal & Advertising Injury each offence 43
$2,000,000 Stop Gap / Employers’ Liability each accident 44
45
1-07.18(5)B Automobile Liability 46
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on 47
a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of 48
pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. 49
50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 23 2025
Such policy must provide the following minimum limit: 1
$1,000,000 Combined single limit each accident 2
3
1-07.18(5)C Workers’ Compensation 4
The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial 5
Insurance laws of the State of Washington. 6
7
1-07.18(5)D Excess or Umbrella Liability 8
(January 4, 2016 APWA GSP) 9
10
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than 2 million 11
each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over 12
and as least as broad in coverage as the Contractor’s Commercial General and Auto Liability insurance 13
14
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on 15
the Contractor’s Excess or Umbrella Liability insurance policy. 16
17
This requirement may be satisfied instead through the Contractor’s primary Commercial General and 18
Automobile Liability coverages, or any combination thereof that achieves the overall required limits of 19
insurance. 20
21
1-07.18(5)E LHWCA Insurance 22
(January 4, 2016 APWA GSP) 23
24
If this Contract involves work on or adjacent to Navigable Waters of the United States, the Contractor 25
shall procure and maintain insurance coverage in compliance with the statutory requirements of the U.S. 26
Longshore and Harbor Workers' Compensation Act (LHWCA). 27
28
Such policy must provide the following minimum limits: 29
$1,000,000 Bodily Injury by Accident – each accident 30
$1,000,000 Bodily Injury by Disease – each employee 31
$1,000,000 Bodily Injury by Disease – policy limits 32
33
1-07.18(5)F Protection & Indemnity Insurance Including Jones Act 34
(January 4, 2016 APWA GSP) 35
36
If this Contract involves marine activities, or work from a boat, vessel, or floating platform, the Contractor 37
shall procure and maintain Protection and Indemnity (P&I) coverage including collision liability, injury to 38
crew (Merchant Marine Act of 1920 - Jones Act) and passengers, removal of wreck and liability for 39
seepage, pollution, containment and cleanup using form SP -23 or SP 38 or a form as least as broad. 40
41
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on 42
the Contractor’s Protection and Indemnity insurance policy. 43
44
Such policy must provide the following minimum limits: 45
$1,000,000 Bodily Injury by Accident – each accident or occurrence 46
$1,000,000 Bodily Injury by Disease – each employee 47
$1,000,000 Bodily Injury by Disease – policy limits 48
49
1-07.18(5)G Hull and Machinery 50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 24 2025
(January 4, 2016 APWA GSP) 1
2
If this Contract involves use of a boat, vessel, or floating platform, the Contractor shall procure and 3
maintain coverage at Market Value of vessel on American Institute Hull Clauses, 6/2/77 form. 4
5
1-07.24 Rights of Way 6
(July 23, 2015 APWA GSP) 7
8
Delete this section and replace it with the following: 9
10
Street Right of Way lines, limits of easements, and limits of construction permits are indicated in 11
the Plans. The Contractor’s construction activities shall be confined within these limits, unless 12
arrangements for use of private property are made. 13
14
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and 15
easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this 16
are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued 17
Addendum. 18
19
Whenever any of the work is accomplished on or through property other than public Right of Way, 20
the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 21
obtained by the Contracting Agency from the owner of the private property. Copies of the 22
easement agreements may be included in the Contract Provisions or made available to the 23
Contractor as soon as practical after they have been obtained by the Engineer. 24
25
Whenever easements or rights of entry have not been acquired prior to advertising, these areas 26
are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas 27
where right of way, easements or rights of entry have not been acquired until the Engineer certifies 28
to the Contractor that the right of way or easement is available or that the right of entry has been 29
received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency 30
in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an 31
extension of time. The Contractor agrees that such delay shall not be a breach of contract. 32
33
Each property owner shall be given 48 hours’ notice prior to entry by the Contractor. This includes 34
entry onto easements and private property where private improvements must be adjusted. 35
36
The Contractor shall be responsible for providing, without expense or liability to the Contracting 37
Agency, any additional land and access thereto that the Contractor may desire for temporary 38
construction facilities, storage of materials, or other Contractor needs. However, before using any 39
private property, whether adjoining the work or not, the Contractor shall file with the Engineer a 40
written permission of the private property owner, and, upon vacating the premises, a written release 41
from the property owner of each property disturbed or otherwise interfered with by reasons of 42
construction pursued under this contract. The statement shall be signed by the private property 43
owner, or proper authority acting for the owner of the private property affected, stating that 44
permission has been granted to use the property and all necessary permits have been obtained or, 45
in the case of a release, that the restoration of the property has been satisfactorily accomplished. 46
The statement shall include the parcel number, address, and date of signature. Written releases 47
must be filed with the Engineer before the Completion Date will be established. 48
49
1-08 PROSECUTION AND PROGRESS 50
51
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 25 2025
Add the following new section: 1
2
1-08.0 Preliminary Matters 3
(May 25, 2006 APWA GSP) 4
5
Add the following new section: 6
7
1-08.0(1) Preconstruction Conference 8
(October 10, 2008 APWA GSP) 9
10
Prior to the Contractor beginning the work, a preconstruction conference will be held between the 11
Contractor, the Engineer and such other interested parties as may be invited. The purpose of the 12
preconstruction conference will be: 13
1. To review the initial progress schedule; 14
2. To establish a working understanding among the various parties associated or affected by the 15
work; 16
3. To establish and review procedures for progress payment, notifications, approvals, submittals, 17
etc.; 18
4. To establish normal working hours for the work; 19
5. To review safety standards and traffic control; and 20
6. To discuss such other related items as may be pertinent to the work. 21
22
The Contractor shall prepare and submit at the preconstruction conference the following: 23
1. A breakdown of all lump sum items; 24
2. A preliminary schedule of working drawing submittals; and 25
3. A list of material sources for approval if applicable. 26
27
Add the following new section: 28
29
1-08.0(2) Hours of Work 30
(December 8, 2014 APWA GSP) 31
32
Except in the case of emergency or unless otherwise approved by the Engineer, the normal 33
working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 34
p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the 35
normal working hours stated above, the request must be submitted in writing prior to the 36
preconstruction conference, subject to the provisions below. The working hours for the Contract 37
shall be established at or prior to the preconstruction conference. 38
39
All working hours and days are also subject to local permit and ordinance conditions (such as noise 40
ordinances). 41
42
If the Contractor wishes to deviate from the established working hours, the Contractor shall submit 43
a written request to the Engineer for consideration. This request shall state what hours are being 44
requested, and why. Requests shall be submitted for review no later than 48 hours prior to the 45
day(s) the Contractor is requesting to change the hours. 46
47
If the Contracting Agency approves such a deviation, such approval may be subject to certain 48
other conditions, which will be detailed in writing. For example: 49
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 26 2025
1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency 1
for the costs in excess of straight-time costs for Contracting Agency representatives who 2
worked during such times. (The Engineer may require designated representatives to be 3
present during the work. Representatives who may be deemed necessary by the Engineer 4
include, but are not limited to: survey crews; personnel from the Contracting Agency’s 5
material testing lab; inspectors; and other Contracting Agency employees or third party 6
consultants when, in the opinion of the Engineer, such work necessitates their presence.) 7
2. Considering the work performed on Saturdays, Sundays, and holidays as working days 8
with regard to the contract time. 9
3. Considering multiple work shifts as multiple working days with respect to contract time even 10
though the multiple shifts occur in a single 24 -hour period. 11
4. If a 4-10 work schedule is requested and approved the non working day for the week will be 12
charged as a working day. 13
If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded 14
properly on certified payroll 15
16
1-08.1 Subcontracting 17
(December 30, 2022 APWA GSP, Option A) 18
19
Section 1-08.1 is supplemented with the following: 20
21
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit 22
to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the 23
Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor 24
has been executed. This certification shall also guarantee that these subcontract agreements 25
include all the documents required by the Special Provision Federal Agency Inspection. 26
27
A subcontractor or lower tier subcontractor will not be permitted to perform any work under the 28
contract until the following documents have been completed and submitted to the Engineer: 29
30
1. Request to Sublet Work (WSDOT Form 421 -012), and 31
32
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects 33
(WSDOT Form 420-004). 34
35
The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT 36
Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every 37
subcontractor and lower tier subcontractor’s retainage has been released. 38
39
The Contractor's records pertaining to the requirements of this Special Provision shall be open to 40
inspection or audit by representatives of the Contracting Agency during the life of the contract and 41
for a period of not less than three years after the date of acceptance of the contract. The 42
Contractor shall retain these records for that period. The Contractor shall also guarantee that these 43
records of all subcontractors and lower tier subcontractors shall be available and open to similar 44
inspection or audit for the same time period. 45
46
1-08.3(2)B Type B Progress Schedule 47
(January 4, 2024 APWA GSP) 48
49
Revise the first paragraph to read: 50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 27 2025
1
The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the 2
preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of 3
these requirements and the requirements of Section 1 -08.3(2), except that it may be limited to only 4
those activities occurring within the first 60 -working days of the project. 5
6
Revise the first sentence of the second paragraph to read: 7
The Contractor shall submit 2 copies of a Type B Progress Schedule depicting the entire project no 8
later than 7 calendar days after the preconstruction conference. 9
10
1-08.4 Prosecution of Work 11
12
Delete this section and replace it with the following: 13
14
1-08.4 Notice to Proceed and Prosecution of Work 15
(July 23, 2015 APWA GSP) 16
17
Notice to Proceed will be given after the contract has been executed and the contract bond and 18
evidence of insurance have been approved and filed by the Contracting Agency. The Contractor 19
shall not commence with the work until the Notice to Proceed has been given by the Engineer. The 20
Contractor shall commence construction activities on the project site within ten days of the Notice 21
to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the 22
work to the physical completion date within the time specified in the contract. Voluntary shutdown 23
or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to 24
complete the work within the time(s) specified in the contract. 25
26
When shown in the Plans, the first order of work shall be the installation of high visibility fencing to 27
delineate all areas for protection or restoration, as described in the Contract. Installation of high 28
visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and 29
traffic control devices in accordance with 1 -10.1(2). Upon construction of the fencing, the 30
Contractor shall request the Engineer to inspect the fence. No other work shall be performed on 31
the site until the Contracting Agency has accepted the installation of high visibility fencing, as 32
described in the Contract. 33
34
1-08.5 Time for Completion 35
(December 30, 2022 APWA GSP, Option B) 36
37
Revise the third and fourth paragraphs to read: 38
39
Contract time shall begin on the first working day following the Notice to Proceed date. If the 40
Contractor starts work on the project at an earlier date, then contract time shall begin on the first 41
working day when onsite work begins. 42
43
Each working day shall be charged to the contract as it occurs, until the contract work is physically 44
complete. If substantial completion has been granted and all the authorized working days have 45
been used, charging of working days will cease. Each week the Engineer will provide the 46
Contractor a statement that shows the number of working days: (1) charged to the contract the 47
week before; (2) specified for the physical completion of the contract; and (3) remaining for the 48
physical completion of the contract. The statement will also show the nonworking days and all 49
partial or whole days the Engineer declares as unworkable. The statement will be identified as a 50
Written Determination by the Engineer. If the Contractor does not agree with the Written 51
Determination of working days, the Contractor shall pursue the protest procedures in accordance 52
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 28 2025
with Section 1-04.5. By failing to follow the procedures of Section 1 -04.5, the Contractor shall be 1
deemed as having accepted the statement as correct. If the Contractor is approved to work 10 2
hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 3
shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be 4
charged as a working day whether or not the Contractor works on that day. 5
6
Revise the sixth paragraph to read: 7
8
The Engineer will give the Contractor written notice of the completion date of the contract after all 9
the Contractor’s obligations under the contract have been performed by the Contractor. The 10
following events must occur before the Completion Date can be established: 11
1. The physical work on the project must be complete; and 12
2. The Contractor must furnish all documentation required by the contract and required by law, to 13
allow the Contracting Agency to process final acceptance of the contract. The following 14
documents must be received by the Project Engineer prior to establishing a completion date: 15
a. Certified Payrolls (per Section 1-07.9(5)). 16
b. Material Acceptance Certification Documents 17
c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract 18
Provisions. 19
d. Final Contract Voucher Certification 20
e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all 21
subcontractors 22
f. A copy of the Notice of Termination sent to the Washington State Department of Ecology 23
(Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of 24
Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This 25
requirement will not apply if the Construction Stormwater General Permit is transferred 26
back to the Contracting Agency in accordance with Section 8 -01.3(16). 27
g. Property owner releases per Section 1 -07.24 28
29
1-08.9 Liquidated Damages 30
(March 3, 2021 APWA GSP, Option A) 31
32
Replace Section 1-08.9 with the following: 33
34
Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, 35
interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax 36
payers undue sums of money, adding time needed for administration, engineering, inspection, and 37
supervision. 38
39
Accordingly, the Contractor agrees: 40
41
1. To pay liquidated damages in the amount of $1,000 for each working day beyond the 42
number of working days established for Physical Completion, and 43
44
2. To authorize the Engineer to deduct these liquidated damages from any money due or 45
coming due to the Contractor. 46
47
When the Contract Work has progressed to Substantial Completion as defined in the Contract, the 48
Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the 49
Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring 50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 29 2025
after the date so established, liquidated damages identified above will not apply. For overruns in 1
Contract time occurring after the Substantial Completion Date, liquidated damages shall be 2
assessed on the basis of direct engineering and related costs assignable to the project until the 3
actual Physical Completion Date of all the Contract Work. The Contractor shall complete the 4
remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor 5
shall furnish a written schedule for completing the physical Work on the Contract. 6
7
Liquidated damages will not be assessed for any days for which an extension of time is granted. 8
No deduction or payment of liquidated damages will, in any degree, release the Contractor from 9
further obligations and liabilities to complete the entire Contract. 10
11
1-09 MEASUREMENT AND PAYMENT 12
13
1-09.2(1) General Requirements for Weighing Equipment 14
(December 30, 2022 APWA GSP, Option 2) 15
16
Revise item 4 of the fifth paragraph to read: 17
18
4. Test results and scale weight records for each day’s hauling operations are provided to the 19
Engineer daily. Reporting shall utilize WSDOT form 422 -027, Scaleman’s Daily Report, unless 20
the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. 21
The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 22
23
1-09.2(5) Measurement 24
(December 30, 2022 APWA GSP) 25
26
Revise the first paragraph to read: 27
28
Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification 29
checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of 30
Work. 31
32
1-09.6 Force Account 33
(December 30, 2022 APWA GSP) 34
35
Supplement this section with the following: 36
37
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to 38
be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts 39
are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant 40
expressly or by implication, that the actual amount of work will correspond with those estimates. 41
Payment will be made on the basis of the amount of work actually authorized by the Engineer. 42
43
1-09.7 Mobilization 44
(December 30, 2022 APWA GSP) 45
46
Delete this Section and replace it with the following: 47
48
Mobilization consists of preconstruction expenses and the costs of preparatory Work and 49
operations performed by the Contractor typically occurring before 10 percent of the total original 50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 30 2025
amount of an individual Bid Schedule is earned from other Contract items on that Bid Schedule. 1
Items which are not to be included in the item of Mobilization include but are not limited to: 2
3
1. Portions of the Work covered by the specific Contract item or incidental Work which is to be 4
included in a Contract item or items. 5
2. Profit, interest on borrowed money, overhead, or management costs. 6
3. Costs incurred for mobilizing equipment for force account Work. 7
8
Based on the lump sum Contract price for “Mobilization”, partial payments will be made as follows: 9
10
1. When 5 percent of the total original Bid Schedule amount is earned from other Contract 11
items on that original Bid Schedule, excluding amounts paid for materials on hand, 50 12
percent of the Bid Item for mobilization on that original Bid Schedule, 5 percent of the total 13
of that original Bid Schedule, or 5 percent of the total original Contract amount, whichever 14
is the least, will be paid. 15
2. When 10 percent of the total original Bid Schedule amount is earned from other Contract 16
items on that original Bid Schedule, excluding amounts paid for materials on hand, 100 17
percent of the Bid Item for mobilization on that original Bid Schedule, 10 percent of the total 18
of that original Bid Schedule, or 10 percent of the total original Contract amount, whichever 19
is the least, will be paid. 20
3. When the Substantial Completion Date has been established for the project, payment of 21
any remaining amount Bid for mobilization will be paid. 22
23
Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the 24
Contract. 25
26
1-09.9 Payments 27
(December 30, 2022 APWA GSP) 28
29
Section 1-09.9 is revised to read: 30
31
The basis of payment will be the actual quantities of Work performed according to the Contract and 32
as specified for payment. 33
34
The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction 35
Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. 36
A breakdown is not required for lump sum items that include a basis for incremental payments as 37
part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make 38
a determination based on information available. The Project Engineer’s determination of the cost of 39
work shall be final. 40
41
Progress payments for completed work and material on hand will be based upon progress 42
estimates prepared by the Engineer. A progress estimate cutoff date will be established at the 43
preconstruction conference. 44
45
The initial progress estimate will be made not later than 30 days after the Contractor commences 46
the work, and successive progress estimates will be made every month thereafter until the 47
Completion Date. Progress estimates made during progress of the work are tentative, and made 48
only for the purpose of determining progress payments. The progress estimates are subject to 49
change at any time prior to the calculation of the final payment. 50
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 31 2025
1
The value of the progress estimate will be the sum of the following: 2
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work 3
completed multiplied by the unit price. 4
2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum 5
breakdown for that item, or absent such a breakdown, based on the Engineer’s 6
determination. 7
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other 8
storage area approved by the Engineer. 9
4. Change Orders — entitlement for approved extra cost or completed extra work as 10
determined by the Engineer. 11
12
Progress payments will be made in accordance with the progress estimate less: 13
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 14
2. The amount of progress payments previously made; and 15
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract 16
Documents. 17
18
Progress payments for work performed shall not be evidence of acceptable performance or an 19
admission by the Contracting Agency that any work has been satisfactorily completed. The 20
determination of payments under the contract will be final in accordance with Section 1 -05.1. 21
22
Failure to perform obligations under the Contract by the Contractor may be decreed by the 23
Contracting Agency to be adequate reason for withholding any payments until compliance is 24
achieved. 25
26
Upon completion of all Work and after final inspection (Section 1 -05.11), the amount due the 27
Contractor under the Contract will be paid based upon the final estimate made by the Engineer and 28
presentation of a Final Contract Voucher Certification to be signed by the Contractor. The 29
Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor 30
unless a Certified Claim is filed in accordance with the requirements of Section 1 -09.11 and is 31
expressly excepted from the Contractor’s certification on the Final Contract Voucher Certification. 32
The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final 33
acceptance date (Section 1 -05.12). 34
35
If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification 36
or any other documentation required for completion and final acceptance of the Contract, the 37
Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting 38
the requirements of RCW 60.28) and unilaterally accept the Contract. Unilateral final acceptance will 39
occur only after the Contractor has been provided the opportunity, by written request from the 40
Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal 41
notification of the impending establishment of a Completion Date and unilateral final acceptance will 42
be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which 43
will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar 44
day period will begin on the date the email with delivery confirmation is received by the Contractor. 45
The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall 46
constitute the Completion Date and the final acceptance date (Section 1 -05.12). The reservation by 47
the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically 48
Completed in accordance with Section 1 -08.5, or for Contracts that are terminated in accordance 49
Renton Gate & Perimeter Security Upgrades Project Special Provisions
CAG-25-012 Page | 32 2025
with Section 1-08.10. Unilateral final acceptance of the Contract by the Contracting Agency does not 1
in any way relieve the Contractor of their responsibility to comply with all Federal, State, tribal, or 2
local laws, ordinances, and regulations that affect the Work under the Contract. 3
4
Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be 5
subject to controlling laws. 6
7
1-09.11(3) Time Limitation and Jurisdiction 8
(December 30, 2022 APWA GSP) 9
10
Revise this section to read: 11
12
For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims 13
or causes of action which the Contractor has against the Contracting Agency arising from the 14
Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1 -15
05.12) of the Contract by the Contracting Agency; and it is further agreed that all such claims or 16
causes of action shall be brought only in the Superior Court of the county where the Contracting 17
Agency headquarters is located, provided that where an action is asserted against a county, RCW 18
36.01.050 shall control venue and jurisdiction. The parties understand and agree that the 19
Contractor’s failure to bring suit within the time period provided, shall be a complete bar to all such 20
claims or causes of action. It is further mutually agreed by the parties that when claims or causes of 21
action which the Contractor asserts against the Contracting Agency arising from the Contract are 22
filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting 23
Agency to have timely access to all records deemed necessary by the Contracting Agency to assist 24
in evaluating the claims or action. 25
26
1-09.13(3) Claims $250,000 or Less 27
Not listed on AWPA list 28
29
1-09.13(3)A Arbitration General 30
(January 19, 2022 APWA GSP) 31
32
Revise the third paragraph to read: 33
34
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the 35
arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior 36
Court of the county in which the Contracting Agency’s headquarters is located, provided that where 37
claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and 38
jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision 39
shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 40
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
TECHNICAL SPECIFICATIONS
C-102 – Temporary Air and Water Pollution, Soil Erosion and Siltation Control
C-105 – Mobilization
G-100 – CSPP Compliance and SPCD
A-101 – FOD Prevention Controls
P-101 – Preparation & Removal of Existing Pavements
P-152 – Excavation, Subgrade, and Embankment
P-209 – Crushed Aggregate Base Course
P-403 – Asphalt Mix Pavement Surface Course
P-603 – Emulsified Asphalt Tack Coat
F-162 – Chain Link Fence
T-901 – Seeding
T-905 – Topsoil
26 00 00 – Electrical Work - General
26 05 19 – 600 Volt or Less Wire and Cable
26 05 26 – Grounding and Bonding for Electrical Systems
26 05 29 – Hangers and Supports for Electrical Systems
26 05 33 – Raceways and Boxes
26 27 16 – Cabinets and Enclosures
26 27 26 – Wiring Devices
26 28 16 – Enclosed Switches and Circuit Breakers
28 05 13 – Conductors and Cables for Electronic Safety and Security
28 13 00 – Access Control System
28 23 00 – Video Surveillance System
INTENTIONALLY LEFT BLANK
ITEM C-102 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND
SILTATION CONTROL
Renton Municipal Airport (RNT) Temporary Air and Water Pollution, Soil Erosion, and Siltation Control City of Renton
Gate & Perimeter Security Upgrades C-102 – 1 General Construction Items
PART 1 - DESCRIPTION
102-1. This item shall consist of temporary control measures as shown on the plans or as
ordered by the Resident Project Representative (RPR) during the life of a contract to control
pollution of air and water, soil erosion, and siltation through the use of silt fences, berms, dikes,
dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion
control devices or methods.
Temporary erosion control shall be in accordance with the approved erosion control plan; the
approved Construction Safety and Phasing Plan (CSPP) and AC 150/5370 -2, Operational
Safety on Airports During Construction . The temporary erosion control measures contained
herein shall be coordinated with the permanent erosion control measures specified as part of
this contract to the extent practical to assure economical, effective, and continuous erosion
control throughout the construction period.
Temporary control may include work outside the construction limits such as borrow pit
operations, equipment and material storage sites, waste areas, and temporary plant sites.
Temporary control measures shall be designed, installed and maintained to minimize the
creation of wildlife attractants that have the potential to attract hazardous wildlife on or near
public-use airports.
PART 2 - MATERIALS
102-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per
Item T-901 shall be a quick-growing species (such as ryegrass, Italian ryegrass, or cereal
grasses) suitable to the area providing a temporary cover. Selected grass species shall not
create a wildlife attractant.
102-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other
suitable material reasonably clean and free of noxious weeds and deleterious materials per Item
T-908. Mulches shall not create a wildlife attractant.
102-2.3 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all
federal and state regulations and to the standards of the Association of Official Agricultural
Chemists.
102-2.4 Slope drains. Not used.
102-2.5 Silt Fence. Silt fence shall consist of polymeric filaments which are formed into a stable
network such that filaments retain their relative positions. Synthetic filter fabric shall contain
ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable
construction life. Silt fence shall meet the requirements of ASTM D6461.
102-2.6 Other. All other materials shall meet commercial grade standards and shall be
approved by the RPR before being incorporated into the project.
ITEM C-102 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND
SILTATION CONTROL
Renton Municipal Airport (RNT) Temporary Air and Water Pollution, Soil Erosion, and Siltation Control City of Renton
Gate & Perimeter Security Upgrades C-102 – 2 General Construction Items
PART 3 - CONSTRUCTION REQUIREMENTS
102-3.1 General. In the event of conflict between these requirements and pollution control laws,
rules, or regulations of other federal, state, or local agencies, the more restrictive laws, rules, or
regulations shall apply.
The RPR shall be responsible for assuring compliance to the extent that construction practices,
construction operations, and construction work are involved.
102-3.2 Schedule. Prior to the start of construction, the Contractor shall submit schedules in
accordance with the approved Construction Safety and Phasing Plan (CSPP) and the plans for
accomplishment of temporary and permanent erosion control work for clearing and grubbing;
grading; construction; paving; and structures at watercourses. The Contract or shall also submit
a proposed method of erosion and dust control on haul roads and borrow pits and a plan for
disposal of waste materials. Work shall not be st arted until the erosion control schedules and
methods of operation for the applicable construction have been accepted by the RPR.
102-3.3 Construction Details. The Contractor will be required to incorporate all permanent
erosion control features into the project at the earliest practicable time as outlined in the plans
and approved CSPP. Except where future construction operations will damage slopes, the
Contractor shall perform the permanent seeding and mulching and other specified slope
protection work in stages, as soon as substantial areas of exposed slopes can be made
available. Temporary erosion and pollution control measures w ill be used to correct conditions
that develop during construction that were not foreseen during the design stage; that are
needed prior to installation of permanent control features; or that are needed temporarily to
control erosion that develops during n ormal construction practices, but are not associated with
permanent control features on the project.
Where erosion may be a problem, schedule and perform clearing and grubbing operations so
that grading operations and permanent erosion control features can follow immediately if project
conditions permit. Temporary erosion control measures are required if permanent measures
cannot immediately follow grading operations. The RPR shall limit the area of clearing and
grubbing, excavation, borrow, and embankment operations in progress, commensurate with the
Contractor’s capability and progress in keeping the fin ish grading, mulching, seeding, and other
such permanent control measures current with the accepted schedule. If seasonal limitations
make such coordination unrealistic, temporary erosion control measures shall be taken
immediately to the extent feasible a nd justified as directed by the RPR.
The Contractor shall provide immediate permanent or temporary pollution control measures to
minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas
of water impoundment as directed by the RPR. If temporary erosion and pollution control
measures are required due to the Contractor’s negligence, carelessness, or failure to install
permanent controls as a part of the work as scheduled or directed by the RPR, the work shall be
performed by the Contractor and the cost shall be incidental to this item.
The RPR may increase or decrease the area of erodible earth material that can be exposed at
any time based on an analysis of project conditions.
The erosion control features installed by the Contractor shall be maintained by the Contractor
during the construction period.
ITEM C-102 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND
SILTATION CONTROL
Renton Municipal Airport (RNT) Temporary Air and Water Pollution, Soil Erosion, and Siltation Control City of Renton
Gate & Perimeter Security Upgrades C-102 – 3 General Construction Items
Provide temporary structures whenever construction equipment must cross watercourses at
frequent intervals. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from
concrete mixing operations, and other harmful materials shall not be discharged into any
waterways, impoundments or into natural or manmade channels.
102-3.4 Installation, Maintenance and Removal of Silt Fence. Silt fences shall extend a
minimum of 16 inches and a maximum of 34 inches above the ground surface. Posts shall be
set no more than 10 feet on center. Filter fabric shall be cut from a continuous roll to the length
required minimizing joints where possible. When joints are necessary, the fabric shall be spliced
at a support post with a minimum 12 -inch overlap and securely sealed. A trench shall be
excavated approximately 4 inches deep by 4 inches wide on the upslope side of the silt fence.
The trench shall be backfilled and the soil compacted ove r the silt fence fabric. The Contractor
shall remove and dispose of silt that accumulates during construction and prior to establishment
of permanent erosion control. The fence shall be maintained in good working condition until
permanent erosion control is established. Silt fence shall be removed upon approval of the
RPR.
PART 4 - METHOD OF MEASUREMENT
102-4.1 Temporary erosion and pollution control work required will be performed as scheduled
or directed by the RPR. Completed and accepted work will be measured as follows:
a. Temporary Erosion and Sediment control will be paid as a lump sum item.
102-4.2 Control work performed for protection of construction areas outside the construction
limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and
temporary plant sites, will not be measured and paid for directly but shall be considered as a
subsidiary obligation of the Contractor.
PART 5 - BASIS OF PAYMENT
102-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work
ordered by the RPR and measured as provided in paragraph 102 -4.1 will be paid for under:
Item C-102-5.1 Temporary Erosion and Sediment Control - lump sum
Where other directed work falls within the specifications for a work item that has a contract
price, the units of work shall be measured and paid for at the contract unit price bid for the
various items.
Temporary control features not covered by contract items that are ordered by the RPR will be
paid for in accordance with 1-09.09 Payments.
PART 6 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
ITEM C-102 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND
SILTATION CONTROL
Renton Municipal Airport (RNT) Temporary Air and Water Pollution, Soil Erosion, and Siltation Control City of Renton
Gate & Perimeter Security Upgrades C-102 – 4 General Construction Items
AC 150/5370-2 Operational Safety on Airports During Construction
ASTM International (ASTM)
ASTM D6461 Standard Specification for Silt Fence Materials
United States Department of Agriculture (USDA)
FAA/USDA Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM C-102
ITEM C-105 MOBILIZATION
Renton Municipal Airport (RNT) Mobilization City of Renton
Gate & Perimeter Security Upgrades C-105 – 1 General Construction Items
105-1 Description. This item of work shall consist of, but is not limited to, work and operations
necessary for the movement of personnel, equipment, material and supplies to and from the
project site for work on the project except as provided in the contract as separate pay items.
105-2 Mobilization Limit. Mobilization shall be limited to 10 percent of the total project cost.
105-3 Posted Notices. Prior to commencement of construction activities, the Contractor must
post the following documents in a prominent and accessible place where they may be easily
viewed by all employees of the prime Contractor and by all employees of subcontractors
engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster “Equal
Employment Opportunity is the Law” in accordance with the Office of Federal Contract
Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Pos ter (WH
1321) - DOL “Notice to All Employees” Poster; and Applicable Davis -Bacon Wage Rate
Determination. These notices must remain posted until final acceptance of the work by the
Owner.
105-4 Engineer/RPR Field Office. An Engineer/RPR field office is not required.
PART 1 - METHOD OF MEASUREMENT
105-5 Basis of measurement and payment. Based upon the contract lump sum price for
“Mobilization” partial payments will be allowed as follows:
a. With first pay request, 25%.
b. When 25% or more of the original contract is earned, an additional 25%.
c. When 50% or more of the original contract is earned, an additional 40%.
d. After Final Inspection, Staging area clean -up and delivery of all Project Closeout
materials as required by Section 90, paragraph 90-11, Contractor Final Project Documentation,
the final 10%.
PART 2 - BASIS OF PAYMENT
105-6 Payment will be made under:
Item C-105 Mobilization – per lump sum
PART 3 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
Office of Federal Contract Compliance Programs (OFCCP)
Executive Order 11246, as amended
EEOC-P/E-1 – Equal Employment Opportunity is the Law Poster
ITEM C-105 MOBILIZATION
Renton Municipal Airport (RNT) Mobilization City of Renton
Gate & Perimeter Security Upgrades C-105 – 2 General Construction Items
United States Department of Labor, Wage and Hour Division (WHD)
WH 1321 – Employee Rights under the Davis-Bacon Act Poster
END OF ITEM C-105
SECTION G-100 – CSPP COMPLIANCE AND SPCD
Renton Municipal Airport (RNT) CSPP Compliance and SPCD City of Renton
Gate & Perimeter Security Upgrades G-100 – 1 General Construction Items
PART 1 - GENERAL
This item shall consist of all items needed to meet the requirements of the Construction Safety
and Phasing Plan (CSPP) included with the Contract Documents. and the Contractor’s Safety
Plan Compliance Document (SPCD). This includes but is not limited to:
1. Formulation and acceptance of the Contractor’s Safety Plan Compliance Document
(SPCD).
2. All temporary flagging, marking, and signing, traffic control, maintenance of access and
haul roads, Contractor-supplied barricades, flaggers, and access gate control throughout
the duration of the project.
3. All placement and all required maintenance of Runway Closure X’s and Taxiway Closure
‘X’s.
4. All placement, maintenance (including replacement of red flashing lights), and removal
of low profile barricades for each phase and sub -phase of construction.
5. FOD prevention control measures, including providing a list of equipment and an
emergency contact for FOD management per Item A-101.
6. All other items required per the Contract Plans and to preserve the safety of the work
areas.
Haul route traffic control shall be in accordance with the Washington State Department of
Transportation (WSDOT), Manual of Uniform Traffic Control Devices (MUTCD), FAA AC
150/5370-2, current edition, the Contract Documents, and the Contract Drawings.
The Contractor shall supply a gate guard at all times construction traffic is using existing gates
for hauling activities into active airfield areas. The gate guard will be required to communicate
with any vehicle to cross active airfield areas and direct around any aviation traffic. The gate
guard will also monitor vehicle tracking and report any FOD on the airfield side or tracking onto
public streets to the project superintendent and RPR. Contractor shall remove all FOD and
tracked materials when noticed and as directed by the RPR.
All temporary project lighting, including flood lights or other lights used for nighttime work shall
be shown on marked-up plan sheets and provided for review in the SPCD. All temporary lighting
shall be directed away from active airfield surfaces. Direct or shade lighting to prevent
interference with taxiing aircraft in open areas, helicopter operations on the apron and other
base operations.
PART 2 - BASIS OF MEASUREMENT AND PAYMENT
Based upon the contract lump sum price for “CSPP Compliance and SPCD” partial payments
will be allowed as follows:
With first pay request, 50%.
When 50% or more of the original contract is earned, an additional 40%.
SECTION G-100 – CSPP COMPLIANCE AND SPCD
Renton Municipal Airport (RNT) CSPP Compliance and SPCD City of Renton
Gate & Perimeter Security Upgrades G-100 – 2 General Construction Items
After Final Inspection, staging area clean -up and all site work is complete, the final 10%.
Payment will be made under:
Item G-100-2.1 CSPP Compliance and SPCD – per lump sum
END OF ITEM G-100
ITEM A-101 – FOD PREVENTION
Renton Municipal Airport (RNT) FOD Prevention City of Renton
Gate & Perimeter Security Upgrades A-101 – 1 General Construction Item
PART 1 - DESCRIPTION
101-1.1 General. This item shall consist of providing personnel and equipment necessary to
avoid the possibility for Foreign Object Debris (FOD). FOD is considered to be objects/debris of
any visible size or if ingested into a jet engine, foreign object damage. FOD present on an active
runway, taxiway, shoulder, ramp, road, or any other paved surfaces may result in aircraft
damage from engine ingestion, engine blast, or any high-speed ground operation. To prevent
such damage from occurring, FOD prevention controls must be maintained throughout the
duration of the contract period. Active aircraft surfaces shall be kept clean as work progresses
and shall be free of FOD as described above before these surfaces are opened to aircraft
operations. All active airfield surfaces subject to construction traffic shall be continuously
monitored and cleaned as necessary to eliminate FOD.
PART 2 - MATERIALS
101-2.1 Equipment. Equipment shall include power brooms, power vacuum sweepers and
hand tools as necessary to eliminate all FOD.
PART 3 - CONSTRUCTION METHODS
101-3.1 General. Procedures to be followed for purposes of preventing FOD shall be observed
with the maximum degree of effort. It shall be understood that unlike general "best effort"
cleanup requirements associated with typical construction projects, the FOD prevention c ontrols
are to be considered a primary project objective. The Contractor shall review the safety and
phasing requirements carefully as presented in the Construction Safety Phasing Plan (CSPP),
Contract Drawings and Specifications and submit a list of equipment that will be used for FOD
management as part of the SPCD (See Item G-100).
The intent of continuous FOD management is to minimize the work necessary to remove debris
from aircraft movement areas by minimizing the source debris from work areas and along haul
and access routes within the AOA.
101-3.2 Construction Requirements. The Contractor's foreman and primary field personnel
shall attend a FOD awareness meeting at the Airport Office before commencing construction
and shall become familiar with:
1. The ramifications of FOD on airport pavements
2. Airport Staff expectations for FOD control
3. Typical FOD generators
4. Proven methods for controlling FOD
The Contractor shall detail FOD control measures in the SPCD and designate one employee as
a FOD Manager for the duration of this project. The FOD manager should be included in the
emergency contact list included in the SPCD.
ITEM A-101 – FOD PREVENTION
Renton Municipal Airport (RNT) FOD Prevention City of Renton
Gate & Perimeter Security Upgrades A-101 – 2 General Construction Item
Access/haul routes shall be confined strictly to the areas designated on the Contract Plans and
CSPP. These routes will be confined to the smallest possible area in order to limit the amount of
sweeping and cleanup required. These routes shall be marked clearly by the Contractor with
signs and cones, so vehicles will not stray from the designated routes. See CSPP for additional
haul route requirements.
Material from work areas and waste sites (loose asphalt pavement, rocks, vegetation, etc.) shall
not contaminate adjacent haul routes. To prevent material from falling from trucks while in
transit, loads filled to the top of the side rails will not be allowed on the site.
The assigned FOD Control personnel and/or equipment shall clean paved surfaces as
appropriate.
The Contractor shall return all aircraft movement areas to a clean, FOD -free state before re-
opening those surfaces to aircraft traffic. FOD cleanup equipment and methods used by the
Contractor are subject to approval by the Engineer and/or Airport Staff . Equipment deemed to
be unsuitable by the Engineer shall be replaced by the Contractor.
The key elements of this specification section are:
1. FOD Awareness
2. FOD Prevention
3. FOD Control — "Clean as You Go"
The Contractor shall plan for continuous sweeping operations during construction operations for
any work within the airport perimeter fence. The Contractor shall provide immediate cleanup of
any FOD identified on active airfield surfaces.
The Contractor shall provide signs, barricades, and cones to delineate clearly and confine
access routes to prevent vehicle and aircraft conflicts and to prevent FOD.
PART 4 - METHOD OF MEASUREMENT
FOD Prevention Control shall be measured by the lump sum for all equipment and personnel
used to provide FOD Prevention in compliance with this specification. Whenever directed by the
Engineer, the Contractor shall begin cleanup operations or shut down cleanup operations
already in progress. In the event the Airport or Engineer determines any active aircraft
movement area to be unusable due to construction generated debris, and if the Contractor is
not on site, cleanup equipment will be called to the Airport an d the cost shall be borne solely by
the Contractor. Measurement will be based on the number of working days completed on the
project as a percentage of the total working days allotted for the project.
PART 5 - BASIS OF PAYMENT
Payment shall be made at the contract lump sum price for FOD Prevention Control. The price
shall be full compensation for all labor, equipment, tools, and incidentals necessary to control,
ITEM A-101 – FOD PREVENTION
Renton Municipal Airport (RNT) FOD Prevention City of Renton
Gate & Perimeter Security Upgrades A-101 – 3 General Construction Item
remove, and dispose of all potential FOD materials within work areas and along airport haul
routes.
Payment will be made under:
Item A-101-5.1 FOD Prevention Controls — per lump sum
END OF ITEM A-101
INTENTIONALLY LEFT BLANK
ITEM P-101 – PREPARATION/REMOVAL OF EXISTING PAVEMENTS AND
EQUIPMENT
Renton Municipal Airport (RNT) Preparation/Removal of Existing Pavements and Equipment City of Renton
Airport Gate & Perimeter Security Upgrades P-101 – 1 Technical Specifications
PART 1 - DESCRIPTION
101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface
treatments, removal of existing pavement, gates, fences, and other miscellaneous items. The
work shall be accomplished in accordance with these specifications and the applicable plans.
PART 2 - EQUIPMENT AND MATERIALS
101-2 All equipment and materials shall be specified here and in the following paragraphs or
approved by the Resident Project Representative (RPR). The equipment shall not cause
damage to the pavement, gates or fences to remain in place.
PART 3 - CONSTRUCTION
101.3.1 Removal of Existing Pavement.
The Contractor’s removal operation shall be controlled to not damage adjacent pavement
structure, and base material, cables, utility ducts, pipelines, or drainage structures which are to
remain under the pavement.
a. Concrete Pavement Removal. Not used.
b. Asphalt Pavement Removal. Asphalt pavement to be removed shall be cut to the full
depth of the asphalt pavement around the perimeter of the area to be removed.
c. Repair or Removal of Base, Subbase, and/or Subgrade. All failed material including
surface, base course, subbase course, and subgrade shall be removed and repaired as shown
on the plans or as directed by the RPR. Materials and methods of construction shall comply with
the applicable sections of these specifications. Any damage caused by Contractor’s removal
process shall be repaired at the Contractor’s expense.
101-3.2 Preparation of Joints and Cracks Prior to Overlay/Surface Treatment. Not used.
101-3.3 Removal of Foreign Substances/Contaminates. Not used.
101-3.4 Concrete spall or failed asphaltic concrete pavement repair.
a. Repair of Concrete Spalls in Areas to be Overlaid with Asphalt. Not used.
b. Asphalt Pavement Repair. Not used.
101-3.5 Cold Milling. Not used.
a. Patching. Not used.
b. Profiling, Grade Correction, or Surface Correction. Not used.
c. Clean-up. Not used.
101-3.6. Preparation of Asphalt Pavement Surfaces Prior to Surface Treatment. Not used.
101-3.7 Maintenance. The Contractor shall perform all maintenance work necessary to keep
the pavement in a satisfactory condition until the full section is complete and accepted by the
RPR. The surface shall be kept clean and free from foreign material. The pavement shall be
ITEM P-101 – PREPARATION/REMOVAL OF EXISTING PAVEMENTS AND
EQUIPMENT
Renton Municipal Airport (RNT) Preparation/Removal of Existing Pavements and Equipment City of Renton
Airport Gate & Perimeter Security Upgrades P-101 – 2 Technical Specifications
properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any
work repairs necessary shall be performed at the Contractor’s expense.
101-3.8 Preparation of Joints in Rigid Pavement prior to Resealing. Not used.
101-3.8.1 Removal of Existing Joint Sealant.
101-3.8.2 Cleaning Prior to Sealing. Not used.
101-3.8.3 Joint Sealant. Not used.
101-3.9 Preparation of Cracks in Flexible Pavement Prior to Sealing. Not used.
101-3.9.1 Preparation of Crack. Not used.
101-3.9.2 Removal of Existing Crack Sealant. Not used.
101-3.9.3 Crack Sealant. Not used.
101-3.9.4 Removal of Pipe and other Buried Structures.
a. Removal of Existing Pipe Material. Not used.
b. Removal of Inlets/Manholes. Not used.
101-3.10 Chain-link Fence Removal. Raze, remove and dispose of fences as shown in the
Plans. Work around and preserve any structures or faci lities within the work limits. Backfill
cavities left by post removal to the level of the surrounding ground and compact backfill as
specified in P-152. Excavate, load, and haul materials to an approved disposal site off of airport
property in accordance with applicable Federal and State regulations.
101-3.11 Gate Removal. Raze, remove, and dispose of gates as shown in the Plans. Work
around and preserve any facilities within the work limits. Backfill cavities left by post removal to
the level of the surrounding ground and compact backfill as specified in P -152. Excavate, load
and haul removed materials to an approved disposal site off of airport property in accordance
with applicable Federal and State regulations.
101-3.12 Removal of Card Reader and Associated Equipment. Remove and dispose of card
reader, associated equipment, foundation and bollards as shown on the Plans. Backfill cavities
left by foundation and bollard removal to the level of the surrounding ground and compact
backfill as specified in P-152. Haul removed materials to an approved disposal site off of airport
property in accordance with applicable Federal and State regulations.
101-3.13 Repair Pedestrian Gate. Salvage gate or remove and dispose of top rail and gate
hinge as shown on the Plans. Top rails and gate hinge shall be hauled off of airport property to
an approved disposal site in accordance with applicable Federal and State regulations.
PART 4 - METHOD OF MEASUREMENT
101-4.1 Pavement Removal. The unit of measurement for pavement removal shall be the
number of square yards removed by the Contractor. Any pavement removed outside the limits
of removal because the pavement was damaged by negligence on the part of the Contractor
shall not be included in the measurement for payment. No direct measurement or payment shall
be made for saw cutting. Saw cutting shall be incidental to pavement removal. Dowel bar
installation shall be incidental to pavement removal.
101-4.2 Joint and Crack Repair. Not used.
101-4.3 Removal of Foreign Substances/Contaminates. Not used.
ITEM P-101 – PREPARATION/REMOVAL OF EXISTING PAVEMENTS AND
EQUIPMENT
Renton Municipal Airport (RNT) Preparation/Removal of Existing Pavements and Equipment City of Renton
Airport Gate & Perimeter Security Upgrades P-101 – 3 Technical Specifications
101-4.4 Spalled and Failed Asphalt Pavement Repair. Not used.
101-4.5 Concrete Spall Repair. Not used.
101-4.6 Cold Milling. Not used.
101-4.7 Removal of Pipe and other Buried Structures. Not used.
101-4.8 Remove Chain-link Fence. The unit of measurement for chain-link fence removal will
be per linear foot. This price shall be full compensation for all labor, equipment and tools. Any
fence removed outside of the limits of removal because the fence was damaged by negli gence
on part of the Contractor shall not be included in the measurement of payment. No direct
measurement or payment shall be made for post removal, foundation removal, or cavity backfill.
These items are considered incidental to fence removal.
101-4.9 Remove Gate. The unit of measurement for gate removal will be per each. This price
shall be full compensation for all labor, equipment and tools. Any gate damaged by negligence
on part of the contractor shall not be included in the measurement of payment and shall be
repaired at the Contractors expense. No direct measurement or payment shall be made for post
removal, foundation removal, electrical equipment removal, or cavity backfilling. These items
are considered incidental to gate removal.
101-4.10 Remove Card Reader and Associated Equipment. The unit of measurement for
card reader and associated equipment removal will be per each. This price shall be full
compensation for all labor equipment and tools to safely deactivate and remove the existing
card reader. No direct measurement or payment shall be made for foundation removal, bollard
removal, or cavity backfilling. These items are considered incidental to card reader removal.
101-4.11 Repair Pedestrian Gate. The unit of measurement for pedestrian gate repair will be
per each (gate). This price shall be full compensation for all labor, equipment, tools and
incidentals.
PART 5 - BASIS OF PAYMENT
101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as
specified above. This price shall be full compensation for furnishing all materials and for all
preparation, hauling, and placing of the material and for all labor, equipment, too ls, and
incidentals necessary to complete this item.
Item P-101-5.1 Pavement Removal - per square yard
Item P-101-5.2 Remove Chain-link Fence – per linear foot
Item P-101-5.3a Remove Pedestrian Gate – per each
Item P-101-5.3b Remove Vehicle Gate – per each
Item P-101-5.4 Remove Card Reader and Associated Equipment – per each
Item P-101-5.5 Repair Pedestrian Gate – per each
PART 6 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
ITEM P-101 – PREPARATION/REMOVAL OF EXISTING PAVEMENTS AND
EQUIPMENT
Renton Municipal Airport (RNT) Preparation/Removal of Existing Pavements and Equipment City of Renton
Airport Gate & Perimeter Security Upgrades P-101 – 4 Technical Specifications
Advisory Circulars (AC)
AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements.
ASTM International (ASTM)
ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied,
for Concrete and Asphalt Pavements
END OF ITEM P-101
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton
Airport Gate & Perimeter Security Upgrades P-152 – 1 Technical Specifications
PART 1 - DESCRIPTION
152-1.1 This item covers excavation, disposal, placement, and compaction of all materials
within the limits of the work required to construct safety areas, runways, taxiways, aprons, and
intermediate areas as well as other areas for drainage, building constructio n, parking, or other
purposes in accordance with these specifications and in conformity to the dimensions and
typical sections shown on the plans.
152-1.2 Classification. All material excavated shall be classified as defined below:
a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and
disposal of all material, regardless of its nature .
152-1.3 Unsuitable excavation. Not used.
PART 2 - CONSTRUCTION METHODS
152-2.1 General. Before beginning excavation, grading, and embankment operations in any
area, the area shall be stripped, cleared or cleared and grubbed in accordance with Item P -151.
The suitability of material to be placed in embankments shall be subject to approval by the RPR.
All unsuitable material shall be disposed of in waste areas as shown on the plans. All waste
areas shall be graded to allow positive drainage of the area and adjacent areas. The surface
elevation of waste areas shall be specified on the plans or approved by the RPR.
When the Contractor’s excavating operations encounter artifacts of historical or archaeological
significance, the operations shall be temporarily discontinued and the RPR notified . At the
direction of the RPR, the Contractor shall excavate the site in such a manner as to preserve the
artifacts encountered and allow for their removal. Such excavation will be paid for as extra work.
Areas outside the limits of the pavement areas where the top layer of soil has become
compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4
inches, to loosen and pulverize the soil. Stones or rock fragments larger than 4 inches in their
greatest dimension will not be permitted in the top 6 inches of the subgrade.
If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits,
utilities, or similar underground structures, the Contractor shall be responsible for and shall take
all necessary precautions to preserve them or provide tempor ary services. When such facilities
are encountered, the Contractor shall notify the RPR, who shall arrange for their removal if
necessary. The Contractor, at their own expense, shall satisfactorily repair or pay the cost of all
damage to such facilities or structures that may result from any of the Contractor’s operations
during the period of the contract.
a. Blasting. Blasting shall not be allowed.
152-2.2 Excavation. No excavation shall be started until the work has been staked out by the
Contractor and the RPR has obtained from the Contractor, the survey notes of the elevations
and measurements of the ground surface. The Contractor and RPR shall agree that the original
ground lines shown on the original topographic mapping are accurate, or agree to any
adjustments made to the original ground lines.
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton
Airport Gate & Perimeter Security Upgrades P-152 – 2 Technical Specifications
Digital terrain model (DTM) files of the existing surfaces, finished surfaces and other various
surfaces were used to develop the design plans.
Existing grades on the design cross sections or DTM’s, where they do not match the locations
of actual spot elevations shown on the topographic map, were developed by computer
interpolation from those spot elevations. Prior to disturbing original grade, Contractor shall verify
the accuracy of the existing ground surface by verifying spot elevation s at the same locations
where original field survey data was obtained as indicated on the topographic map. Contractor
shall recognize that, due to the interpolatio n process, the actual ground surface at any particular
location may differ somewhat from the interpolated surface shown on the design cross sections
or obtained from the DTM’s. Contractor's verification of original ground surface, however, shall
be limited to verification of spot elevations as indicated herein, and no adjustments will be made
to the original ground surface unless the Contractor demonstrates that spot elevations shown
are incorrect. For this purpose, spot elevations which are within 0.1 foot of the stated elevations
for ground surfaces, or within 0.04 foot for hard surfaces (pavements, buildings, foundations,
structures, etc.) shall be considered “no change”. Only deviations in excess of these will be
considered for adjustment of the original ground surface. If Contractor's verification identifies
discrepancies in the topographic map, Contractor shall notify the RPR in writing at least two
weeks before disturbance of existing grade to allow sufficient time to verify the submitted
information and make adjustments to the design cross sections or DTM’s. Disturbance of
existing grade in any area shall constitute acceptance by the Contractor of the accuracy of the
original elevations shown on the topographic map for that area.
All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled
for future use in areas designated on the plans or by the RPR. All suitable excavated material
shall be used in the formation of embankment, subgrade, or other purposes as shown on the
plans. All unsuitable material shall be disposed of as shown on the plans.
The grade shall be maintained so that the surface is well drained at all times.
When the volume of the excavation exceeds that required to construct the embankments to the
grades as indicated on the plans, the excess shall be used to grade the areas of ultimate
development or disposed as directed by the RPR. When the volume of excavat ion is not
sufficient for constructing the embankments to the grades indicated, the deficiency shall be
obtained from borrow areas.
a. Selective Grading. Not used.
b. Undercutting. Not used.
c. Over-break. Not used.
d. Removal of Utilities. Not used.
152-2.3 Borrow Excavation. Borrow areas are not required.
152-2.4 Drainage Excavation. Not used.
152-2.5 Preparation of Cut Areas or Areas where Existing Pavement has been Removed.
In those areas on which a subbase or base course is to be placed, the top 12 inches of
subgrade shall be compacted to not less than 95% of maximum density for non-cohesive soils,
and 95% of maximum density for cohesive soils as determined by ASTM D4318. As used in this
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton
Airport Gate & Perimeter Security Upgrades P-152 – 3 Technical Specifications
specification, "non-cohesive" shall mean those soils having a plasticity index (PI) of less than 3
as determined by ASTM D4318.
152-2.6 Preparation of Embankment Area. All sod and vegetative matter shall be removed
from the surface upon which the embankment is to be placed. The cleared surface shall be
broken up by plowing or scarifying to a minimum depth of 6 inches and shall then be compacted
per paragraph 152-2.10.
Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped,
benched, or broken up so that the fill material will bond with the existing material. When the
subgrade is part fill and part excavation or natural ground, the excavated or natural ground
portion shall be scarified to a depth of 12 inches and compacted as specified for the adjacent fill.
No direct payment shall be made for the work performed under this section. The necessary
clearing and grubbing and the quantity of excavation removed will be paid for under the
respective items of work.
152-2.7 Control Strip. Not used.
152-2.8 Formation of Embankments. The material shall be constructed in lifts as established
in the control strip, but not less than 6 inches nor more than 12 inches of compacted thickness.
When more than one lift is required to establish the layer thickness shown on the plans, the
construction procedure described here shall apply to each lift. No lift shall be covered by
subsequent lifts until tests verify that compaction requirements have been met. The Contractor
shall rework, re-compact and retest any material placed which does not meet the specifications.
The lifts shall be placed, to produce a soil structure as shown on the typical cross -section or as
directed by the RPR. Materials such as brush, hedge, roots, stumps, grass and other organic
matter, shall not be incorporated or buried in the embankment.
Earthwork operations shall be suspended at any time when satisfactory results cannot be
obtained due to rain, freezing, or other unsatisfactory weather conditions in the field. Frozen
material shall not be placed in the embankment nor shall embankment be p laced upon frozen
material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The
Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times.
The material in each lift shall be within ±2% of optimum moisture content before rolling to obtain
the prescribed compaction. The material shall be moistened or aerated as necessary to achieve
a uniform moisture content throughout the lift. Natural drying may be accelerated by blending in
dry material or manipulation alone to increase the rate of evaporation.
The Contractor shall make the necessary corrections and adjustments in methods, materials or
moisture content to achieve the specified embankment density.
The Contractor will take samples of excavated materials which will be used in embankment for
testing and develop a Moisture -Density Relations of Soils Report (Proctor) in accordance with
ASTM D1557. A new Proctor shall be developed for each soil type based on visual
classification.
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton
Airport Gate & Perimeter Security Upgrades P-152 – 4 Technical Specifications
Density tests will be taken by the Contractor for every 3,000 square yards of compacted
embankment for each lift which is required to be compacted, or other appropriate frequencies as
determined by the RPR.
If the material has greater than 30% retained on the 3/4 -inch sieve, follow AASHTO T-180
Annex Correction of maximum dry density and optimum moisture for oversized particles.
Rolling operations shall be continued until the embankment is compacted to not less than 100%
of maximum density for non-cohesive soils, and 100% of maximum density for cohesive soils as
determined by ASTM D698. Under all areas to be paved, the embankments shall be compacted
to a depth of 6 inches and to a density of not less than 100 percent of the maximum density as
determined by ASTM D698. As used in this specification, "non-cohesive" shall mean those soils
having a plasticity index (PI) of less than 3 as determined by ASTM D4318.
On all areas outside of the pavement areas, no compaction will be required on the top 4 inches
which shall be prepared for a seedbed in accordance with Item T-901.
The in-place field density shall be determined in accordance with ASTM D1556. The
Contractor’s laboratory shall perform all density tests in the RPR’s presence and provide the
test results upon completion to the RPR for acceptance . If the specified density is not attained,
the area represented by the test or as designated by the RPR shall be reworked and/or re -
compacted and additional random tests made. This procedure shall be followed until the
specified density is reached.
Compaction areas shall be kept separate, and no lift shall be covered by another lift until the
proper density is obtained.
During construction of the embankment, the Contractor shall route all construction equipment
evenly over the entire width of the embankment as each lift is placed. Lift placement shall begin
in the deepest portion of the embankment fill. As placement progr esses, the lifts shall be
constructed approximately parallel to the finished pavement grade line.
When rock, concrete pavement, asphalt pavement, and other embankment material are
excavated at approximately the same time as the subgrade, the material shall be incorporated
into the outer portion of the embankment and the subgrade material shall be incor porated under
the future paved areas. Stones, fragmentary rock, and recycled pavement larger than 4 inches
in their greatest dimensions will not be allowed in the top 12 inches of the subgrade. Rockfill
shall be brought up in lifts as spe cified or as directed by the RPR and the finer material shall be
used to fill the voids forming a dense, compact mass. Rock, cement concrete pavement, asphalt
pavement, and other embankment material shall not be disposed of except at places and in the
manner designated on the plans or by the RPR.
When the excavated material consists predominantly of rock fragments of such size that the
material cannot be placed in lifts of the prescribed thickness without crushing, pulverizing or
further breaking down the pieces, such material may be placed in the embankment as directed
in lifts not exceeding 2 feet in thickness. Each lift shall be leveled and smoothed with suitable
equipment by distribution of spalls and finer fragments of rock. The lift shall not be constructed
above an elevation 4 feet below the finished subgrade.
There will be no separate measurement of payment for compacted embankment. All costs
incidental to placing in lifts, compacting, discing, watering, mixing, sloping, and other operations
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton
Airport Gate & Perimeter Security Upgrades P-152 – 5 Technical Specifications
necessary for construction of embankments will be included in the contract price for excavation,
borrow, or other items.
152-2.9 Proof Rolling. The purpose of proof rolling the subgrade is to identify any weak areas
in the subgrade and not for compaction of the subgrade. After compaction is completed, the
subgrade area shall be proof rolled with a 20 ton Tandem axle Dual Wheel Dump Truck loaded
to the legal limit with tires inflated to 80 psi in the presence of the RPR. Apply a minimum of
60% coverage, or as specified by the RPR, under pavement areas. A coverage is defined as the
application of one tire print over the designated area. Soft areas of subgrade that deflect more
than 1 inch or show permanent deformation greater than 1 inch shall be removed and replaced
with suitable material or reworked to conform to the moisture content and compaction
requirements in accordance with these specifications. Removal and replacement of soft areas is
incidental to this item.
152-2.10 Compaction Requirements. The subgrade under areas to be paved shall be
compacted to a depth of 6 inches and to a density of not less than 95 percent of the maximum
dry density as determined by ASTM D1557. The subgrade in areas outside the limits of the
pavement areas shall be compacted to a depth of 6 inches and to a density of not less than 95
percent of the maximum density as determined by ASTM D1557.
The material to be compacted shall be within ±2% of optimum moisture content before being
rolled to obtain the prescribed compaction (except for expansive soils). When the material has
greater than 30 percent retained on the ¾ inch sieve, follow the methods in ASTM D1557. Tests
for moisture content and compaction will be taken at a minimum of 3000 square yards of
subgrade. All quality assurance testing shall be done by the Contractor’s laboratory in the
presence of the RPR, and density test results shall be furnished upon completion to the RPR for
acceptance determination.
The in-place field density shall be determined in accordance with ASTM D1556.
Maximum density refers to maximum dry density at optimum moisture content unless otherwise
specified.
If the specified density is not attained, the entire lot shall be reworked and/or re -compacted and
additional random tests made. This procedure shall be followed until the specified density is
reached.
All cut-and-fill slopes shall be uniformly dressed to the slope, cross -section, and alignment
shown on the plans or as directed by the RPR and the finished subgrade shall be maintained.
152-2.11 Finishing and Protection of Subgrade. Finishing and protection of the subgrade is
incidental to this item. Grading and compacting of the subgrade shall be performed so that it will
drain readily. All low areas, holes or depressions in the subgrade shall be brought to grade.
Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly
compacted subgrade shaped to the lines and grades shown on the plans. All ruts or rough
places that develop in the completed subgrade shall be graded, re -compacted, and retested.
The Contractor shall protect the subgrade from damage and limit hauling over the finished
subgrade to only traffic essential for construction purposes.
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton
Airport Gate & Perimeter Security Upgrades P-152 – 6 Technical Specifications
The Contractor shall maintain the completed course in satisfactory condition throughout
placement of subsequent layers. No subbase, base, or surface course shall be placed on the
subgrade until the subgrade has been accepted by the RPR.
152-2.12 Haul. All hauling will be considered a necessary and incidental part of the work. The
Contractor shall include the cost in the contract unit price for the pay of items of work involved.
No payment will be made separately or directly for hauling on any part of t he work.
The Contractor's equipment shall not cause damage to any excavated surface, compacted lift or
to the subgrade as a result of hauling operations. Any damage caused as a result of the
Contractor's hauling operations shall be repaired at the Contractor's expe nse.
The Contractor shall be responsible for providing, maintaining and removing any haul roads or
routes within or outside of the work area, and shall return the affected areas to their former
condition, unless otherwise authorized in writing by the Owner. No separate payment will be
made for any work or materials associated with providing, maintaining and removing haul roads
or routes.
152-2.13 Surface Tolerances. In those areas on which a subbase or base course is to be
placed, the surface shall be tested for smoothness and accuracy of grade and crown. Any
portion lacking the required smoothness or failing in accuracy of grade or crown shall be
scarified to a depth of at least 3 inches, reshaped and re-compacted to grade until the required
smoothness and accuracy are obtained and approved by the RPR. The Contractor shall perform
all final smoothness and grade checks in the presen ce of the RPR. Any deviation in surface
tolerances shall be corrected by the Contractor at the Contractor’s expense.
a. Smoothness. The finished surface shall not vary more than +/- ½ inch when tested with
a 12-foot straightedge applied parallel with and at right angles to the centerline. The
straightedge shall be moved continuously forward at half the length of the 12 -foot
straightedge for the full length of each line on a 50-foot grid.
b. Grade. The grade and crown shall be measured on a 50 -foot grid and shall be within +/-
0.05 feet of the specified grade.
On safety areas, turfed areas and other designated areas within the grading limits where no
subbase or base is to placed, grade shall not vary more than 0.10 feet from specified grade.
Any deviation in excess of this amount shall be corrected by loosening, adding or removing
materials, and reshaping.
152-2.14 Topsoil. When topsoil is specified or required as shown on the plans or under Item T -
905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the
requirements of Item T-905. If, at the time of excavation or stripping, the topsoi l cannot be
placed in its final section of finished construction, the material shall be stockpiled at approved
locations. Stockpiles shall be located as shown on the plans and the approved CSPP, and shall
not be placed on areas that subsequently will require any excavation or embankment fill. If, in
the judgment of the RPR, it is practical to place the salvaged topsoil at the time of excavation or
stripping, the material shall be placed in its final position without stockpiling or further r e-
handling.
Upon completion of grading operations, stockpiled topsoil shall be handled and placed as
shown on the plans and as required in Item T-905. Topsoil shall be paid for as provided in Item
T-905. No direct payment will be made for topsoil under Item P -152.
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
Renton Municipal Airport (RNT) Excavation, Subgrade, and Embankment City of Renton
Airport Gate & Perimeter Security Upgrades P-152 – 7 Technical Specifications
PART 3 - METHOD OF MEASUREMENT
152-3.1 Measurement for payment specified by the cubic yard shall be computed by the
average end areas of design cross sections. The end area is that bound by the original ground
line established by field cross-sections and the final theoretical pay line established by cross-
sections shown on the plans, subject to verification by the RPR.
152-3.1 The quantity of unclassified excavation to be paid for shall be the number of cubic yards
measured in its original position. Measurement shall not include the quantity of materials
excavated without authorization beyond normal slope lines, or the quantity of material used for
purposes other than those directed.
PART 4 - BASIS OF PAYMENT
152-4.1 Unclassified excavation payment shall be made at the contract unit price per cubic yard .
This price shall be full compensation for furnishing all materials, labor, equipment, tools, and
incidentals necessary to complete the item.
Payment will be made under:
Item P-152-4.1 Unclassified Excavation - per cubic yard
PART 5 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO T-180 Standard Method of Test for Moisture -Density Relations of Soils
Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop
ASTM International (ASTM)
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics
of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3))
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place
by the Sand-Cone Method
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics
of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))
ASTM D6938 Standard Test Methods for In-Place Density and Water Content of
Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth)
Advisory Circulars (AC)
AC 150/5370-2 Operational Safety on Airports During Construction
Software
FAARFIELD – FAA Rigid and Flexible Iterative Elastic Layered Design
U.S. Department of Transportation
FAA RD-76-66 Design and Construction of Airport Pavements on Expansive Soils
END OF ITEM P-152
INTENTIONALLY LEFT BLANK
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton
Airport Gate & Perimeter Security Upgrades P-209 – 1 Technical Specifications
PART 1 - DESCRIPTION
209-1.1 This item consists of a base course composed of crushed aggregate base constructed
on a prepared course in accordance with these specifications and in conformity to the
dimensions and typical cross-sections shown on the plans. WSDOT Crushed Surfacing Top
Course from a current approved source on the WSDOT Aggregate Source Approval (ASA)
material will be considered suitable in lieu of FAA P -209 Crushed Aggregate Base Course.
PART 2 - MATERIALS
209-2.1 Crushed Aggregate Base Course. Crushed aggregate shall consist of clean, sound,
durable particles of crushed stone, crushed gravel, and shall be free from coatings of clay, silt,
organic material, clay lumps or balls or other deleterious materials or coatings. The method
used to produce the crushed gravel shall result in the fractured particles in the finished product
as consistent and uniform as practicable. Fine aggregate portion, defined as the portion passing
the No. 4 sieve shall consist of fines from the coarse aggregate crushing operation. The fine
aggregate shall be produced by crushing stone, gravel, that meet the coarse aggregate
requirements for wear and soundness. Aggregate base material requirements are listed in the
following table.
Crushed Aggregate Base Material Requirements
Material Test Requirement Standard
Coarse Aggregate
Degradation Factor Loss: 15% maximum ASTM C131
Soundness of Aggregates
by Use of Sodium Sulfate
or Magnesium Sulfate
Loss after 5 cycles:
12% maximum using Sodium sulfate - or -
18% maximum using magnesium sulfate
ASTM C88
Percentage of Fractured
Particles
Minimum 75% by weight of particles with at
least one fractured face1
AASHTO T335
Fine Aggregate
Liquid limit Less than or equal to 25 ASTM D4318
Plasticity Index Not more than five (5) ASTM D4318
1 The area of each face shall be equal to at least 75% of the smallest mid -sectional area of
the piece. The facture requiremetns will apply to the combiend aggregate retained on the
No. 4 sieve
2 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated
particle is one having a ratio of length to width greater than five (5).
209-2.2 Gradation Requirements. The gradation of the aggregate base material shall meet the
requirements of the gradation given in the following table when tested per ASTM C117 and
ASTM C136. The gradation shall be well graded from coarse to fine and shall not vary from the
lower limit on one sieve to the high limit on an adjacent sieve or vice versa. Gradation shall
meet the requirements of WSDOT Crushed Surfacing Top Course.
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton
Airport Gate & Perimeter Security Upgrades P-209 – 2 Technical Specifications
Gradation of Aggregate Base
Sieve Size
Percentage by Weight passing
(WSDOT Crushed Surfacing Top Course)
2 inch
100
1-1/4 inch
100
3/4 inch
99-100
1/2 inch
80-100
No. 4
46-66
No. 40
8-24
No. 200
10.0 max
% Fracture 75 min.
Sand Equivalent 40 min.
209-2.3 Sampling and Testing.
a. Aggregate Base Materials. Material shall meet the requirements in paragraph 209 -2.1.
b. Gradation Requirements. Material shall meet the requirements in paragraph 209 -2.2.
209-2.4 Separation Geotextile. Not used.
PART 3 - CONSTRUCTION METHODS
209-3.1 Control Strip. Not used.
209-3.2 Preparing Underlying Subgrade and/or Subbase. The underlying subgrade and/or
subbase shall be checked and accepted by the RPR before base course placing and spreading
operations begin. Re-proof rolling of the subgrade or proof rolling of the subbase in accordance
with Item P-152, at the Contractor’s expense, may be required by the RPR if the Contractor fails
to ensure proper drainage or protect the subgrade and/or subbase. Any ruts or soft, yielding
areas due to improper drainage conditions, haul ing, or any other cause, shall be corrected
before the base course is placed. To ensure proper drainage, the spreading of the base shall
begin along the centerline of the pavement on a crowned section or on the high side of the
pavement with a one-way slope.
209-3.3 Production. The aggregate shall be uniformly blended and, when at a satisfactory
moisture content per paragraph 209 -3.5, the approved material may be transported directly to
the placement.
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton
Airport Gate & Perimeter Security Upgrades P-209 – 3 Technical Specifications
209-3.4 Placement. The aggregate shall be placed and spread on the prepared underlying
layer by spreader boxes or other devices as approved by the RPR, to a uniform thickness and
width. The equipment shall have positive thickness controls to minimize the need for additiona l
manipulation of the material. Dumping from vehicles that require re -handling shall not be
permitted. Hauling over the uncompacted base course shall not be permitted.
The aggregate shall meet gradation and moisture requirements prior to compaction. The base
course shall be constructed in lifts as established in the control strip, but not less than 4 inches
nor more than 12 inches of compacted thickness.
When more than one lift is required to establish the layer thickness shown on the plans, the
construction procedure described here shall apply to each lift. No lift shall be covered by
subsequent lifts until tests verify that compaction requirements have been met. The Contractor
shall rework, re-compact and retest any material placed which does not meet the specifications
at the Contractor’s expense.
209-3.5 Compaction. Immediately after completion of the spreading operations, compact each
layer of the base course, as specified, with approved compaction equipment. The number, type,
and weight of rollers shall be sufficient to compact the material to the required density within the
same day that the aggregate is placed on the subgrade.
The field density of each compacted lift of material shall be at least 100% of the maximum
density of laboratory specimens prepared from samples of the base material delivered to the
jobsite. The laboratory specimens shall be compacted and tested in accordance with ASTM
D1557. The moisture content of the material during placing operations shall be within ±2
percentage points of the optimum moisture content as determined by ASTM D1557. Maximum
density refers to maximum dry density at optimum moisture content unless otherwise specified.
209-3.6 Weather Limitations. Material shall not be placed unless the ambient air temperature
is at least 40°F and rising. Work on base course shall not be conducted when the subgrade or
subbase is wet or frozen or the base material contains frozen material.
209-3.7 Maintenance. The base course shall be maintained in a condition that will meet all
specification requirements. When material has been exposed to excessive rain, snow, or freeze -
thaw conditions, prior to placement of additional material, the Contractor shall verify that
materials still meet all specification requirements. Equipment may be routed over completed
sections of base course, provided that no damage results and the equipment is routed over the
full width of the completed base course. Any damage resulting to the base course from routing
equipment over the base course shall be repaired by the Contractor at the Contractor’s
expense.
209-3.8 Surface Tolerances. After the course has been compacted, the surface shall be tested
for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness
or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches ,
reshaped and recompacted to grade until the required smoothness and accuracy are obtained
and approved by the RPR. Any deviation in surface tolerances shall be corrected by the
Contractor at the Contractor’s expense. The smoothness and accuracy requirements specified
here apply only to the top layer when base course is constructed in more than one layer.
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton
Airport Gate & Perimeter Security Upgrades P-209 – 4 Technical Specifications
a. Smoothness. The finished surface shall not vary more than 3/8 -inch when tested with a
12-foot straightedge applied parallel with and at right angles to the centerline. The straightedge
shall be moved continuously forward at half the length of the 12-foot straightedge for the full
length of each line on a 50 -foot grid.
b. Grade. The grade and crown shall be measured on a 50 -foot grid and shall be within +0
and -1/2 inch of the specified grade.
209-3.9 Acceptance Sampling and Testing. Crushed aggregate base course shall be
accepted for density and thickness on an area basis. Two tests shall be made for density and
thickness for each 1,200 square yards. Sampling locations will be determined on a random
basis per ASTM D3665
a. Density. The Contractor’s laboratory shall perform all density tests in the RPR’s presence
and provide the test results upon completion to the RPR for acceptance.
Each area shall be accepted for density when the field density is at least 100% of the
maximum density of laboratory specimens compacted and tested per ASTM 1557. The in-place
field density shall be determined per ASTM D6938 using Procedure A, the direct transmission
method, and ASTM D6938 shall be used to determine the moisture content of the material. The
machine shall be calibrated in accordance with ASTM D6938. If the specified density is not
attained, the area represented by the failed test must be reworked and/or recompacted and two
additional random tests made. This procedure shall be followed until the specified density is
reached. Maximum density refers to maximum dry density at optimum moisture content unless
otherwise specified.
b. Thickness. Depth tests shall be made by test holes at least 3 inches in diameter that
extend through the base. The thickness of the base course shall be within +0 and -1/2 inch of
the specified thickness as determined by depth tests taken by the Contractor in the presence of
the RPR for each area. Where the thickness is deficient by more than 1/2 -inch, the Contractor
shall correct such areas at no additional cost by scarifying to a depth of at least 3 inches , adding
new material of proper gradation, and the material shall be blended and recompacted to grade.
The Contractor shall replace, at his expense, base material where depth tests have been taken.
PART 4 - METHOD OF MEASUREMENT
209-4.1 Crushed Aggregate Base Course. The quantity of crushed aggregate base course will
be determined by measurement of the number of tons of material actually constructed and
accepted by the RPR as complying with the plans and specifications. Batch weights of truck
scales will be used to determine the basis for tonnage. Base materials shall not be included in
any other excavation quantities.
PART 5 - BASIS OF PAYMENT
209-5.1 Payment shall be made at the contract unit price per tons for crushed aggregate base
course. This price shall be full compensation for furnishing all materials, for preparing and
placing these materials, and for all labor, equipment tools, and incidentals necessary to
complete the item.
Payment will be made under:
Item P-209-5.1 Crushed Aggregate Base Course - per ton
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton
Airport Gate & Perimeter Security Upgrades P-209 – 5 Technical Specifications
PART 6 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids
in Aggregate
ASTM C88 Standard Test Method for Soundness of Aggregates by Use of
Sodium Sulfate or Magnesium Sulfate
ASTM C117 Standard Test Method for Materials Finer than 75 -μm (No. 200)
Sieve in Mineral Aggregates by Washing
ASTM C131 Standard Test Method for Resistance to Degradation of Small -
Size Coarse Aggregate by Abrasion and Impact in the Los
Angeles Machine
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and
Coarse Aggregates
ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in
Aggregates
ASTM D75 Standard Practice for Sampling Aggregates
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics
of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3))
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place
by the Sand-Cone Method
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics
of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))
ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place
by the Rubber Balloon Method
ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and
Fine Aggregate
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and
Plasticity Index of Soils
ASTM D4491 Standard Test Methods for Water Permeability of Geotextiles by
Permittivity
ASTM D4643 Standard Test Method for Determination of Water Content of Soil
and Rock by Microwave Oven Heating
ASTM D4751 Standard Test Methods for Determining Apparent Opening Size of
a Geotextile
ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or
Flat and Elongated Particles in Coarse Aggregate
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
Renton Municipal Airport (RNT) Crushed Aggregate Base Course City of Renton
Airport Gate & Perimeter Security Upgrades P-209 – 6 Technical Specifications
ASTM D5821 Standard Test Method for Determining the Percentage of
Fractured Particles in Coarse Aggregate
ASTM D6938 Standard Test Method for In-Place Density and Water Content of
Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth)
ASTM D7928 Standard Test Method for Particle-Size Distribution (Gradation) of
Fine-Grained Soils Using the Sedimentation (Hydrometer)
Analysis
American Association of State Highway and Transportation Officials (AASHTO)
M288 Standard Specification for Geosynthetic Specification for Highway
Applications
END OF ITEM P-209
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 1 Technical Specifications
PART 1 - DESCRIPTION
403-1.1 This item shall consist of pavement courses composed of mineral aggregate and
asphalt binder mixed in a central mixing plant and placed on a prepared course in accordance
with these specifications and shall conform to the lines, grades, thicknesses, and typical cross -
sections shown on the plans. Each course shall be constructed to the depth, typical section, and
elevation required by the plans and shall be rolled, finished, and approved before the placement
of the next course.
PART 2 - MATERIALS
403-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel, crushed slag,
screenings, natural sand and mineral filler, as required. The aggregates should have no known
history of detrimental pavement staining due to ferrous sulfides, such as pyrite. Coarse
aggregate is the material retained on the No. 4 sieve. Fine aggregate is the material passing the
No. 4 sieve.
a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles,
free from films of matter that would prevent thorough coating and bonding with the asphalt
material and free from organic matter and other deleterious substances. Coarse aggregate
material requirements are given in the table below.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 2 Technical Specifications
Coarse Aggregate Material Requirements
Material Test Requirement Standard
Resistance to
Degradation
Loss: 40% maximum for surface, asphalt
binder, and leveling course
Loss: 50% maximum for base course
ASTM C131
Soundness of Aggregates
by Use of Sodium Sulfate
or Magnesium Sulfate
Loss after 5 cycles:
12% maximum using Sodium sulfate - or -
18% maximum using magnesium sulfate
ASTM C88
Clay lumps and friable
particles 1.0 % maximum ASTM C142
Percentage of Fractured
Particles
Minimum 50% by weight of particles with at
least two fractured faces and 65% with at
least one fractured face1
ASTM D5821
Flat, Elongated, or Flat
and Elongated Particles
8% maximum, by weight, of flat, elongated,
or flat and elongated particles with a value
of 5:1 2
ASTM D4791
Bulk density of slag3 Weigh not less than 70 pounds per cubic
foot ASTM C29.
1 The area of each face shall be equal to at least 75% of the smallest mid-sectional area of
the piece. When two fractured faces are contiguous, the angle between the planes of
fractures shall be at least 30 degrees to count as two fractured faces.
2 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated
particle is one having a ratio of length to width greater than five (5).
3 Only required if slag is specified.
b. Fine Aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular
shaped particles produced by crushing stone, slag, or gravel and shall be free from coatings of
clay, silt, or other objectionable matter. Natural (non-manufactured) sand may be used to obtain
the gradation of the aggregate blend or to improve the workability of the mix. Fine aggregate
material requirements are listed in the table below.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 3 Technical Specifications
Fine Aggregate Material Requirements
Material Test Requirement Standard
Liquid limit 25 maximum ASTM D4318
Plasticity Index 4 maximum ASTM D4318
Soundness of Aggregates
by Use of Sodium Sulfate or
Magnesium Sulfate
Loss after 5 cycles:
10% maximum using Sodium sulfate -
or -
15% maximum using magnesium
sulfate
ASTM C88
Clay lumps and friable
particles 1.0 % maximum ASTM C142
Sand equivalent 45 minimum ASTM D2419
Natural Sand 0 to 15% maximum by weight of total
aggregate ASTM D1073
c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM
C183 shall be used in sampling mineral filler.
403-2.2 Mineral Filler. Mineral filler (baghouse fines) may be added in addition to material
naturally present in the aggregate. Mineral filler shall meet the requirements of ASTM D242.
Mineral filler Requirements
Material Test Requirement Standard
Plasticity Index 4 maximum ASTM D4318
403-2.3 Asphalt Binder. Asphalt binder shall conform to ASTM D6373 Performance Grade
(PG) 64-22 (MSCR PG 58H-22).
Asphalt Binder PG Plus Test Requirements
Material Test Requirement Standard
Elastic Recovery 75% minimum ASTM D60841
1 Follow procedure B on RTFO aged binder.
403-2.4 Anti-Stripping Agent. Any anti-stripping agent or additive (anti-strip) shall be heat
stable and shall not change the asphalt binder grade beyond specifications. Anti -strip shall be
an approved material of the Department of Transportation of the State in which the project is
located.
PART 3 - COMPOSITION
403-3.1 Composition of Mixture. The asphalt plant mix shall be composed of a mixture of well-
graded aggregate, filler and anti-strip agent if required, and asphalt binder. The several
aggregate fractions shall be sized, handled in separate size groups, and combined in such
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 4 Technical Specifications
proportions that the resulting mixture meets the grading requirements of the job mix formula
(JMF).
403-3.2 Job Mix Formula (JMF) Laboratory. The laboratory used to develop the JMF shall
possess a current certificate of accreditation, listing D3666 from a national accrediting authority
and all test methods required for developing the JMF, and listed on the accrediting authority’s
website. A copy of the laboratory’s current accreditation and accredited test methods shall be
submitted to the RPR prior to start of construction.
403-3.3 Job Mix Formula (JMF). No asphalt mixture shall be placed until an acceptable mix
design has been submitted to the RPR for review and accepted in writing. The RPR’s review
shall not relieve the Contractor of the responsibility to select and proportion the materials to
comply with this section.
The JMF shall be prepared by an accredited laboratory that meets the requirements of
paragraph 403-3.2. The asphalt mixture shall be designed using procedures contained in
Asphalt Institute MS-2 Mix Design Manual, 7th Edition. Samples shall be prepared and
compacted using the gyratory compactor in accordance with ASTM D6925.
Should a change in sources of materials be made, a new JMF must be submitted to the RPR for
review and accepted in writing before the new material is used. After the initial production JMF
has been approved by the RPR and a new or modified JMF is required for whatever reason, the
subsequent cost of the new or modified JMF, including a new control strip when required by the
RPR, will be borne by the Contractor.
The RPR may request samples at any time for testing, prior to and during production, to verify
the quality of the materials and to ensure conformance with the applicable specifications.
The JMF shall be submitted in writing by the Contractor at least 14 days prior to the start of
paving operations. The JMF shall be developed within the same construction season using
aggregates proposed for project use.
The submitted JMF shall be dated, and stamped or sealed by the responsible professional
Engineer of the laboratory and shall include the following items as a minimum:
• Manufacturer’s Certificate of Analysis (COA) for the asphalt binder used in the JMF in
accordance with paragraph 403-2.3. Certificate of asphalt performance grade is with
modifier already added, if used and must indicate compliance with ASTM D6373. For
plant modified asphalt binder, certified test report indicating grade certification of
modified asphalt binder.
• Manufacturer’s Certificate of Analysis (COA) for the anti-stripping agent if used in the
JMF in accordance with paragraph 403 -2.4.
• Certified material test reports for the course and fine aggregate and mineral filler in
accordance with paragraphs 403 -2.1 and 403-2.2.
• Percent passing each sieve size for individual gradation of each aggregate cold feed
and/or hot bin; percent by weight of each cold feed and/or hot bin used; and the total
combined gradation in the JMF.
• Specific Gravity and absorption of each course and fine aggregate.
• Percent natural sand.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 5 Technical Specifications
• Percent fractured faces.
• Percent by weight of flat particles, elongated particles, and flat and elongated particles
(and criteria).
• Percent of asphalt.
• Number of gyrations.
• Laboratory mixing and compaction temperatures.
• Supplier recommended mixing and compaction temperatures.
• Plot of the combined gradation on the 0.45 power gradation curve.
• Graphical plots of air voids, voids in the mineral aggregate (VMA), and unit weight
versus asphalt content. To achieve minimum VMA during production, the mix design
needs to account for material breakdown during production.
• Tensile Strength Ratio (TSR).
• Type and amount of Anti-strip agent when used.
• Asphalt Pavement Analyzer (APA) results.
• Date the JMF was developed. Mix designs from a prior construction season within the
last two years will be accepted.
Table 1. Asphalt Design Criteria
Test Property Value Test Method
Number of gyrations 50
Air voids (%) 3.5 ASTM D3203
Percent voids in mineral
aggregate (VMA), minimum See Table 2 ASTM D6995
TSR1 not less than 85 at a
saturation of 70-80% ASTM D4867
1 Test specimens for TSR shall be compacted at 7 ± 1.0 % air voids. In areas subject to
freeze-thaw, use freeze-thaw conditioning in lieu of moisture conditioning per ASTM
D4867.
2 AASHTO T340 at 100 psi hose pressure at 64°C test temperature may be used in the
interim. If this method is used the required Value shall be less than 5 mm @ 8000 passes
A 75 gyration mix may be substituted at no additional cost to the project.
The mineral aggregate shall be of such size that the percentage composition by weight, as
determined by laboratory sieves, will conform to the gradation or gradations specified in Table 2
when tested in accordance with ASTM C136 and ASTM C117.
The gradations in Table 2 represent the limits that shall determine the suitability of aggregate for
use from the sources of supply, be well graded from coarse to fine and shall not vary from the
low limit on one sieve to the high limit on the adjacent sie ve, or vice versa.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 6 Technical Specifications
Table 2. Aggregate - Asphalt Pavements
Sieve Size Percentage by Weight
Passing Sieve
1 inch --
3/4 inch 100
1/2 inch 90-100
3/8 inch 72-88
No. 4 53-73
No. 8 38-60
No. 16 26-48
No. 30 18-38
No. 50 11-27
No. 100 6-18
No. 200 3-6
Voids in Mineral Aggregate
(VMA)1 15
Asphalt Percent:
Stone or gravel 5.0-7.5
Slag 6.5-9.5
Recommended Minimum
Construction Lift Thickness 2 inches
1To achieve minimum VMA during production, the mix design needs to account
for material breakdown during production.
The aggregate gradations shown are based on aggregates of uniform specific gravity. The
percentages passing the various sieves shall be corrected when aggregates of varying specific
gravities are used, as indicated in the Asphalt Institute MS -2 Mix Design Manual, 7th Edition.
403-3.4 Reclaimed Asphalt Pavement (RAP). RAP shall not be used.
403-3.5 Control Strip. A control strip is not required.
PART 4 - CONSTRUCTION METHODS
403-4.1 Weather Limitations. The asphalt shall not be placed upon a wet surface or when the
surface temperature of the underlying course is less than specified in Table 4. The temperature
requirements may be waived by the RPR, if requested; however, all other requirements
including compaction shall be met.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 7 Technical Specifications
Table 4. Surface Temperature Limitations of Underlying Course
Mat Thickness Base Temperature (Minimum)
Degrees F Degrees C
3 inches or greater 40 4
Greater than 2 inches
but less than 3 inches 45 7
403-4.2 Asphalt Plant. Plants used for the preparation of asphalt shall conform to the
requirements of American Association of State Highway and Transportation Officials (AASHTO)
M156 including the following items:
a. Inspection of Plant. The RPR, or RPR’s authorized representative, shall have access, at
all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of
the plant: verifying weights, proportions, and material properties; and checking the tempera tures
maintained in the preparation of the mixtures.
b. Storage Bins and Surge Bins. The asphalt mixture stored in storage and/or surge bins
shall meet the same requirements as asphalt mixture loaded directly into trucks. Asphalt mixture
shall not be stored in storage and/or surge bins for a period greater than twelve (12) hours. If
the RPR determines there is an excessive heat loss, segregation or oxidation of the asphalt
mixture due to temporary storage, temporary storage shall not be allowed.
403-4.3 Aggregate Stockpile Management. Aggregate stockpiles shall be constructed in such
a manner that prevents segregation and intermixing of deleterious materials. Aggregates from
different sources shall be stockpiled, weighed and batched separately at the concrete batch
plant. Aggregates that have become segregated or mixed with earth or foreign material shall not
be used.
A continuous supply of materials shall be provided to the work to ensure continuous placement.
403-4.4 Hauling Equipment. Trucks used for hauling asphalt shall have tight, clean, and
smooth metal beds. To prevent the asphalt from sticking to the truck beds, the truck beds shall
be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved
by the RPR. Petroleum products shall not be used for coating truck beds. Each truck shall have
a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that
the mixture will be delivered to the site at the specified temperature, truck beds shall be
insulated or heated and covers shall be securely fastened.
403-4.4.1 Material Transfer Vehicle (MTV). A material transfer vehicle is not required.
403-4.5 Asphalt Pavers. Asphalt pavers shall be self-propelled with an activated heated
screed, capable of spreading and finishing courses of asphalt that will meet the specified
thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the
hauling equipment without adversely affecting the finished surface. The asphalt paver shall be
equipped with a control system capable of automatically maintaining the spe cified screed grade
and elevation.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 8 Technical Specifications
If the spreading and finishing equipment in use leaves tracks or indented areas, or produces
other blemishes in the pavement that are not satisfactorily corrected by the scheduled
operations, the use of such equipment shall be discontinued.
The paver shall be capable of paving to a minimum width specified in paragraph 40 3-4.11.
403-4.6 Rollers. The number, type, and weight of rollers shall be sufficient to compact the
asphalt to the required density while it is still in a workable condition without crushing of the
aggregate, depressions or other damage to the pavement surface. Rollers shall be in good
condition, capable of operating at slow speeds to avoid displacement of the asphalt. All rollers
shall be specifically designed and suitable for compacting asphalt concrete and shall be
properly used. Rollers that impair the stabilit y of any layer of a pavement structure or underlying
soils shall not be used.
403-4.6.1 Density Device. The Contractor shall have on site a density gauge during all paving
operations in order to assist in the determination of the optimum rolling pattern, type of roller
and frequencies, as well as to monitor the effect of the rolling operations during produc tion
paving. The Contractor shall also supply a qualified technician during all paving operations to
calibrate the density gauge and obtain accurate density readings for all new asphalt. These
densities shall be supplied to the RPR upon request at any time during construction. No
separate payment will be made for supplying the density gauge and technician.
403-4.7 Preparation of Asphalt Binder. The asphalt binder shall be heated in a manner that
will avoid local overheating and provide a continuous supply of the asphalt material to the mixer
at a uniform temperature. The temperature of the unmodified asphalt binder delivered to the
mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate
particles, but shall not exceed 325°F when added to the aggregate. The temperature of modified
asphalt binder shall be no more than 350°F when added to the aggregate.
403-4.8 Preparation of Mineral Aggregate. The aggregate for the asphalt shall be heated and
dried. The maximum temperature and rate of heating shall be such that no damage occurs to
the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F
(175°C) when the asphalt binder is added. Particular care shall be taken that aggregates high in
calcium or magnesium content are not damaged by overheating. The temperature shall not be
lower than is required to obtain complete coating and uniform distribution on the aggregate
particles and to provide a mixture of satisfactory workability.
403-4.9 Preparation of Asphalt Mixture. The aggregates and the asphalt binder shall be
weighed or metered and introduced into the mixer in the amount specified by the JMF. The
combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt
binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the
shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch
plants. The wet mixing time for all plants shall be established by the Contractor, based on the
procedure for determining the percentage of coated particles described in ASTM D2489, for
each individual plant and for each type of aggregate used. The wet mixing time will be set to
achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be
determined by dividing the weight of its contents at operating level by the weight of the mixture
delivered per second by the mixer. The moisture content of all asphalt upon discharge shall not
exceed 0.5%.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 9 Technical Specifications
403-4.10 Application of Prime and Tack Coat. Immediately before placing the asphalt
mixture, the underlying course shall be cleaned of all dust and debris.
A prime coat in accordance with Item P -602 shall be applied to aggregate base prior to placing
the asphalt mixture.
A tack coat shall be applied in accordance with Item P -603 to all vertical and horizontal asphalt
and concrete surfaces prior to placement of the first and each subsequent lift of asphalt mixture.
403-4.11 Laydown Plan, Transporting, Placing, and Finishing. Prior to the placement of the
asphalt, the Contractor shall prepare a laydown plan with the sequence of paving lanes and
width to minimize the number of cold joints; the location of any temporary ramps; laydown
temperature; and estimated time of completion for each portion of the work (milling, paving,
rolling, cooling, etc.). The laydown plan and any modifications shall be approved by the RPR.
Deliveries shall be scheduled so that placing and compacting of asphalt is uniform with
minimum stopping and starting of the paver. Hauling over freshly placed material shall not be
permitted until the material has been compacted, as specified, and allowed to cool to
approximately ambient temperature. The Contractor, at their expense, shall be responsible for
repair of any damage to the pavement caused by hauling operations.
Contractor shall survey each lift of asphalt surface course and certify to RPR that every lot of
each lift meets the grade tolerances of paragraph 403-6.2e before the next lift can be placed.
Edges of existing asphalt pavement abutting the new work shall be saw cut and the cut off
material and laitance removed. Apply a tack coat in accordance with P-603 before new asphalt
material is placed against it.
The speed of the paver shall be regulated to eliminate pulling and tearing of the asphalt mat.
Placement of the asphalt mix shall begin along the centerline of a crowned section or on the
high side of areas with a one way slope unless shown otherwise on the laydown plan as
accepted by the RPR. The asphalt mix shall be placed in consecutive adjacent lanes having a
minimum width of 12 feet except where edge lanes require less width to complete the area.
Additional screed sections attached to widen the paver to meet the minimum lane width
requirements must include additional auger sections to move the asphalt mixture uniformly
along the screed extension.
The longitudinal joint in one course shall offset the longitudinal joint in the course immediately
below by at least 1 foot; however, the joint in the surface top course shall be at the centerline of
crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from
transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a
minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of
mechanical spreading and finishing equipment impractical, the asphalt may be spread and luted
by hand tools.
The RPR may at any time, reject any batch of asphalt, on the truck or placed in the mat, which
is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or
overheated asphalt mixture. Such rejection may be based on only visual inspection or
temperature measurements. In the event of such rejection, the Contractor may take a
representative sample of the rejected material in the presence of the RPR, and if it can be
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 10 Technical Specifications
demonstrated in the laboratory, in the presence of the RPR, that such material was erroneously
rejected, payment will be made for the material at the contract unit price.
Areas of segregation in the surface course, as determined by the RPR, shall be removed and
replaced at the Contractor’s expense. The area shall be removed by saw cutting and milling a
minimum of the construction lift thickness as specified in paragraph 40 3-3.3, Table 2 for the
approved mix design. The area to be removed and replaced shall be a minimum width of the
paver and a minimum of 10 feet long.
403-4.12 Compaction of Asphalt Mixture. After placing, the asphalt mixture shall be
thoroughly and uniformly compacted by self -propelled rollers. The surface shall be compacted
as soon as possible when the asphalt has attained sufficient stability so that the rolling does not
cause undue displacement, cracking or shoving. The sequence of rolling operations and the
type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at
all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in
compaction. Any surface defects and/or displacement occurring as a result of the roller, or from
any other cause, shall be corrected at the Contractor’s expense.
Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until
the surface is of uniform texture, true to grade and cross -section, and the required field density
is obtained. To prevent adhesion of the asphalt to the roller, the wheels shall be equipped with a
scraper and kept moistened with water as necessary.
In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved
power tampers.
Any asphalt that becomes loose and broken, mixed with dirt, contains check -cracking, or in any
way defective shall be removed and replaced with fresh hot mixture and immediately compacted
to conform to the surrounding area. This work shall be done at the Contractor’s expense. Skin
patching shall not be allowed.
403-4.13 Joints. The formation of all joints shall be made in such a manner as to ensure a
continuous bond between the courses and obtain the required density. All joints shall have the
same texture as other sections of the course and meet the requirements for smoothness a nd
grade.
The roller shall not pass over the unprotected end of the freshly laid asphalt except when
necessary to form a transverse joint. When necessary to form a transverse joint, it shall be
made by means of placing a bulkhead or by tapering the course. The taper ed edge shall be cut
back to its full depth and width on a straight line to expose a vertical face prior to placing the
adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat
before placing any fresh asphalt against the joint.
Longitudinal joints which have been left exposed for more than four (4) hours; the surface
temperature has cooled to less than 175°F; or are irregular, damaged, uncompacted or
otherwise defective shall be cut back with a cutting wheel or pavement saw a maximum of 3
inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All
cutback material and any laitance produced from cutting joints shall be removed from the
project. An asphalt tack coat or other product approved by the RPR shall be applied to the
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 11 Technical Specifications
clean, dry joint prior to placing any additional fresh asphalt against the joint. The cost of this
work shall be considered incidental to the cost of the asphalt.
403-4.14 Saw-Cut Grooving. Not used.
403-4.15 Diamond Grinding. Not used.
403-4.16 Nighttime Paving Requirements. The Contractor shall provide adequate lighting
during any nighttime construction. A lighting plan shall be submitted by the Contractor and
approved by the RPR prior to the start of any nighttime work. All work shall be in accordance
with the approved CSPP and lighting plan.
PART 5 - CONTRACTOR QUALITY CONTROL (CQC)
403-5.1 General. Not required.
403-5.2 Contractor Quality Control (QC) Facilities. The Contractor shall provide or contract
for testing facilities. The RPR shall be permitted unrestricted access to inspect the Contractor’s
QC facilities and witness QC activities. The RPR will advise the Contractor in writing of any
noted deficiencies concerning the QC facility, equipment, supplies, or testing personnel and
procedures. When the deficiencies are serious enough to be adversely affecting the test results,
the incorporation of the materials into the work shall be suspended immediately and will not be
permitted to resume until the deficiencies are satisfactorily corrected.
403-5.3 Quality Control (QC) Testing. The Contractor shall perform all QC tests necessary to
control the production and construction processes applicable to these specifications . The testing
program shall include, but not necessarily be limited to, tests for the control of asphalt content,
aggregate gradation, temperatures, aggregate moisture, field compaction, and surface
smoothness.
a. Asphalt Content. A minimum of one test shall be performed per day in accordance with
ASTM D6307 or ASTM D2172 for determination of asphalt content. When using ASTM D6307,
the correction factor shall be determined as part of the first test performed at the beginning of
plant production; and as part of every tenth test performed thereafter. The asphalt content for
the day will be determined by averaging the test results.
b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from
mechanical analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136,
and ASTM C117.
c. Moisture Content of Aggregate. The moisture content of aggregate used for production
shall be determined a minimum of once per lot in accordance with ASTM C566.
d. Moisture Content of Asphalt. The moisture content of the asphalt shall be determined
once per lot in accordance with AASHTO T329 or ASTM D1461.
e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary
locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the
asphalt at the plant, and the asphalt at the job site.
f. In-place Density Monitoring. The Contractor shall conduct any necessary testing to
ensure that the specified density is being achieved. A nuclear gauge may be used to monitor
the pavement density in accordance with ASTM D2950.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 12 Technical Specifications
g. Smoothness for Contractor Quality Control.
The Contractor shall perform smoothness testing in transverse and longitudinal directions
daily to verify that the construction processes are producing pavement with variances less than
¼ inch in 12 feet, identifying areas that may pond water which could lead to hydroplaning of
aircraft. If the smoothness criteria is not met, appropriate changes and corrections to the
construction process shall be made by the Contractor before construction continues
The Contractor may use a 12-foot straightedge, a rolling inclinometer meeting the
requirements of ASTM E2133 or rolling external reference device that can simulate a 12 -foot
straightedge approved by the RPR. Straight-edge testing shall start with one-half the length of
the straightedge at the edge of pavement section being tested and then moved ahead one -half
the length of the straightedge for each successive measurement. Testing shall be continuous
across all joints. The surface irregularity shall be determined by placing the freestanding
(unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest
spots covered by its length and measuring the maximum gap between the straightedge and the
pavement surface in the area between the two high points. If the rolling inclinometer or external
reference device is used, the data may be evaluated using the FAA profile program, ProFAA,
using the 12-foot straightedge simulation function.
Smoothness readings shall not be made across grade changes or cross slope transitions.
The transition between new and existing pavement and between the start and stop of lanes
place shall be evaluated separately for conformance with the plans.
(1) Transverse Measurements. Transverse measurements shall be taken for each
day’s production placed. Transverse measurements will be taken perpendicular to the pavement
centerline each 50 feet or more often as determined by the RPR. The joint between lanes shall
be tested separately to facilitate smoothness between lanes.
(2) Longitudinal Measurements. Longitudinal measurements shall be taken for each
day’s production placed. Longitudinal tests will be parallel to the centerline of paving; at the
center of paving lanes when widths of paving lanes are less than 20 feet ; and at the third points
of paving lanes when widths of paving lanes are 20 ft or greater. When placement abuts
previously placed material the first measurement shall start with one half the length of the
straight edge on the previously placed material.
Control charts shall be kept to show area of each day’s placement and the percentage of
corrective grinding required. Corrections to production and placement shall be initiated when
corrective grinding is required. If the Contractor’s machines and/or methods produce significant
areas that need corrective actions in excess of 10 percent of a day’s production, production
shall be stopped until corrective measures are implemented by the Contractor.
h. Grade. Grade shall be evaluated daily to allow adjustments to paving operations when
grade measurements do not meet specifications. As a minimum, grade shall be evaluated prior
to the placement of the first lift and then prior to and after placement of the surface lift.
Measurements will be taken at appropriate gradelines (as a minimum at center and edges of
paving lane) and longitudinal spacing as shown on cross -sections and plans. The final surface
of the pavement will not vary from the gradeline elevations and cross -sections shown on the
plans by more than 1/2 inch vertically and 0.1 feet laterally. The documentation will be provided
by the Contractor to the RPR within 24 hours.
Areas with humps or depressions that exceed grade or smoothness criteria and that retain
water on the surface must be ground off provided the course thickness after grinding is not more
than 1/2 inch less than the thickness specified on the plans. Grinding shall be in accordance
with paragraph 403-4.15.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 13 Technical Specifications
The Contractor shall repair low areas or areas that cannot be corrected by grinding by
removal of deficient areas to the depth of the final course plus ½ inch and replacing with new
material. Skin patching is not allowed.
403-5.4 Sampling. When directed by the RPR, the Contractor shall sample and test any
material that appears inconsistent with similar material being sampled, unless such material is
voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling s hall
be in accordance with standard procedures specified.
403-5.5 Control Charts. The Contractor shall maintain linear control charts both for individual
measurements and range (i.e., difference between highest and lowest measurements) for
aggregate gradation, asphalt content, and VMA. The VMA for each day shall be calculated and
monitored by the QC laboratory.
Control charts shall be posted in a location satisfactory to the RPR and kept current. As a
minimum, the control charts shall identify the project number, the contract item number, the test
number, each test parameter, the Action and Suspension Limits appl icable to each test
parameter, and the Contractor’s test results. The Contractor shall use the control charts as part
of a process control system for identifying potential problems and assignable causes before
they occur. If the Contractor’s projected data during production indicates a problem and the
Contractor is not taking satisfactory corrective action, the RPR may suspend production or
acceptance of the material.
a. Individual Measurements. Control charts for individual measurements shall be
established to maintain process control within tolerance for aggregate gradation, asphalt
content, and VMA. The control charts shall use the JMF target values as indicators of central
tendency for the following test parameters with associated Action and Suspension Limits:
Control Chart Limits for Individual Measurements
Sieve Action Limit Suspension
Limit
3/4 inch ±6% ±9%
1/2 inch ±6% ±9%
3/8 inch ±6% ±9%
No. 4 ±6% ±9%
No. 16 ±5% ±7.5%
No. 50 ±3% ±4.5%
No. 200 ±2% ±3%
Asphalt Content ±0.45% ±0.70%
Minimum VMA -0.5% -1.0%
b. Range. Control charts for range shall be established to control process variability for the
test parameters and Suspension Limits listed below. The range shall be computed for each lot
as the difference between the two test results for each control parameter. Th e Suspension
Limits specified below are based on a sample size of n = 2. Should the Contractor elect to
perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the
Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 14 Technical Specifications
Control Chart Limits Based on Range
(n = 2)
Sieve Suspension Limit
1/2 inch 11%
3/8 inch 11%
No. 4 11%
No. 16 9%
No. 50 6%
No. 200 3.5%
Asphalt Content 0.8%
c. Corrective Action. Appropriate action shall be taken when the process is believed to be
out of tolerance. The Contractor shall have rules to gauge when a process is out of control and
detail what action will be taken to bring the process into control. As a minimum, a process shall
be deemed out of control and production stopped and corrective action taken, if:
(1) One point falls outside the Suspension Limit line for individual measurements or
range; or
(2) Two points in a row fall outside the Action Limit line for individual measurements.
403-5.6 Quality Control (QC) Reports. The Contractor shall maintain records and shall submit
reports of QC activities daily, as required.
PART 6 - MATERIAL ACCEPTANCE
403-6.1. Quality Assurance Acceptance Sampling and Testing. Unless otherwise specified,
all acceptance sampling and testing necessary to determine conformance with the requirements
specified in this section will be performed by the RPR at no cost to the Contractor except that
coring as required in this section shall be completed and paid for by the Contractor .
a. Quality Assurance (QA) Testing Laboratory. The QA testing laboratory performing
these acceptance tests will be accredited in accordance with ASTM D3666. The QA laboratory
accreditation will be current and listed on the accrediting authority’s website. All test methods
required for acceptance sampling and testing will be listed on the lab accreditation.
b. Lot Size. A standard lot will be equal to one day’s production divided into approximately
equal sublots of between 400 to 600 tons. When only one or two sublots are produced in a
day’s production, the sublots will be combined with the production lot from the previous or next
day.
Where more than one plant is simultaneously producing asphalt for the job, the lot sizes will
apply separately for each plant.
c. Asphalt Air Voids. Plant-produced asphalt will be tested for air voids on a sublot basis.
(1) Sampling. Material from each sublot shall be sampled in accordance with ASTM
D3665. Samples shall be taken from material deposited into trucks at the plant or at the job site
in accordance with ASTM D979. The sample of asphalt may be put in a covered metal tin and
placed in an oven for not less than 30 minutes nor more than 60 minutes to maintain the
material at or above the compaction temperature as specified in the JMF.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 15 Technical Specifications
(2) Testing. Air voids will be determined for each sublot in accordance with ASTM
D3203 for a set of three compacted specimens prepared in accordance with ASTM D6925.
d. In-Place Asphalt Mat and Joint Density. Each sublot will be tested for in-place mat and
joint density as a percentage of the theoretical maximum density (TMD).
(1) Sampling. The Contractor will cut minimum 5 inches diameter samples in
accordance with ASTM D5361. The Contractor shall furnish all tools, labor, and materials for
cleaning, and filling the cored pavement. Laitance produced by the coring operation shall be
removed immediately after coring, and core holes shall be filled within one day after sampling in
a manner acceptable to the RPR.
(2) Bond. Each lift of asphalt shall be bonded to the underlying layer. If cores reveal that
the surface is not bonded, additional cores shall be taken as directed by the RPR to determine
the extent of unbonded areas. Unbonded areas shall be removed by milling and replaced at no
additional cost as directed by the RPR.
(3) Thickness. Thickness of each lift of surface course will be evaluated by the RPR for
compliance to the requirements shown on the plans after any necessary corrections for grade.
Measurements of thickness will be made using the cores extracted for each sublot for dens ity
measurement. The maximum allowable deficiency at any point will not be more than 1/4 inch
less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, will not
be less than the indicated thickness. Where the thic kness tolerances are not met, the lot or
sublot shall be corrected by the Contractor at his expense by removing the deficient area and
replacing with new pavement. The Contractor, at his expense, may take additional cores as
approved by the RPR to circumscribe the deficient area.
(4) Mat Density. One core shall be taken from each sublot. Core locations will be
determined by the RPR in accordance with ASTM D3665. Cores for mat density shall not be
taken closer than one foot from a transverse or longitudinal joint. The bulk specific gravity of
each cored sample will be determined in accordance with ASTM D2726. The percent
compaction (density) of each sample will be determined by dividing the bulk specific gravity of
each sublot sample by the TMD for that sublot.
(5) Joint Density. One core centered over the longitudinal joint shall be taken for each
sublot which contains a longitudinal joint. Core locations will be determined by the RPR in
accordance with ASTM D3665. The bulk specific gravity of each core sample will be determined
in accordance with ASTM D2726. The percent compaction (density) of each sample will be
determined by dividing the bulk specific gravity of each joint density sample by the average
TMD for the lot. The TMD used to determine the joint density at joints formed between lots will
be the lower of the average TMD values from the adjacent lots.
403-6.2 Acceptance Criteria.
a. General. Acceptance will be based on the implementation of the Contractor Quality
Control Program (CQCP) and the following characteristics of the asphalt and completed
pavements: air voids, mat density, joint density, grade .
b. Air Voids. Acceptance of each lot of plant produced material for air voids will be based
upon the average air void from the sublots. If the average air voids of the lot are equal to or
greater than 2% and equal to or less than 5%, then the lot will be acceptable. If the average is
below 2% or greater than 5%, the lot shall be removed and replaced at the Contractor’s
expense.
c. Mat Density. Acceptance of each lot of plant produced material for mat density will be
based on the average of all of the densities taken from the sublots. If the average mat density of
the lot so established equals or exceeds 94%, the lot will be acceptable. If the a verage mat
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 16 Technical Specifications
density of the lot is below 94%, the lot shall be removed and replaced at the Contractor’s
expense.
d. Joint Density. Acceptance of each lot of plant produced asphalt for joint density will be
based on the average of all of the joint densities taken from the sublots. If the average joint
density of the lot so established equals or exceeds 92%, the lot will be acceptable. If the
average joint density of the lot is less than 92%, the Contractor shall stop production and
evaluate the method of compacting joints. Production may resume once the reason for poor
compaction has been determined, and appropriate measures have been taken to ensure proper
compaction.
e. Grade. The final finished surface of the pavement of the completed project shall be
surveyed to verify that the grade elevations and cross -sections shown on the plans do not
deviate more than 1/2 inch vertically or 0.1 feet laterally.
Cross-sections of the pavement shall be taken at a minimum 25-foot longitudinal spacing
and at all longitudinal grade breaks. Minimum cross-section grade points shall include grade at
centerline, and edge of pavement.
The survey and documentation shall be stamped and signed by a licensed surveyor. Payment
for sublots that do not meet grade for over 25% of the sublot shall not be more than 95%.
403-6.3 Resampling Pavement for Mat Density.
a. General. Resampling of a lot of pavement will only be allowed for mat density and then,
only if the Contractor requests same in writing, within 48 hours after receiving the written test
results from the RPR. A retest will consist of all the sampling and testing procedures contained
in paragraphs 403-6.1. Only one resampling per lot will be permitted.
(1) A redefined mat density will be calculated for the resampled lot. The number of tests
used to calculate the redefined mat density will include the initial tests made for that lot plus the
retests.
(2) The cost for resampling and retesting shall be borne by the Contractor.
b. Payment for Resampled Lots. The redefined mat density for a resampled lot will be
used to evaluate the acceptance of that lot in accordance with paragraph 403 -6.2.
c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%.
Outliers will be discarded and density determined using the remaining test values.
PART 7 - METHOD OF MEASUREMENT
403-7.1 Measurement. Plant mix asphalt mix pavement shall be measured by the number of
tons of asphalt pavement used in the accepted work. Recorded batch weights or truck scale
weights will be used to determine the basis for the tonnage.
PART 8 - BASIS OF PAYMENT
403-8.1 Payment. Payment for a lot of asphalt mixture meeting all acceptance criteria as
specified in paragraph 403 -6.2 shall be made at the contract unit price per ton for asphalt. The
price shall be compensation for furnishing all materials, for all preparation, mixing, and placing
of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the
item.
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 17 Technical Specifications
Payment will be made under:
Item P-403-8.1 Asphalt Mixture Surface Course - per ton
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids
in Aggregate
ASTM C88 Standard Test Method for Soundness of Aggregates by Use of
Sodium Sulfate or Magnesium Sulfate
ASTM C117 Standard Test Method for Materials Finer than 75 -μm (No. 200)
Sieve in Mineral Aggregates by Washing
ASTM C127 Standard Test Method for Density, Relative Density (Specific
Gravity), and Absorption of Coarse Aggregate
ASTM C131 Standard Test Method for Resistance to Degradation of Small -
Size Coarse Aggregate by Abrasion and Impact in the Los
Angeles Machine
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and
Coarse Aggregates
ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in
Aggregates
ASTM C183 Standard Practice for Sampling and the Amount of Testing of
Hydraulic Cement
ASTM C566 Standard Test Method for Total Evaporable Moisture Content of
Aggregate by Drying
ASTM D75 Standard Practice for Sampling Aggregates
ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving
Mixtures
ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for
Use in Pavement Construction
ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures
ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving
Mixtures
ASTM D1074 Standard Test Method for Compressive Strength of Bituminous
Mixtures
ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in
Bituminous Paving Mixtures
ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity
and Density of Bituminous Paving Mixtures
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 18 Technical Specifications
ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from
Bituminous Paving Mixtures
ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and
Fine Aggregate
ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of
Bituminous-Aggregate Mixtures
ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of
Non-Absorptive Compacted Bituminous Mixtures
ASTM D2950 Standard Test Method for Density of Bituminous Concrete in
Place by Nuclear Methods
ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense
and Open Bituminous Paving Mixtures
ASTM D3381 Standard Specification for Viscosity-Graded Asphalt Cement for
Use in Pavement Construction
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D3666 Standard Specification for Minimum Requirements for Agencies
Testing and Inspecting Road and Paving Materials
ASTM D4125 Standard Test Methods for Asphalt Content of Bituminous
mixtures by the Nuclear Method
ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and
Plasticity Index of Soils
ASTM D4552 Standard Practice for Classifying Hot-Mix Recycling Agents
ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or
Flat and Elongated Particles in Coarse Aggregate
ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete
Paving Mixtures
ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted
Aggregate
ASTM D5581 Standard Test Method for Resistance to Plastic Flow of
Bituminous Mixtures Using Marshall Apparatus (6 inch -Diameter
Specimen)
ASTM D5821 Standard Test Method for Determining the Percentage of
Fractured Particles in Coarse Aggregate
ASTM D6307 Standard Test Method for Asphalt Content of Hot -Mix Asphalt by
Ignition Method
ASTM D6373 Standard Specification for Performance Graded Asphalt Binder
ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of
Compacted Bituminous Mixtures Using Automatic Vacuum
Sealing Method
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
Renton Municipal Airport (RNT) Asphalt Mix Pavement Surface Course City of Renton
Airport Gate & Perimeter Security Upgrades P-403 – 19 Technical Specifications
ASTM D6925 Standard Test Method for Preparation and Determination of the
Relative Density of Hot Mix Asphalt (HMA) Specimens by Means
of the SuperPave Gyratory Compactor
ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using
Marshall Apparatus
ASTM D6927 Standard Test Method for Marshall Stability and Flow of
Bituminous Mixtures
ASTM D6995 Standard Test Method for Determining Field VMA based on the
Maximum Specific Gravity of the Mix (Gmm)
ASTM E11 Standard Specification for Woven Wire Test Sieve Cloth and Test
Sieves
ASTM E178 Standard Practice for Dealing with Outlying Observations
ASTM E2133 Standard Test Method for Using a Rolling Inclinometer to Measure
Longitudinal and Transverse Profiles of a Traveled Surface
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot -
Mixed, Hot-Laid Bituminous Paving Mixtures
AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt
(HMA) by Oven Method
AASHTO T 340 Standard Method of Test for Determining the Rutting Susceptibility
of Hot Mix Asphalt (APA) Using the Asphalt Pavement Analyzer
(APA)
Asphalt Institute (AI)
MS-2 Mix Design Manual, 7th Edition
MS-26 Asphalt Binder Handbook
AI State Binder Specification Database
FAA Orders
5300.1 Modifications to Agency Airport Design, Construction, and
Equipment Standards
Federal Highway Administration (FHWA)
Long Term Pavement Performance Binder program
Software
FAARFIELD
END OF ITEM P-403
INTENTIONALLY LEFT BLANK
ITEM P-603 EMULSIFIED ASPHALT TACK COAT
Renton Municipal Airport (RNT) Emulsified Asphalt Tack Coat City of Renton
Airport Gate & Perimeter Security Upgrades P-603 – 1 Technical Specifications
PART 1 - DESCRIPTION
603-1.1 This item shall consist of preparing and treating an asphalt or concrete surface with
asphalt material in accordance with these specifications and in reasonably close conformity to
the lines shown on the plans.
PART 2 - MATERIALS
603-2.1 Asphalt Materials. The asphalt material shall be an emulsified asphalt as specified in
ASTM D3628 as an asphalt application for tack coat appropriate to local conditions. The
emulsified asphalt shall not be diluted. The Contractor shall provide a copy of the
manufacturer’s Certificate of Analysis (COA) for the asphalt material to the Resident Project
Representative (RPR) before the asphalt material is applied for review and acceptance. The
furnishing of COA for the asphalt material shall not be interpreted as a basis for final
acceptance. The manufacturer’s COA may be subject to verification by testing the material
delivered for use on the project. Tack coat material shall be cationic emulsified asphalt CSS-1h
meeting ASTM D 2397.
PART 3 - CONSTRUCTION METHODS
603-3.1 Weather Limitations. The tack coat shall be applied only when the existing surface is
dry and the atmospheric temperature is 50°F or above; the temperature has not been below
35°F for the 12 hours prior to application; and when the weather is not foggy or rainy. The
temperature requirements may be waived when directed by the RPR.
603-3.2 Equipment. The Contractor shall provide equipment for heating and applying the
emulsified asphalt material. The emulsion shall be applied with a manufacturer-approved
computer rate-controlled asphalt distributor. The equipment shall be in good working order and
contain no contaminants or diluents in the tank. Spray bar tips must be clean, free of burrs, and
of a size to maintain an even distribution of the emulsion. Any type of tip or pressure source is
suitable that will maintain predetermined flow rates and constant pressure during the application
process with application speeds under eight (8) miles per hour or seven (700) feet per minute.
The equipment will be tested under pressure for leaks and to ensure proper set -up before use to
verify truck set-up (via a test-shot area), including but not limited to, nozzle tip size appropriate
for application, spray-bar height and pressure and pump sp eed, evidence of triple-overlap spray
pattern, lack of leaks, and any other factors relevant to ensure the truck is in good working order
before use.
The distributor truck shall be equipped with a minimum 12 -foot spreader spray bar with
individual nozzle control with computer-controlled application rates. The distributor truck shall
have an easily accessible thermometer that constantly monitors the temperature of the
emulsion, and have an operable mechanical tank g auge that can be used to cross-check the
computer accuracy. If the distributor is not equipped with an operable quick shutoff valve, the
prime operations shall be started and stopped on building paper.
ITEM P-603 EMULSIFIED ASPHALT TACK COAT
Renton Municipal Airport (RNT) Emulsified Asphalt Tack Coat City of Renton
Airport Gate & Perimeter Security Upgrades P-603 – 2 Technical Specifications
The distributor truck shall be equipped to effectively heat and mix the material to the required
temperature prior to application as required. Heating and mixing shall be done in accordance
with the manufacturer’s recommendations. Do not overheat or over mix the material.
The distributor shall be equipped with a hand sprayer.
Asphalt distributors must be calibrated annually in accordance with ASTM D2995. The
Contractor must furnish a current calibration certification for the asphalt distributor truck from
any State or other agency as approved by the RPR.
A power broom and/or power blower suitable for cleaning the surfaces to which the asphalt tack
coat is to be applied shall be provided.
603-3.3 Application of Emulsified Asphalt Material. The emulsified asphalt shall not be
diluted. Immediately before applying the emulsified asphalt tack coat, the full width of surface to
be treated shall be swept with a power broom and/or power blower to remove all loose dirt and
other objectionable material.
The emulsified asphalt material shall be uniformly applied with an asphalt distributor at the rates
appropriate for the conditions and surface specified in the table below. The type of asphalt
material and application rate shall be approved by the RPR prio r to application.
Emulsified Asphalt
Surface Type Residual Rate, gal/SY
Emulsion Application Bar Rate,
gal/SY
New Asphalt 0.02 - 0.05 0.03 - 0.07
After application of the tack coat, the surface shall be allowed to cure without being disturbed for
the period of time necessary to permit drying and setting of the tack coat. This period shall be
determined by the RPR. The Contractor shall protect the tack coat and maintain the surface
until the next course has been placed. When the tack coat has been disturbed by the
Contractor, tack coat shall be reapplied at the Contractor’s expense.
603-3.4 Freight and Waybills The Contractor shall submit waybills and delivery tickets, during
progress of the work. Before the final statement is allowed, file with the RPR certified waybills
and certified delivery tickets for all emulsified asphalt materials used in the constructio n of the
pavement covered by the contract. Do not remove emulsified asphalt material from storage until
the initial outage and temperature measurements have been taken. The delivery or storage
units will not be released until t he final outage has been taken.
PART 4 - METHOD OF MEASUREMENT
603-4.1 The emulsified asphalt material for tack coat shall be measured by the gallon. Volume
shall be corrected to the volume at 60°F in accordance with ASTM D1250. The emulsified
asphalt material paid for will be the measured quantities used in the accepted work, provided
that the measured quantities are not 10% over the specified application rate. Any amount of
emulsified asphalt material more than 10% over the specified application rate for each
application will be deducted from the measured quantities, except for irregular areas where
ITEM P-603 EMULSIFIED ASPHALT TACK COAT
Renton Municipal Airport (RNT) Emulsified Asphalt Tack Coat City of Renton
Airport Gate & Perimeter Security Upgrades P-603 – 3 Technical Specifications
hand spraying of the emulsified asphalt material is necessary. Water added to emulsified
asphalt will not be measured for payment.
PART 5 - BASIS OF PAYMENT
603.5-1 Payment shall be made at the contract unit price per gallon of emulsified asphalt
material. This price shall be full compensation for furnishing all materials, for all preparation,
delivery, and application of these materials, and for all labor, equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Item P-603-5.1 Emulsified Asphalt Tack Coat - per gallon
PART 6 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables
ASTM D2995 Standard Practice for Estimating Application Rate and Residual
Application Rate of Bituminous Distributors
ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts
END ITEM P-603
INTENTIONALLY LEFT BLANK
ITEM F-162 – CHAIN-LINK FENCE
Renton Municipal Airport (RNT) Chain-Link Fence City of Renton
Airport Gate & Perimeter Security Upgrades F-162 – 1 Technical Specifications
PART 1 - DESCRIPTION
162-1.1 This item shall consist of furnishing and erecting a chain -link fence in accordance with
these specifications, the details shown on the plans, and in conformity with the lines and grades
shown on the plans or established by the RPR.
PART 2 - MATERIALS
162-2.1 Fabric. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2-inch
mesh and shall be black vinyl coated meeting the requirements of ASTM F668 Class 2b.
162-2.2 Barbed Wire. Barbed wire shall be 2-strand 12-1/2 gauge zinc-coated with 4-point
barbs. Wire shall be black vinyl coated and shall meet the requirements of ASTM F1665 .
162-2.3 Posts, Rails, and Braces. Line posts, rails, and braces shall conform to the
requirements of ASTM F1043 or ASTM F1083 as follows:
• Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule
40) coatings conforming to Type A, or Group IC (High Strength Pipe), External coating
Type B, and internal coating Type B or D.
Posts, rails, and braces, with the exception of galvanized steel conforming to ASTM F1043 or
ASTM F1083, Group 1A, Type A, or aluminum alloy, shall demonstrate the ability to withstand
testing in salt spray in accordance with ASTM B117 as follows:
• External: 1,000 hours with a maximum of 5% red rust.
• Internal: 650 hours with a maximum of 5% red rust.
The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of
Federal Specification RR-F-191/3.
162-2.4 Gates. Manual vehcile and pedestrian gate frames shall consist of black vinyl coated
galvanized steel pipe and shall conform to the specifications for the same material under
paragraph 162-2.3. The fabric shall be of the same type as used in the fence.
162-2.5 Wire ties and tension wires. Wire ties for use in conjunction with a given type of fabric
shall be of the same material and coating weight identified with the fabric type. Tension wire
shall be 7-gauge marcelled steel wire with the same black vinyl coating as the fabric type and
shall conform to ASTM F1664-01 Class 2b.
All material shall conform to Federal Specification RR-F-191/4.
162-2.6 Miscellaneous fittings and hardware. Miscellaneous steel fittings and hardware for
use with zinc-coated steel fabric shall be of commercial grade steel or better quality, wrought
or cast as appropriate to the article, and sufficient in strength to provide a balanced design when
used in conjunction with fabric posts, and wires of the quality specified herein . All steel fittings
and hardware shall be protected with a zinc coating and shall be black vinyl coated in
conformance with ASTM F626, 1.2oz Zinc Coating. Barbed wire support arms shall withstand a
load of 250 pounds applied vertically to the outermost end of the arm.
ITEM F-162 – CHAIN-LINK FENCE
Renton Municipal Airport (RNT) Chain-Link Fence City of Renton
Airport Gate & Perimeter Security Upgrades F-162 – 2 Technical Specifications
162-2.7 Concrete. All fence post concrete shall be WSDOT Class 3000 with a minimum 28-day
compressive strength of 3,000 psi. All concrete used for new vehicle gate foundation posts shall
have a minimum 28-day compressive strength of 4,500 psi.
162-2.8 Marking. Each roll of fabric shall carry a tag showing the kind of base metal (steel,
aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of
fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be
identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number),
and kind of coating.
162-2.9 Weed Control Material. A commercially available weed control material shall be
applied at the manufacturer’s recommended rate.
162-2.11 Wallace Foldsmart Bi-Folding Speedgate. Wallace Foldsmart Bi-Folding Speedgate
shall be per manufacturer’s specifications at the clear opening width shown in thep
PART 3 - CONSTRUCTION METHODS
162-3.1 General. The fence shall be constructed in accordance with the details on the plans
and as specified here using new materials. All work shall be performed in a workmanlike
manner satisfactory to the RPR. The Contractor shall layout the fence line based on the plans.
The Contractor shall span the opening below the fence with barbed wire at all locations where it
is not practical to conform the fence to the general contour of the ground surface because of
natural or manmade features such as drainage ditches. The new fen ce shall be permanently
tied to the terminals of existing fences as shown on the plans. The Contractor shall stake down
the woven wire fence at several points between posts as shown on the plans.
The Contractor shall arrange the work so that construction of the new fence will immediately
follow the removal of existing fences. The length of unfenced section at any time shall not
exceed 300 feet. The work shall progress in this manner and at the close of the working day the
newly constructed fence shall be tied to the existing fence.
162-3.2 Clearing fence line. Clearing shall consist of the removal of all stumps, brush, rocks,
trees, or other obstructions that will interfere with proper construction of the fence. Stumps
within the cleared area of the fence shall be grubbed or excavated. The bottom of the fence
shall be placed a uniform distance above ground, as specified in the plans. When shown on the
plans or as directed by the RPR, the existing fences which interfere with the new fence location
shall be removed by the Contractor as a part of the construction work unless such removal is
listed as a separate item in the bid schedule. All holes remaining after post and stump removal
shall be refilled with suitable soil, gravel, or other suitable material and compacted with tampers.
The cost of removing and disposing of the material shall not constitute a pay item and shall be
considered incidental to fence construction.
162-3.3 Installing Posts. All posts shall be set in concrete at the required dimension and depth
and at the spacing shown on the plans.
The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall
have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All
posts shall be set plumb and to the required grade and alignment. No materials shall be
ITEM F-162 – CHAIN-LINK FENCE
Renton Municipal Airport (RNT) Chain-Link Fence City of Renton
Airport Gate & Perimeter Security Upgrades F-162 – 3 Technical Specifications
installed on the posts, nor shall the posts be disturbed in any manner within seven (7) days after
the individual post footing is completed.
Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches
larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches . After the
posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part
Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled
with concrete in the manner described above.
In lieu of drilling, the rock may be excavated to the required footing depth. No extra
compensation shall be made for rock excavation.
162-3.4 Installing Top Rails. The top rail shall be continuous and shall pass through the post
tops. The coupling used to join the top rail lengths shall allow for expansion.
162-3.5 Installing Braces. Horizontal brace rails, with diagonal truss rods and turnbuckles,
shall be installed at all terminal posts.
162-3.6 Installing Fabric. The wire fabric shall be firmly attached to the posts and braced as
shown on the plans. All wire shall be stretched taut and shall be installed to the required
elevations. The fence shall generally follow the contour of the ground, with the bottom of the
fence fabric no less than one inch or more than 4 inches from the ground surface. Grading shall
be performed where necessary to provide a neat appearance.
At locations of small natural swales or drainage ditches and where it is not practical to have the
fence conform to the general contour of the ground surface, longer posts may be used and
multiple strands of barbed wire stretched to span the opening below the fence. The vertical
clearance between strands of barbed wire shall be 6 inches or less.
162-3.7 Electrical Grounds. Electrical grounds shall be constructed where a power line passes
over the fence and at 500 feet intervals. The ground shall be installed directly below the point
of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a
minimum of 5/8 inches in diameter driven vertically until the top is 6 inches below the ground
surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a
manner that each element of the fence is grounded. Installation of ground rods shall not
constitute a pay item and shall be considered incidenta l to fence construction. The Contractor
shall comply with FAA-STD-019, Lightning and Surge Protection, Grounding, Bonding and
Shielding Requirements for Facilities and Electronic Equipment, p aragraph 4.2.3.8, Lightning
Protection for Fences and Gates, when fencing is adjacent to FAA facilities.
162-3.8 Cleaning up. The Contractor shall remove from the vicinity of the completed work all
tools, buildings, equipment, etc., used during construction. All disturbed areas shall be seeded
per T-901.
PART 4 - METHOD OF MEASUREMENT
162-4.1 Chain-link fence will be measured for payment by the linear foot . Measurement will be
along the top of the fence from center to center of end posts, excluding the length occupied by
gate openings. No separate measurement will be made for electrical grounds.
162-4.2 Gates will be measured as complete units.
ITEM F-162 – CHAIN-LINK FENCE
Renton Municipal Airport (RNT) Chain-Link Fence City of Renton
Airport Gate & Perimeter Security Upgrades F-162 – 4 Technical Specifications
162-4.3 No separate measurement will be made for gate salvaging and reinstallation. This work
is incidental to other items.
PART 5 - BASIS OF PAYMENT
162-5.1 Payment for chain-link fence will be made at the contract unit price per linear foot.
162-5.2 Payment for vehicle or pedestrian gates will be made at the contract unit price for each
gate.
162-5.3 No separate payment will be made for gate salvaging and reinstallation. This work is
incidental.
The price shall be full compensation for furnishing all materials, and for all preparation, erection,
and installation of these materials, and for all labor equipment, tools, and incidentals necessary
to complete the item.
Payment will be made under:
Item F-162-5.1 8’ Chain-Link Fence - per linear foot
Item F-162-5.2a Vehicle Gate - per each
Item F-162-5.2b 4’ Pedestrian Gate - per each
Item F-162-5.3 Manual Double Swing Gate – per each
Item F-162-5.4 Manual Single Swing Gate – per each
PART 6 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM A121 Standard Specification for Metallic-Coated Carbon Steel Barbed
Wire
ASTM A153 Standard Specification for Zinc Coating (Hot -Dip) on Iron and
Steel Hardware
ASTM A392 Standard Specification for Zinc-Coated Steel Chain-Link Fence
Fabric
ASTM A491 Standard Specification for Aluminum -Coated Steel Chain-Link
Fence Fabric
ASTM A824 Standard Specification for Metallic-Coated Steel Marcelled
Tension Wire for Use with Chain Link Fence
ASTM B117 Standard Practice for Operating Salt Spray (Fog) Apparatus
ASTM F668 Standard Specification for Polyvinyl Chloride (PVC), Polyolefin
and other Organic Polymer Coated Steel Chain -Link Fence Fabric
ASTM F1043 Standard Specification for Strength and Protective Coatings on
Steel Industrial Fence Framework
ITEM F-162 – CHAIN-LINK FENCE
Renton Municipal Airport (RNT) Chain-Link Fence City of Renton
Airport Gate & Perimeter Security Upgrades F-162 – 5 Technical Specifications
ASTM F1083 Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated
(Galvanized) Welded, for Fence Structures
ASTM F1183 Standard Specification for Aluminum Alloy Chain Link Fence
Fabric
ASTM F1345 Standard Specification for Zinc 5% Aluminum -Mischmetal Alloy
Coated Steel Chain-Link Fence Fabric
ASTM G152 Standard Practice for Operating Open Flame Carbon Arc Light
Apparatus for Exposure of Nonmetallic Materials
ASTM G153 Standard Practice for Operating Enclosed Carbon Arc Light
Apparatus for Exposure of Nonmetallic Materials
ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp
Apparatus for Exposure of Nonmetallic Materials
ASTM G155 Standard Practice for Operating Xenon Arc Light Apparatus for
Exposure of Nonmetallic Materials
Federal Specifications (FED SPEC)
FED SPEC RR-F-191/3 Fencing, Wire and Post, Metal (Chain-Link Fence Posts,
Top Rails and Braces)
FED SPEC RR-F-191/4 Fencing, Wire and Post, Metal (Chain-Link Fence
Accessories)
FAA Standard
FAA-STD-019 Lightning and Surge Protection, Grounding, Bonding and
Shielding Requirements for Facilities and Electronic Equipment
FAA Orders
5300.38 AIP Handbook
END OF ITEM F-162
INTENTIONALLY LEFT BLANK
ITEM T-901 – SEEDING
Renton Municipal Airport (RNT) Seeding City of Renton
Airport Gate & Perimeter Security Upgrades T-901 – 1 Technical Specifications
PART 1 - DESCRIPTION
901-1.1 This item shall consist of soil preparation, hydroseeding, and fertilizing the areas shown
on the plans or as directed by the RPR in accordance with these specifications.
PART 2 - MATERIALS
901-2.1 Seed. The species and application rates of grass, legume, and cover -crop seed
furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal
Specification JJJ-S-181, Federal Specification, Seeds, Agricultural.
Seed shall be furnished separately or in mixtures in standard containers labeled in conformance
with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the
seed name, lot number, net weight, percentages of purity and of g ermination and hard seed,
and percentage of maximum weed seed content clearly marked for each kind of seed. The
Contractor shall furnish the RPR duplicate signed copies of a statement by the vendor certifying
that each lot of seed has been tested by a recognized laboratory for seed testing within six (6)
months of date of delivery. This statement shall include: name and address of laboratory, date
of test, lot number for each kind of seed, and the results of tests as to name, percentages of
purity and of germination, and percentage of weed content for each kind of seed furnished, and,
in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged
seed will be rejected.
Seeds shall be applied as follows:
Seed Properties and Rate of Application
Seed Minimum Seed
Purity
Minimum
Germination Rate of Application
40% Red
Fescue 98% 85%
300 lb/acre
50%
Perennial
Ryegrass
98% 90%
10%
Annual
Ryegrass
98% 90%
Seeding shall be performed during the period between May and September inclusive, unless
otherwise approved by the RPR.
901-2.2 Lime. Not required.
901-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in
mixtures containing the percentages of total nitrogen, available phosphoric acid, and water -
soluble potash. They shall be applied at the rate and to the depth specified and shall meet the
requirements of applicable state laws. They shall be furnished in standard containers with
ITEM T-901 – SEEDING
Renton Municipal Airport (RNT) Seeding City of Renton
Airport Gate & Perimeter Security Upgrades T-901 – 2 Technical Specifications
name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide
compounds or hydrated lime shall be permitted in mixed fertilizers.
The fertilizers may be supplied in one of the following forms:
a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader;
b. A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or
c. A granular or pellet form suitable for application by blower equipment.
Fertilizers shall be a commercial summer fertilizer, 25-0-10 with slow release and shall be
spread at the rate of 160 lbs/acre.
901-2.4 Soil for Repairs. The soil for fill and topsoiling of areas to be repaired shall be at least
of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall
be relatively free from large stones, roots, stumps, or other materials that will interfere with
subsequent sowing of seed, compacting, and establishing turf , and shall be approved by the
RPR before being placed.
PART 3 - CONSTRUCTION METHODS
901-3.1 Advance Preparation and Cleanup. After grading of areas has been completed and
before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise
cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris that
might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -
covered areas. If any damage by erosion or other causes has occurred after the completion of
grading and before beginning the application of fertilizer and ground limestone, the Contractor
shall repair such damage include filling gullies, smoothing irregularities, and repairing other
incidental damage.
An area to be seeded shall be considered a satisfactory seedbed without additional treatment if
it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a
result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose,
friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if
shaped to the required grade.
When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and
hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil
then scarified or otherwise loosened to a depth not less than 5 inch es. Clods shall be broken
and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of
cultipackers, rollers, drags, harrows, or other appropriate means.
901-3.2 Dry Application Method.
b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly
spread at the rate that will provide not less than the minimum quantity stated in paragraph 901 -
2.3.c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901 -2.1
immediately after fertilizing. The fertilizer and seed shall be raked within the depth range stated
in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated
before mixing or sowing, in accordance with the instructions of the manufacturer of the
inoculant. When seeding is required at other than the seasons shown on the plans or in the
ITEM T-901 – SEEDING
Renton Municipal Airport (RNT) Seeding City of Renton
Airport Gate & Perimeter Security Upgrades T-901 – 3 Technical Specifications
special provisions, a cover crop shall be sown by the same methods required for grass and
legume seeding.
d. Rolling. After the seed has been properly covered, the seedbed shall be immediately
compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for
clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of
width for sandy or light soils.
901-3.3 Wet Application Method.
a. General. The Contractor may elect to apply seed and fertilizer by spraying them on the
previously prepared seedbed in the form of an aqueous mixture and by using the methods and
equipment described herein. The rates of application shall be as specified in the special
provisions.
b. Spraying Equipment. The spraying equipment shall have a container or water tank
equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons
over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator.
The container or tank shall also be equipped with a mechanical power -driven agitator capable of
keeping all the solids in the mixture in complete suspension at all times until used.
The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per
minute at a pressure of 100 psi. The pump shall be mounted in a line that will recirculate the
mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages
and pipe lines shall be capable of providing clearance for 5/8 inch solids. The power unit for the
pump and agitator shall have controls mounted so as to be accessible to the nozzle operator.
There shall be an indicating pressure gauge connected and mounted immediately at the back of
the nozzle.
The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it
can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees
below to at least 60 degrees above the horizontal. There shall be a q uick-acting, three-way
control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle
operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least
three different types of nozzles shall be supplied so that mixtures may be properly sprayed over
distance varying from 20 to 100 feet. One shall be a close-range ribbon nozzle, one a medium -
range ribbon nozzle, and one a long -range jet nozzle. For case of removal and cleaning, all
nozzles shall be connected to the nozzle pipe by means of quick -release couplings.
In order to reach areas inaccessible to the regular equipment, an extension hose at least 50
feet in length shall be provided to which the nozzles may be connected.
c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to
the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and
mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative
proportions specified, but not more than a total of 220 pounds of these combined solids shall be
added to and mixed with each 100 gallons of water.
All water used shall be obtained from fresh water sources and shall be free from injurious
chemicals and other toxic substances harmful to plant life. The Contractor shall identify to the
RPR all sources of water at least two (2) weeks prior to use. The RP R may take samples of the
water at the source or from the tank at any time and have a laboratory test the samples for
chemical and saline content. The Contractor shall not use any water from any source that is
disapproved by the RPR following such tests.
ITEM T-901 – SEEDING
Renton Municipal Airport (RNT) Seeding City of Renton
Airport Gate & Perimeter Security Upgrades T-901 – 4 Technical Specifications
All mixtures shall be constantly agitated from the time they are mixed until they are finally
applied to the seedbed. All such mixtures shall be used within two (2) hours from the time they
were mixed or they shall be wasted and disposed of at approved loc ations.
d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds.
After the applied lime mixture has dried, the lime shall be worked into the top 3 inches , after
which the seedbed shall again be properly graded and dressed to a smooth finish.
Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on
which the lime, if required, shall already have been worked in. The mixtures shall be applied by
means of a high-pressure spray that shall always be directed upward into the air so that the
mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be
directed toward the ground in such a manner as might produce erosion or runoff.
Particular care shall be exercised to ensure that the application is made uniformly and at the
prescribed rate and to guard against misses and overlapped areas. Proper predetermined
quantities of the mixture in accordance with specifications shall be used to cover specified
sections of known area.
Checks on the rate and uniformity of application may be made by observing the degree of
wetting of the ground or by distributing test sheets of paper or pans over the area at intervals
and observing the quantity of material deposited thereon.
On surfaces that are to be mulched as indicated by the plans or designated by the RPR,
seed and fertilizer applied by the spray method need not be raked into the soil or rolled.
However, on surfaces on which mulch is not to be used, the raking and rolling operations will be
required after the soil has dried.
901-3.4 Maintenance of Seeded Areas. The Contractor shall protect seeded areas against
traffic or other use by warning signs or barricades, as approved by the RPR. Surfaces gullied or
otherwise damaged following seeding shall be repaired by regrading and reseeding as directed.
The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a
satisfactory condition until final inspection and acceptance of the work.
When either the dry or wet application method outlined above is used for work done out of
season, it will be required that the Contractor establish a good stand of grass of uniform color
and density to the satisfaction of the RPR. A grass stand shall be co nsidered adequate when
bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area
seeded.
PART 4 - METHOD OF MEASUREMENT
901-4.1 The quantity of seeding to be paid for shall be the number of square feet measured on
the ground surface, completed and accepted.
PART 5 - BASIS OF PAYMENT
901-5.1 Payment shall be made at the contract unit price per square foot, which price and
payment shall be full compensation for furnishing and placing all material and for all labor,
equipment, tools, and incidentals necessary to complete the work prescribed in this item.
Payment will be made under:
Item 901-5.1 Seeding - per square foot
ITEM T-901 – SEEDING
Renton Municipal Airport (RNT) Seeding City of Renton
Airport Gate & Perimeter Security Upgrades T-901 – 5 Technical Specifications
PART 6 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C602 Standard Specification for Agricultural Liming Materials
Federal Specifications (FED SPEC)
FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
FAA/United States Department of Agriculture
Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM T-901
INTENTIONALLY LEFT BLANK
ITEM T-905 TOPSOIL
Renton Municipal Airport (RNT) Topsoil City of Renton
Airport Gate & Perimeter Security Upgrades T-905 – 1 Technical Specifications
PART 1 - DESCRIPTION
905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing
topsoil from designated stockpiles or areas to be stripped on the site or from approved sources
off the site, and placing and spreading the topsoil on prepared areas in accordance with this
specification at the locations shown on the plans or as directed by the RPR.
PART 2 - MATERIALS
905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any
material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots,
brush, stones (2 inches or more in diameter), and clay lumps or similar objects. Brush and other
vegetation that will not be incorporated with the soil during handling operations shall be cut and
removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be
removed, but shall be thoroughly broken up and intermixed with the soil during handling
operations. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing
or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or
approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance
with the methods of testing of the Association of Official Agricultural Chemists in effect on the
date of invitation of bids. The organic content shall be not less than 3% nor mo re than 20% as
determined by the wet-combustion method (chromic acid reduction). There shall be not less
than 20% nor more than 80% of the material passing the 200 mesh sieve as determined by the
wash test in accordance with ASTM C117.
Natural topsoil may be amended by the Contractor with approved materials and methods to
meet the above specifications.
905-2.2 Inspection and Tests. Within 10 days following acceptance of the bid, the RPR shall
be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be
inspected to determine if the selected soil meets the requirements specified and to determine
the depth to which stripping will be permitted. At this time, the Contractor may be required to
take representative soil samples from several locations within the area under consideration and
to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1.
PART 3 - CONSTRUCTION METHODS
905-3.1 General. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the
site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall
be shown on the plans.
Suitable equipment necessary for proper preparation and treatment of the ground surface,
stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in
good condition, and approved by the RPR before the various operat ions are started.
905-3.2 Preparing the Ground Surface. Immediately prior to dumping and spreading the
topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other
means approved by the RPR, to a minimum depth of 2 inches to facilitate bonding of the topsoil
to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all
ITEM T-905 TOPSOIL
Renton Municipal Airport (RNT) Topsoil City of Renton
Airport Gate & Perimeter Security Upgrades T-905 – 2 Technical Specifications
stones larger than 2 inches in any diameter and all litter or other material which may be
detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired
planting. Limited areas, as shown on the plans, which are too compact to respond to these
operations shall receive special scarification.
Grades on the area to be topsoiled, which have been established by others as shown on the
plans, shall be maintained in a true and even condition. Where grades have not been
established, the areas shall be smooth -graded and the surface left at the prescribed grades in
an even and compacted condition to prevent the formation of low places or pockets where water
will stand.
905-3.3 Obtaining Topsoil. Prior to the stripping of topsoil from designated areas, any
vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may
interfere with subsequent operations, shall be removed using methods approved by the RPR.
Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other
means shall be removed.
When suitable topsoil is available on the site, the Contractor shall remove this material from the
designated areas and to the depth as directed by the RPR. The topsoil shall be spread on areas
already tilled and smooth -graded, or stockpiled in areas approved by the RPR. Any topsoil
stockpiled by the Contractor shall be rehandled and placed without additional compensation.
Any topsoil that has been stockpiled on the site by others, and is required for topsoil purposes,
shall be removed and placed by the Con tractor. The sites of all stockpiles and areas adjacent
thereto which have been disturbed by the Contractor shall be graded if required and put into a
condition acceptable for seeding.
When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the
supply, subject to the approval of the RPR. The Contractor shall notify the RPR sufficiently in
advance of operations in order that necessary measurements and tests can be made. The
Contractor shall remove the topsoil from approved areas and to the depth as directed. The
topsoil shall be hauled to the site of the work and placed for spreading, or spread as required.
Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without
additional compensation.
905-3.4 Placing Topsoil. The topsoil shall be evenly spread on the prepared areas to a uniform
depth of 2 inches after compaction, unless otherwise shown on the plans or stated in the special
provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet,
or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing
operations can proceed with a minimum of soil preparation or tilling.
After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by
other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any
foreign matter shall be raked up and disposed of by the Contractor. After spreading is
completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other
means approved by the RPR. The compacted topsoil surface shall conform to the required
lines, grades, and cross-sections. Any topsoil or other dirt falling upon pavements as a result of
hauling or handling of topsoil shall be promptly removed.
ITEM T-905 TOPSOIL
Renton Municipal Airport (RNT) Topsoil City of Renton
Airport Gate & Perimeter Security Upgrades T-905 – 3 Technical Specifications
PART 4 - METHOD OF MEASUREMENT
905-4.1 Topsoil shall be measured by the number of square yards of topsoil measured in its
original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards
computed by the method of end areas.
PART 5 - BASIS OF PAYMENT
905-5.1 Payment will be made at the contract unit price per square yard for topsoil. This price
shall be full compensation for furnishing all materials and for all preparation, placing, and
spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to
complete the item.
Payment will be made under:
Item T-905-5.1 Topsoil - per square yard
PART 6 - REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C117 Materials Finer than 75 m (No. 200) Sieve in Mineral Aggregates
by Washing
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
FAA/United States Department of Agriculture
Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM T-905
INTENTIONALLY LEFT BLANK
ITEM 26 00 00 ELECTRICAL WORK GENERAL
Renton Municipal Airport (RNT) Electrical Work General City of Renton
Gate & Perimeter Security Upgrades 26 00 00 – 1 Technical Specifications
PART 1 GENERAL
1.01 SUMMARY OF WORK
A. The extent and location of “Electrical Work” Work is shown in the Contract
Documents which includes extending power to the gate access control
equipment and vehicle gate equipment enclosures from electrical panels. This
Section includes general requirements for accomplishing electrical work as
specified herein and indicated on the Drawings.
B. Electrical hot Work may be required to be performed on portions of the electrical
power distribution and utilization equipment. The Contractor and its
subcontractors shall provide personal protection equipment (PPE), training,
authority having jurisdiction (AHJ) safety compliance and all necessary tools for
the execution of such Work.
1.02 GOVERNING CODES, STANDARDS AND REFERENCES
A. FAA (Federal Aviation Administration)
B. NFPA 70: National Electrical Code (NEC)
C. NFPA 70 E: Standard for Electrical Safety in the Workplace
D. Power Company
E. State of Washington Dept. of Labor & Industries.
F. Underwriters Laboratories, Inc.
G. WAC 296-45
H. State requirements for highway signage, flagging, and re -routing traffic
I. State of Washington safety rules and health standards
1.03 SUBMITTALS
A. Submit materials data where required. Furnish manufacturers’ technical
literature, standard details, product specifications, and installation instructions .
B. Submittals shall include the following:
1. Review of Shop Drawings and Brochures shall not relieve the Contractor
of responsibility for dimensions and/or errors that may be contained
therein, or deviations from Contract Document requirements. It shall be
clearly understood that the noting of some e rrors, but the overlooking of
others does not grant the Contractor permission to proceed in error.
Regardless of any information contained in the Shop Drawings and
Brochures, the requirements of the Contract Documents shall govern and
are not waived or superseded in any way by the review of the Shop
Drawings and Brochures.
2. Manufacturer Approval Drawings: Equipment that is laid out, configured,
or designed by manufacturer based on performance specifications only
shall be submitted to the Engineer for approval prior to release of
drawings for manufacturing.
1.04 DRAWINGS
ITEM 26 00 00 ELECTRICAL WORK GENERAL
Renton Municipal Airport (RNT) Electrical Work General City of Renton
Gate & Perimeter Security Upgrades 26 00 00 – 2 Technical Specifications
A. The electrical drawings are diagrammatic and are not intended to show all
raceway, wiring, exact locations of equipment, terminations, or number or types
of fittings required by the electrical system. Provide all related electrical Work
which is specified herein, diagrammed or scheduled on the electrical drawings,
required by code enforcing agencies and as indicated on other details or
elevations for complete and operating electrical systems. Since the drawings of
floor, wall, and ceiling installation are made at a small scale, outlets, devices,
equipment, etc. are indicated only in their approximate location unless
dimensioned or otherwise indicated. Locate outlets and apparatus symmetrically
on floors, walls and ceilings where not dimensioned and coordinate such
locations with the Work of other trades to prevent interferences. Verify all
dimensions on the job. Do not scale the electrical drawings. Refer to Civil
drawings for dimensions as applicable.
1.05 PRODUCTS
A. General: Products are specified by manufacturer name, description, and/or
catalog number to show intended function and quality. Report discrepancies,
such as discontinued equipment or catalog numbers, to the Engineer prior to
bidding. If the Contractor is unable to interpret any part of the plans and/or
specifications, he shall notify the Engineer, who will issue interpretation and/or
additional clarifications to Bidders before the project is bid.
B. Manufacturers: Provide only equipment specified in the Contract Documents or
approved by addendum. Manufacturers' catalog numbers and descriptions
establish the quality of product required.
C. Warranty: Warranty shall be manufacturer’s standard or a minimum of one year
unless noted otherwise.
1.06 SUBSTITUTIONS
A. Obtain approval from Engineer on Substitutions.
1.07 QUALITY ASSURANCE
A. All materials shall be new, unless noted otherwise. Properly store all materials
and equipment for protection from physical damage or damage due to corrosion.
B. Review accessibility of equipment for operation, maintenance and repair prior to
installation. Proceed with installation only after unsatisfactory conditions have
been corrected.
C. Equipment Manufacturer Qualifications: Equipment manufacturers shall have at
least 10 years experience in manufacturing products and accessories similar to
those for this Project, with a record of successful in -service performance.
1.08 COORDINATION AND SCHEDULING
A. Coordinate and schedule electrical Work with the Work of other trades. Every
reasonable effort shall be made to prevent conflicts as to space requirements,
dimensions, locations, code required working spaces, access openings, drawout
and removal spaces or other matters tending to obstruct or delay the Work of
other trades. All changes caused by failure to coordinate shall be made at the
Contractor's expense.
ITEM 26 00 00 ELECTRICAL WORK GENERAL
Renton Municipal Airport (RNT) Electrical Work General City of Renton
Gate & Perimeter Security Upgrades 26 00 00 – 3 Technical Specifications
1.09 SAFETY AND PROTECTION
A. Safety Measures To Be Taken: The Engineer has not been retained or
compensated to provide design and construction review services relating to the
Contractor's safety precautions or to the means, methods, techniques,
sequences or procedures required for the Contractor to perform his Work. The
Contractor will be solely and completely responsible for conditions of the job site,
including safety of all persons and property during performance of the Work. This
requirement will apply continuously and not be limit ed to normal working hours.
The duty of the Engineer to conduct construction observations of the Contractor's
performance is not intended to include review of the adequacy of the Contractor's
safety measures, in, on or near the construction site. It shall be the Contractor's
responsibility to comply with applicable safety and health regulations for
construction. The Contractor shall consult with the state or federal safety
inspector for interpretation whenever in doubt as to whether safe conditions do or
do not exist or whether they are or are not in compliance with state or federal
regulations.
B. Protection: The Contractor shall take whatever measures are required to ensure
that electrical safety and protection are maintained, including the proper
covering, signage, and securing of “live” circuits.
C. The standard “Electrical Safety Rules” are as follows:
1. Work on Electrical circuits operating at over 50 volts, phase to ground, or
greater shall be conducted in accordance with NFPA 70E Energized
Electrical Work Restrictions.
2. Power Outages: Any essential outages required in the course of
construction, whether for temporary services, cutovers, or testing, shall be
closely coordinated with the Engineer and shall occur at times approved
by the Airport by means of shutdown notification request. Contractor to
identify all systems affected and provide copy of panel schedules of
panelboards affected by shutdown notification request.
3. Use of Red Safety Tags
a. For protection of personnel working on circuits, safety tags shall
be filled out and attached to any opened switch or equipment.
b. Equipment with a safety tag attached shall not be operated, and
connections with a safety tag attached shall not be changed.
4. All personnel working around energized electrical equipment shall comply
with NFPA 70 E per equipment labels. If no label is present personnel
shall wear standard insulated, non-conducting hard hats and shall wear
fire retardant garments with no metallic zipper fasteners.
5. Ladders used in any electrical Work shall be of wood or fiberglass
construction.
6. All panelboards, junction boxes, electrical devices and other similar
equipment which is being worked on and which have exposed live wires,
bus bars, or terminals operating above 50 volts shall be covered
adequately for the voltage with an electrical insulating material and
labeled with a “Caution” sign when Contractor personnel are not present.
ITEM 26 00 00 ELECTRICAL WORK GENERAL
Renton Municipal Airport (RNT) Electrical Work General City of Renton
Gate & Perimeter Security Upgrades 26 00 00 – 4 Technical Specifications
The Caution sign shall advise that exposed electrical parts are behind the
temporary protective cover.
1.10 ELECTRICAL SERVICE
A. Continuity of Service: Provide temporary service to existing systems as required
to maintain continuous operation without reducing equipment efficiency.
Coordinate the extent of temporary services with the Engineer.
B. Power Outages: Outages shall be kept to an absolute minimum. Any essential
outages required in the course of construction, whether for temporary services,
cutovers, or testing, shall be closely coordinated with the Engineer and shall
occur at times approved by the Airport.
1.11 DEMOLITION
A. General: De-energize circuits in demolition areas to ensure a safe condition.
B. Existing material that is not to be reused or is not requested by the Airport to be
retained shall be removed from the site and shall become the property of the
Contractor for salvage. All materials removed from the site shall be disposed of
at facilities licensed for the material.
C. In areas of where alterations are to be done, existing conduits may be reused ,
with the approval of the Engineer, in their original location, unless noted
otherwise.
1. Wiring that is discovered with damaged or deteriorating insulation shall be
replaced with new.
2. No existing conduit or wiring once removed may be reused, unless noted
otherwise.
D. Remove all unused exposed conduit except where located in or above existing
construction, which is not being altered and would require removal and
replacement of the existing construction.
1.12 ELECTRICAL EQUIPMENT INSTALLATION
A. Comply with standard procedures for environmental regulatory requirements,
quality control, construction facilities and temporary controls, traffic control,
access control, and signage requirements.
B. Provide electrical connection of all equipment having electrical requirements.
1. Make electrical connections in accordance with manufacturer's written
instructions, with recognized industry practices, and complying with
requirements of the National Electrical Code.
2. Verify all electrical loads (voltage, phase, full load amperes, number and
point of connections, minimum circuit capacity, etc.) for equipment
furnished under other divisions of this specification by reviewing
respective shop drawings furnished under each division.
3. Meet with each subcontractor furnishing equipment requiring electrical
service to review electrical characteristics for each equipment item before
rough-in begins. Report any variances from electrical characteristics
ITEM 26 00 00 ELECTRICAL WORK GENERAL
Renton Municipal Airport (RNT) Electrical Work General City of Renton
Gate & Perimeter Security Upgrades 26 00 00 – 5 Technical Specifications
noted on the electrical drawings to the Engineer before proceeding with
rough-in Work.
C. National Electrical Code Compliance: Comply with applicable portions of National
Electrical Code as to the type of products used and provisions for electrical
power connections.
D. Underwriters Laboratories acceptance: All material and equipment within the
scope of the UL Re-examination service shall be approved by Underwriters
Laboratories, Inc. for the purpose for which they are used and shall bear their
label.
E. Cutting and Patching: Provide and coordinate the locations of all openings
required in the building construction for installa tion of the Work.
1. Drill penetrations required through existing concrete slabs or walls with a
diamond core drill. In no case shall any structural member be cut.
2. Provide approved sleeves as required for electrical penetrations through
floors and walls. Seal all openings around conduits in sleeves with a
material of equal fire rating as the surface penetrated.
3. Obtain written approval from a Structural Engineer licensed in the State of
Washington prior to cutting any reinforcing bars.
4. Provide weekly updated Submittal Log of all penetrations and cuts
performed.
F. Equipment Bases and Fastening: Comply with manufacturer’s seismic anchorage
and bracing requirements.
G. Equipment Accessibility: Comply with applicable codes and install equipment to
be accessible for operation, maintenance or repair. Equipment deemed
inaccessible shall be reported to the Engineer, and relocated as directed.
H. Electrical Work Exposed to Weather: Provide weatherproof enclosures and
corrosion protection for all ferrous metal portions of electrical Work exposed to
weather, including conduit, clamps, supports, and hardware.
1. All galvanized electrical equipment exposed to the weather shall be
painted to prevent leaching of zinc into the stormwater system. Paint
coating shall be a minimum of 3 mils thick, and application as part of the
manufacturing process is preferred over painting in the field.
1.13 EARTHWORK
A. Existing Underground Utilities: Verify, before any excavation, the location of all
existing utilities in the area of new construction. Exercise extreme care with all
Work adjacent to these utilities. A designated representative of the Contractor
shall advise the Airport maintenance and Power Company where they can be
contacted in any emergency.
1. Review drawings and notify the Engineer of any deviations in duct runs to
avoid conflicts with existing utilities. Any changes in the Work resulting in
the same quantities of trenching material shall not entitle the Contractor to
any claim for an addition to this Contract.
ITEM 26 00 00 ELECTRICAL WORK GENERAL
Renton Municipal Airport (RNT) Electrical Work General City of Renton
Gate & Perimeter Security Upgrades 26 00 00 – 6 Technical Specifications
2. The Contractor is responsible for any damage done to existing utility
installations during the course of the Work. All damaged installations shall
be replaced to the satisfaction of the utility or agency involved at the
expense of the Contractor.
1.14 PROJECT FINALIZATION
A. Fully test and adjust all equipment installed under this specification and
demonstrate its proper operation.
B. Where circuits have been added, removed or relocated on panelboards, the
Contractor shall provide to the Airport as-built panel schedules in excel
format.
C. Present the Airport with Certificate of Inspection from the Authorities Having
Jurisdiction upon completion of the Work stating that all Work complies with all
applicable Codes and Ordinances.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
PART 4 MEASUREMENT AND PAYMENT
4.01 GENERAL
A. No separate measurement or payment will be made for the Work required by this
section. The cost for this portion of the Work will be considered incidental to, and
included in the payments made for bid item in the Lump Sum price bid under
Section 28 13 00-02 “Access Control System Hardware Installation”.
END OF SECTION 26 00 00
ITEM 26 05 19 600 VOLT OR LESS WIRE AND CABLE
Renton Municipal Airport (RNT) 600 Volt or Less Wire and Cable City of Renton
Gate & Perimeter Security Upgrades 26 05 19 – 1 Technical Specifications
PART 1 GENERAL
1.01 SUMMARY OF WORK
A. The extent and location of “600 Volt or Less Wire and Cable” Work is
shown in the Contract Documents. This section includes requirements for
insulated copper stranded conductors and associated connections for
general power and control use at voltages below 600 volts, for sizes #14
AWG through 750 kcmil.
1.02 GOVERNING CODES, STANDARDS AND REFERENCES
A. ASTM B3 (American Society for Testing and Materials) – Standard
Specification for Soft or Annealed copper Wire
B. ASTM B8 (American Society for Testing and Materials) – Standard
Specification for Concentric-Lay-Stranded Copper Conductors, Hard,
Medium-Hard, or Soft
C. NECA (National Electrical Contractors Association) - National Electrical
Installation Standards
D. NFPA 70 (National Fire Protection Association) – National Electrical Code
E. NETA (International Electrical Testing Association) – Acceptance Testing
Specifications
F. UL 44 (Underwriters Laboratories) – Thermoset-Insulated Wires and
Cables
G. UL 62 (Underwriters Laboratories) – Flexible Cords and Cables
H. UL 82 (Underwriters Laboratories) – Electric Gardening Appliances
I. UL 854 (Underwriters Laboratories) – Service-Entrance Cables
J. UL 1277 (Underwriters Laboratories) – Standard for Electrical Power and
Control Tray Cables with Optional Optical-Fiber Members
K. UL 1685 ( Underwriters Laboratories) – Standard for Vertical-Tray Fire-
Propagation and Smoke-Release Test for Electrical and Optical-Fiber
Cables
1.03 SUBMITTALS
A. Furnish manufacturers’ technical literature, standard details, product
specifications, and installation instructions for each type of product.
B. Submittals shall include the following:
1. Product Data: For each type of product.
2. Field Test Reports: Submit reports on tests required in Part 3.
1.04 QUALITY ASSURANCE
A. All wire and cable shall be new and made of copper. No aluminum wire
and cable allowed, unless otherwise noted.
ITEM 26 05 19 600 VOLT OR LESS WIRE AND CABLE
Renton Municipal Airport (RNT) 600 Volt or Less Wire and Cable City of Renton
Gate & Perimeter Security Upgrades 26 05 19 – 2 Technical Specifications
B. Listing and Labeling: Provide wire and cable that are Listed and Labeled
as defined in NFPA 70, Article 100 and marked for specific types, sizes,
and combinations of conductors and connected items.
C. Comply with NFPA 70.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver wire and cables according to NEMA WC 26.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide
products by one of the following:
1. Allied Wire and Cable
2. Brand-Rex Division of Leviton.
3. General Cable: Carol Brand.
4. Southwire Company.
5. Or Approved Equal
2.02 PRODUCTS
A. Provide wire and cable with conductor material and insulation type as
specified in Part 3.
B. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658.
C. Conductor Insulation: Comply with NEMA WC 70/ICEA S -95-658 for Type
THW-2, Type THHN-2-THWN-2, Type XHHW-2, Type UF, Type USE,
and Type SO.
D. Multiconductor Cable: Comply with NEMA WC 70/ICEA S -95-658 for,
mineral-insulated, metal-sheathed cable, Type MI, Type SO and, Type
USE with ground wire.
2.03 CONNECTORS AND SPLICES
A. UL listed, factory-fabricated wiring connectors of size, ampacity rating,
material, type, and class for application and service indicated. Comply
with Project’s installation requirements and as specified in Part 3 “Wire
and Insulation Applications” Article.
B. For #14 through #10 AWG wire sizes, provide insulated spring wire
connectors or insulated compression connectors.
C. For #8 AWG wire, use solderless pressure connectors with insulating
sleeves.
For #6 AWG and larger cable, use split bolt connectors with manufactured insulation covers or
tape sufficient to provide 150% insulation level. As an option, compression connectors are
acceptable using compression dies designed for the exact connector bein g used. Provide
insulating sleeves manufactured specifically for the connector being used.
ITEM 26 05 19 600 VOLT OR LESS WIRE AND CABLE
Renton Municipal Airport (RNT) 600 Volt or Less Wire and Cable City of Renton
Gate & Perimeter Security Upgrades 26 05 19 – 3 Technical Specifications
PART 3 EXECUTION
3.01 EXAMINATION
A. Examine raceways and building finishes, to receive wire and cable for
compliance with requirements for installation tolerances and other
conditions affecting performance of wire and cable. Do not proceed with
installation until unsatisfactory conditions have been corrected.
3.02 WIRE AND INSULATION APPLICATIONS
A. Use THHN/THWN stranded copper for all wet and dry interior locations.
B. Use XHHW stranded copper for all exterior locations.
C. Use RHW/USE stranded copper for all underground lighting applications.
D. Service Entrance: Type SE or Type USE multiconductor cable.
E. Exposed Feeders: SE, USE sunlight exposed rated conductors.
F. Grounding conductors: #6 AWG and larger shall be stranded copper,
bare soft drawn. #8 and smaller shall be stranded copper with green
insulation.
G. Provide plenum and/or tray rated cable where required by the application.
H. NO ALUMINUM WIRE ALLOWED.
I. Provide lead-free jacketing and/or insulation where available.
3.03 INSTALLATION
A. Remove existing wire from raceway before pulling in new wire and cable.
B. Install wire and cable as indicated and according to manufacturer’s
recommendations. Use NECA’s “National Electrical Installation
Standards” where applicable.
C. As standard practice, route control conductors in separate raceways from
power conductors. When dictated in contract document, control
conductors may be routed in power raceway under the following
conditions:
1. All conductor insulation shall have a voltage rating for the
highest voltage in the raceway.
2. The largest power conductor in the raceway is #4 or smaller.
D. Pull Conductors: Use manufacturer-approved pulling compound or
lubricant where necessary. Compound used must not deteriorate
conductors or insulation. Do not exceed manufacturer’s recommended
maximum pulling tensions and sidewall pressure values.
E. Use pulling means including fish tape, cable, rope, and basket -weave
wire/cable grips that will not damage cables or raceway.
F. For parallel conductors of a single phase, insure that conductor lengths
are equal by actual length comparison before installation.
ITEM 26 05 19 600 VOLT OR LESS WIRE AND CABLE
Renton Municipal Airport (RNT) 600 Volt or Less Wire and Cable City of Renton
Gate & Perimeter Security Upgrades 26 05 19 – 4 Technical Specifications
G. Minimum conductor size for lighting and power circuits shall be #12 AWG,
and for control circuits #14 AWG.
H. Provide dedicated neutrals for branch circuits. Shared neutrals shall not
be allowed.
I. All cables shall have their ends protected during installation.
J. Support cables using Hangers or other means as indicated.
K. Seal around cables penetrating fire -rated elements for Firestopping.
3.04 CONNECTIONS
A. Splices in raceways are not allowed. Splice only in junction or outlet
boxes in accessible locations.
B. Tighten electrical connectors and terminals according to manufacturer’s
published torque-tightening values. If manufacturer’s torque values are
not indicated, use those specified in UL 486A and UL 486B (per the
National Electrical Code Handbook Article 110.14).
1. For bolted connections in equipment, mark lugs after torquing with
red paint such that paint will be visibly disturbed if lugs are
disturbed. Use copper lugs only on main circuit breakers and
feeder breakers. No CU/AL lugs allowed.
C. Connect outlets and components to wiring and to ground as indicated and
instructed by manufacturer.
D. Make splices, terminations, and taps that are compatible with conductor
material and that possess equivalent or better mechanical strength and
insulation ratings than unspliced conductors.
E. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of
slack.
3.05 COLOR CODING AND PHASING
A. Provide colored insulation for wires #4 AWG or smaller.
B. Color code conductors for all feeders as indicated in subparagraphs
below. Provide a 2” wide minimum band of colored plastic tape, at
terminations when colored insulation is not available. Tape shall be UL
listed, flame retardant, with a maximum temperature withstand of at least
220°F, UV resistant, all weather vinyl plastic tape manufactured
specifically for the purpose of electrical conductor identification.
1. 120/240-Volt, 1-phase, 3-wire systems (non-standard):
Phase A Black
Phase B Red
Neutral White
ITEM 26 05 19 600 VOLT OR LESS WIRE AND CABLE
Renton Municipal Airport (RNT) 600 Volt or Less Wire and Cable City of Renton
Gate & Perimeter Security Upgrades 26 05 19 – 5 Technical Specifications
Ground Green
C. Control system color coding:
120 VAC Control Red
120 VAC Control Neutral White
DC Control (+) Blue
DC Control (-) Blue/White
Ground Green
3.06 IDENTIFICATION
A. Identify wires and cables with circuit names or numbers.
B. Provide wire markers on each conductor in pull boxes, junction boxes and
at all load connections.
3.07 FIELD QUALITY CONTROL
A. Coordinate installation and final testing with the Engineer.
B. Wire and Cable Tests: Test feeder and control circuits before they are
placed in service.
1. Procedures: Perform each visual and mechanical inspection and
electrical test stated in NETA Standard ATS, Section 7.3.2. Certify
compliance with test parameters.
2. 600-Volt Power Cable: Perform a continuity test for all cables.
Megger testing for one half minute is required for all 600 -volt
insulated wire #2 AWG and larger using a 500 -volt megger for
208- and 240-volt systems. Test between phase conductors and
from each conductor to ground before energizing service
equipment and panelboards. Determine the values with cable
disconnected at both ends. Megger wire and cable only after
installation, not on the cable reel. Replace cables that do not meet
manufacturer’s insulation resistance requirements.
a. Provide phasing tests:
(1) Test and make all changes necessary to assure
proper rotation of all motors.
(2) Correct phasing and phase sequence of all circuits
susceptible to being paralleled.
(3) Perform other such phasing tests as may be
required for the equipment being connected under
this Contract.
ITEM 26 05 19 600 VOLT OR LESS WIRE AND CABLE
Renton Municipal Airport (RNT) 600 Volt or Less Wire and Cable City of Renton
Gate & Perimeter Security Upgrades 26 05 19 – 6 Technical Specifications
b. Using a volt/ohm meter, test all power conductors below #2
AWG for possible continuity to ground.
3. Check all control wiring for tightness of terminal contacts and
continuity (especially current transformer leads) through each
“run” of control circuiting. Thoroughly verify all wiring by means of
battery-powered lights, buzzers, bells, or telephones. Afte r
completing these continuity checks and tests on a given control
circuit, attach a temporary cardboard tag on each end of cable
tested which bears the date and name of Contractor’s
representative responsible for checking. Follow this procedure for
each control circuit cable.
4. Correct deficiencies and retest to demonstrate compliance.
5. Record test information for all cables tested , and provide Engineer
with a copy.
PART 4 MEASUREMENT AND PAYMENT
4.01 GENERAL
A. No separate measurement or payment will be made for the Work required
by this section. The cost for this portion of the Work will be considered
incidental to, and included in the payments made for bid item in the Lump
Sum price bid under Section 28 13 00-02 “Access Control System
Hardware Installation” for the Project, “Airport Gates and Perimeter
Security Upgrade”.
END OF SECTION 26 05 19
ITEM 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Grounding and Bonding for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 26 – 1 Technical Specifications
PART 1 GENERAL
1.01 SUMMARY OF WORK
A. The extent and location of “Grounding and Bonding for Electrical
Systems” Work is shown in the Contract Documents. This section
includes grounding of electrical systems and equipment. Grounding
requirements specified in this section may be supplemented by special
requirements of systems described in other Sections.
1.02 GOVERNING CODES, STANDARDS AND REFERENCES
A. American Welding Society (AWS)
1. AWS A3.0 - Standard Welding Terms and Definitions
2. AWS A5.8 - Specification for Filler Metals for Brazing and Braze
Welding
3. AWS B2.1 - Specification for Welding Procedure and Performance
Qualification
B. American Society for Testing and Materials (ASTM)
1. B3 - Standard Specification for Soft or Annealed Copper Wire.
2. B8 - Standard Specification for Concentric-Lay-Stranded Copper
conductors, Hard, Medium-Hard, or Soft.
3. B187 - Standard Specification for Copper, Bus Bar, Rod and
Shapes and General Purpose Rod, Bar and Shapes.
C. Institute of Electrical and Electronics Engineers (IEEE)
1. IEEE 81 - Guide for Measuring Earth Resistivity, Ground
Impedance, and Earth Surface Potentials of a Ground System.
2. IEEE C2 - National Electrical Safety Code.
D. National Electrical Manufacturers Association (NEMA)
1. ANSI/NEMA GR 1 – Grounding Rod Electrodes and Grounding
Rod Electrode Couplings.
E. National Fire Protection Association (NFPA) -
1. NFPA 70 National Electrical Code.
2. ANSI/NFPA 780 - Standard for the Installation of Lightning
Protection Systems.
F. MIL-STD-889 Dissimilar Metals
G. Underwriters Laboratories (UL)
1. UL 467 - UL Standard for Safety Grounding and Bonding
Equipment
2. UL 546 – UL Outline of Investigation for Conductor Termination
Compounds
3. ANSI/UL 96 - Lightning Protection Components.
ITEM 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Grounding and Bonding for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 26 – 2 Technical Specifications
4. ANSI/UL 467 - Grounding and Bonding Equipment.
1.03 SUBMITTALS
A. Furnish manufacturers’ technical literature, standard details, product
specifications, calibration reports, and installation instructions for all
products.
B. Submittals shall include the following:
1. Submit product data for the following:
a. Grounding conductors and cables.
b. Grounding connectors.
c. Grounding electrodes.
d. Ground bus.
e. Exothermic weld kit.
2. Grounding plans and calculations for Contractor’s designed
ground system.
3. Submittal log of locations where Contractor will bond grounding
conductors to structural steel.
4. Field Test Reports: Submit written test reports to include the
following:
a. Test procedures used.
b. Test Equipment product data and calibration certification
c. Test results that comply with requirements.
d. Results of failed tests and corrective action taken to
achieve test results that comply with requirements.
e. Soil types and conditions where ground tests were
performed.
5. As-Built Data: Plans showing dimensioned as-built locations of
grounding features specified in "Field Quality Control" Article,
including the following:
a. Ground rods.
b. Ground rings.
c. Grounding arrangements and connections for separately
derived systems.
1.04 QUALITY ASSURANCE
A. Listing and Labeling: Provide electrical components, devices, and
accessories that are Listed and Labeled as defined in NFPA 70, Article
100, by a testing agency acceptable to the Authority Having Jurisdiction,
and marked for specific types, sizes, and com binations of conductors and
connected items.
B. Testing Agency Qualifications: Member company of NETA or an NRTL.
ITEM 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Grounding and Bonding for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 26 – 3 Technical Specifications
1. Testing Agency's Field Supervisor: Certified by NETA to supervise
on-site testing.
C. Comply with IEEE 837 and UL 467.
D. Comply with IEEE Std. 142 (Green Book).
E. Comply with NFPA 70.
F. Comply with IEEE C2 for overhead-line construction and medium-voltage
underground construction.
G. Comply with NFPA 780 and UL 96 when interconnecting with lightning
protection system.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide
products by one of the following:
1. Grounding Conductor Fittings:
a. nVent Erico
b. Chance/Hubbell.
c. Copperweld.
d. Burndy Electrical; Division of Hubbell.
e. Ideal Industries, Inc.
f. ILSCO.
g. Kearney/Cooper Power Systems.
h. Lyncole XIT Grounding; Division of VFC.
i. O-Z/Gedney Co.
j. Raco; Division of Hubbell.
k. Thomas & Betts, Electrical; Division of ABB.
l. Or Approved Equal.
2. Grounding Connectors and Rods:
a. Harger
b. Galvan Electrical
c. nVent Erico.
d. ILSCO.
e. Lyncole XIT Grounding; Division of VFC.
f. O-Z/Gedney.
g. Raco, Inc.; Division of Hubbell.
h. Thomas & Betts; Division of ABB.
ITEM 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Grounding and Bonding for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 26 – 4 Technical Specifications
i. Or Approved Equal.
3. Ground Bars
a. Harger GBI series.
b. Erico EGBA series.
c. Or Approved Equal.
2.02 GROUNDING CONDUCTORS
A. For insulated conductors, comply with Section 26 05 19 - 600 Volt or Less
Wire and Cable.
B. Material: Stranded Copper. ASTM B 8
C. Equipment Grounding Conductors: Insulated with green-colored
insulation in sizes available.
D. Isolated Ground Conductors: Insulated with green-colored insulation with
yellow stripe. On feeders with isolated ground, use colored tape,
alternating bands of green and yellow tape to provide a minimum of three
bands of green and two bands of yellow.
E. Grounding Electrode Conductors: Stranded cable.
F. Underground Conductors: Bare, tinned, stranded , except as otherwise
indicated.
G. Bare Copper Conductors: Assembly of stranded conductors, ASTM B8.
H. Copper Bonding Conductors:
1. Bonding Conductor: #6 or #8 AWG, stranded copper conductor,
sized per drawings.
2. Bonding Jumper: Bare copper tape, braided bare copper
conductors, terminated with copper ferrules; 1 -5/8 inches wide
and 1/16 inch thick.
3. Provide two inch band of green plastic marking tape at each
termination.
I. Bonding Straps: Soft copper.
2.03 CONNECTORS
A. Listed and labeled by an NRTL acceptable to Authority Having
Jurisdiction for applications in which used and for specific types, sizes,
and combinations of conductors and other items connected.
B. Exothermic Welds: Ensure the molds, materials and powder charges
used to make exothermic welds are the standard product of a single
manufacturer and listed by the manufacturer for use on the specific type,
size, quantity and configuration of conductors to which the weld is
applied.
C. Irreversible Compression Lugs: Provide irreversible compression lug type
connectors manufactured from tin-plated copper and installed using a
hydraulic compression tool and die to apply correct, uniformly distributed,
circumferential pressure. Ensure tools and dies are as recommended by
ITEM 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Grounding and Bonding for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 26 – 5 Technical Specifications
the irreversible compression lug type connector manufacturer. Use an
embossing die code or other standard method to provide visible indication
that a connector has been adequately compressed onto the conductor.
Apply irreversible compression lug type connectors in strict accordance
with the manufacturer's written instructions and published installation
instructions. Use 2-hole lug type connectors for connections to NEMA
cable pads and bus bars, and single-hole connectors otherwise.
D. Mechanical: Provide split bolt and clamp style mechanical type
connectors manufactured from copper listed by the manufacturer as
suitable for direct burial use. Ensure mechanical type connectors are
applied in strict accordance with the manufacturer's published installation
instructions.
E. Bus-Bar Connectors: Mechanical type, cast silicon bronze, solderless
compression-type wire terminals, and long-barrel, two-bolt connection to
ground bus bar.
2.04 GROUNDING ELECTRODES
A. Ground Rods: Solid copper clad steel, 3/4 -inch diameter by 10-feet
length.
B. Plate Electrodes: Copper, 0.10 inch thick minimum.
PART 3 EXECUTION
3.01 APPLICATION
A. Comply with NEC Article 250
1. Provide grounding system as required to obtain the
resistance noted in NEC Article 250-56 as a minimum.
B. Copper conductors for both insulated and bare grounding conductors in
direct contact with earth, concrete, masonry, crushed stone and similar
materials.
C. In raceways, use insulated equipment grounding conductors.
D. Exothermic-Welded Connections: Use for connections to structural steel
and for underground connections.
E. Irreversible Compression Lugs/Mechanical Connections: Use for
exposed connections inside manholes.
F. Equipment Grounding Conductor Terminations: Use bolted pressure
clamps.
G. Ground Rod Clamps at Manholes: Use bolted pressure clamps with at
least two bolts.
3.02 EQUIPMENT GROUNDING CONDUCTORS
A. Comply with NFPA 70, Article 250, for types, sizes, and quantities of
equipment grounding conductors, unless specific types, larger sizes, or
more conductors than required by NFPA 70 are indicated.
ITEM 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Grounding and Bonding for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 26 – 6 Technical Specifications
B. Install equipment grounding conductors in raceways with all feeders and
branch circuits unless otherwise noted.
C. Nonmetallic Raceways: Install an equipment grounding conductor in
nonmetallic raceways unless they are designated for data cables.
3.03 INSTALLATION
A. Ground Rods: Drive ground rods until tops are 2 inches below finished
floor or final grade. Interconnect ground rods with grounding electrode
conductors. Use exothermic welds, except as otherwise indicated. Make
connections without exposing steel or damaging copper coating.
B. Grounding Conductors: Route along shortest and straightest paths
possible. Avoid obstructing access or placing conductors where they may
be subjected to strain, impact, or damage.
C. Bonding Straps and Jumpers: Install so vibration by equipment mounted
on vibration isolation hangers and supports is not transmitted to rigidly
mounted equipment.
1. Use exothermic-welded connectors for outdoor locations, unless a
disconnect-type connection is required; then, use a bolted clamp.
2. Bond straps directly to the basic structure taking care not to
penetrate any adjacent parts.
3.04 CONNECTIONS
A. General: Make connections so galvanic action or electrolysis possibility is
minimized. Select connectors, connection hardware, conductors, and
connection methods so metals in direct contact will be galvanically
compatible.
1. Use electroplated or hot-tin-coated materials to ensure high
conductivity and to make contact points closer to order of galvanic
series.
2. Make connections with clean, bare metal at points of contact.
3. Make aluminum-to-steel connections with stainless-steel
separators and mechanical clamps.
4. Make aluminum-to-galvanized steel connections with tin-plated
copper jumpers and mechanical clamps.
5. Coat and seal connections having dissimilar metals with inert
material to prevent future penetration of moisture to contact
surfaces.
6. Tighten screws and bolts for grounding and bonding connectors
and terminals according to manufacturer’s published torque -
tightening values.
B. Exothermic-Welded Connections: Weld using the exothermic process
with procedures conforming to AWS A3.0M/A3.0, AWS B2.1/B2.1M, and
manufacturer's recommendation. Where dissimilar metals are to be joined
via exothermic weld, follow the weld kit manufacturer's recommendations
and published instructions. Ensure connections between dissimilar metals
ITEM 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Grounding and Bonding for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 26 – 7 Technical Specifications
do not produce galvanic action in accordance with MIL -STD-889. Use
welding processes of the exothermic fusion type that makes a connection
without corroding or loosening. Ensure process joins all strands and does
not cause the parts to be damaged or weakened. Completed connection
or joint is equal or larger in size than the conductors joined and has the
same current-carrying capacity as the largest conductor
C. Compression-Type Connections: Use hydraulic compression tools to
provide correct circumferential pressure for compression connectors. Use
tools and dies recommended by connector manufacturer. Provide
embossing die code or other standard method to make a vi sible indication
that a connector has been adequately compressed on the grounding
conductor.
D. Moisture Protection: If insulated grounding conductors are connected to
ground rods or grounding buses, insulate entire area of connection and
seal against moisture penetration of insulation and cable.
E. Equipment Grounding Conductor Terminations: For #8 AWG and larger,
use pressure-type grounding lugs. #10 AWG and smaller grounding
conductors may be terminated with winged pressure-type connectors.
F. Non-contact Metal Raceway Terminations: If metallic raceways terminate
at metal housings without mechanical and electrical connection to
housing, terminate each conduit with a grounding bushing. Provide
flexible grounding strap mounted to raceway exterior where raceway
crosses a seismic joint.
1. Connect grounding bushings with a bare grounding conductor to
grounding bus or terminal in housing.
2. Bond electrically non-continuous conduits at entrances and exits
with grounding bushings and bare grounding conductors, unless
otherwise indicated.
G. Connections at Ground Rods
1. Exposed: Mechanical Type Connection
2. Buried: Exothermic Welded Connection
3.05 IDENTIFICATION
A. Identify grounding system components as required by the Authority
Having Jurisdiction.
PART 4 MEASUREMENT AND PAYMENT
4.01 GENERAL
A. No separate measurement or payment will be made for the Work required
by this section. The cost for this portion of the Work will be considered
incidental to, and included in the payments made for bid item in the Lump
Sum price bid under Section 28 13 00-02 “Access Control System
Hardware Installation” for the Project, “Airport Gates and Perimeter
Security Upgrade”.
END OF SECTION 26 05 26
INTENTIONALLY LEFT BLANK
ITEM 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Hangers and Supports for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 29 – 1 Technical Specifications
PART 1 GENERAL
1.01 SUMMARY OF WORK
A. The extent and location of “Hangers and Supports for Electrical Systems”
Work is shown in the Contract Documents. This Section includes the
following:
1. Hangers and supports for electrical equipment and systems.
2. Construction requirements for concrete bases.
B. Definitions
1. EMT: Electrical metallic tubing.
2. IMC: Intermediate metal conduit.
3. RMC: Rigid metal conduit.
1.02 GOVERNING CODES, STANDARDS, AND REFERENCES
A. The publications listed below form a part of this specification to the
extent referenced. The publications are referred to within the text by
the basic designation only.
1. ASTM (American Society for Testing and Materials)
a. ASTM A325 – Structural Bolts, Steel, Heat Treated,
120/105 ksi Minimum Tensile Strength
b. ASTM A36/A36M – Carbon Structural Steel
c. ASTM A780 – Practice for Repair of Damaged and
Uncoated Areas of Hot-Dip Galvanized Coatings
d. ASTM A1011/A1011M – Steel, Sheet and Strip, Hot-
Rolled, Carbon, Structural, High-Strength Low-Alloy, High-
Strength Low-Alloy with Improved Formability, and Ultra-
High Strength
2. AWS (American Welding Society)
a. AWS D1.1/D1.1M – Structural Welding Code – Steel
3. MSS (Manufacturers Standardization Society of the Valve and
Fittings Industry)
a. MSS SP-58 Pipe Hangers and Supports – Materials,
Design, Manufacture, Selection, Application and
Installation
4. MFMA (Metal Framing Manufacturers Association)
a. MFMA-4 Metal Framing Standards Publication
5. NECA (National Electrical Contractors Association)
ITEM 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Hangers and Supports for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 29 – 2 Technical Specifications
a. NECA 1 – Standard Practice of Good Workmanship in
Electrical Construction
b. NECA 101 – Standard for Installing Steel Conduits (Rigid,
IMC, EMT)
6. NFPA (National Fire Protection Association)
a. NFPA 70 (National Fire Protection Association) –
National Electrical Code
7. OSHA (Occupational Safety & Health Administration )
a. OSHA 29 CFR 1910.7 – Occupational Safety and Health
Standards – Definition and requirements for a nationally
recognized testing laboratory
8. SSPC (The Society for Protective Coatings)
a. SSPC-PA 1 – Shop, Field, and Maintenance Painting of
Steel
1.03 SUBMITTALS
A. Furnish manufacturer’s technical literature, standard details, project
specifications, and installation instructions for all products.
1.04 QUALITY ASSURANCE
A. Comply with NFPA 70.
1.05 COORDINATION
A. Coordinate size and location of concrete bases with the project Engineer.
B. Coordinate installation of roof curbs, equipment supports, and roof
penetrations.
1.06 PERFORMANCE REQUIREMENTS
A. Design supports for multiple raceways capable of supporting combined
weight of supported systems and its contents.
B. Design equipment supports capable of supporting combined operating
weight of supported equipment and connected systems and components.
C. Wind-Restraint Loading:
1. Basic Wind Speed: 85mph.
2. Building Classification Category, depending on project
parameters.
PART 2 PRODUCTS
2.01 SUPPORT ANCHORAGE, AND ATTACHMENT COMPONENTS
A. Manufacturers: Subject to compliance with requirements, provide
products by one of the following:
ITEM 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Hangers and Supports for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 29 – 3 Technical Specifications
1. Cooper B-Line, Inc.
2. ERICO International Corporation.
3. Thomas & Betts Corporation.
4. Unistrut; Atkore International.
5. G-Strut; Gregory Industries.
6. Or Approved Equal.
7. Metallic Coatings: Hot-dip galvanized after fabrication and applied
according to MFMA-4.
8. Nonmetallic Coatings: Manufacturer's standard PVC,
polyurethane, or polyester coating applied according to MFMA -4.
9. Channel Dimensions: Selected for applicable load criteria.
B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.
All raceway and cable supports for both interior and exterior applications
shall be galvanized.
C. Conduit Support Devices: Galvanized steel hangers, clamps, and
associated fittings, designed for types and sizes of raceway or cable to be
supported.
D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly
consisting of threaded body and insulating wedging plug or plugs for non -
armored electrical conductors or cables in riser conduits. Plugs shall have
number, size, and shape of conductor gripping pieces as required to suit
individual conductors or cables supported. Body shall be malleable iron.
E. Mounting, Anchoring, and Attachment Components: Items for fastening
electrical items or their supports to building surfaces include the following:
1. Powder-Actuated Fasteners: Threaded-steel stud, for use in
hardened Portland cement concrete, steel, or wood, with tension,
shear, and pullout capacities appropriate for supported loads and
building materials where used.
2. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated
steel, for use in hardened Portland cement concrete with tension,
shear, and pullout capacities appropriate for supported loads and
building materials in which used.
a. Manufacturers: Subject to compliance with requirements,
provide products by one of the following:
(1) Cooper B-Line, Inc.
(2) Empire Tool and Manufacturing Co., Inc.
(3) Hilti, Inc.
(4) ITW Ramset/Red Head; Illinois Tool Works, Inc.
(5) MKT Fastening, LLC.
(6) Or Approved Equal
ITEM 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Hangers and Supports for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 29 – 4 Technical Specifications
3. Clip type conduit fasteners are NOT allowed. All fasteners and
clamps for conduit raceway support shall use mechanical bolted
type hardware.
4. Concrete Inserts: Steel or malleable -iron, slotted support system
units; complying with MFMA-4 or MSS SP-58.
5. Clamps for Attachment to Steel Structural Elements: MSS SP -58,
type suitable for attached structural element.
6. Through Bolts: Structural type, hex head, and high strength.
Comply with ASTM A325.
7. Toggle Bolts: All-steel springhead type.
8. Hanger Rods: Threaded galvanized steel.
2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES
A. Description: Welded or bolted, structural-steel shapes, shop or field
fabricated to fit dimensions of supported equipment.
B. Materials: All raceway, box and cable supports shall be galvanized
steel.
PART 3 EXECUTION
3.01 GENERAL
A. Coordinate concrete bases cibil work.
3.02 APPLICATION
A. Locations:
1. Indoor Dry Locations: Steel, zinc plated materials.
2. Outdoors and Damp Locations: Galvanized steel products.
B. Comply with NECA 1 and NECA 101 for application of hangers and
supports for electrical equipment and systems except if requirements in
this Section are stricter.
C. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway:
Space supports for EMT and RMC as required by NFPA 70. Minimum rod
size shall be 3/8 inch in diameter.
D. Multiple Raceways or Cables: Install trapeze -type supports fabricated
with 3/8 in rod minimum and 1-5/8 inch square preformed steel slotted
channel support system, sized so conduit capacity can be increased by at
least 25 percent in future without exceeding specified design load limits.
1. Secure raceways and cables to these supports with two -bolt
conduit clamps approved for application by an agency acceptable
to the authority having jurisdiction.
ITEM 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Hangers and Supports for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 29 – 5 Technical Specifications
E. Strength of Support Assemblies: Where not indicated, select sizes of
components so strength will be adequate to carry present and future
loads within specified loading limits.
3.03 SUPPORT INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except
as specified in this Article.
B. Coordinate the location of embedded connection hardware with
supported equipment attachment and mounting points and with
requirements for concrete reinforcement and formwork specified by
applicable Engineer of Record.
C. Raceways shall not be supported from ducts, pipes or other systems
foreign to the electrical installation. The entire electrical installation shall
be kept independent from any other trade.
D. Raceway Support Methods: In addition to methods described in NECA 1,
EMT and RMC may be supported by openings through structure
members, as permitted in NFPA 70.
1. Raceways shall be supported with heavy-duty on-hole pressed
steel straps on interior surfaces.
2. Support pendent mounted raceways on 3/8 inch rod with pear
shaped hanger or trapeze type hanger with 3/8 inch rod minimum
and 1-5/8 inch square pre-formed channel and pipe clamps.
3. Parallel surface mounted raceways shall be supported from 1-5/8
inch pre-formed channel and pipe clamps.
4. Multiple conduit runs shall be grouped and neatly racked on
trapeze hangers with spare room for minimum (2) ¾ inch future
conduits.
E. Strength of Support Assemblies: Where not indicated, select sizes of
components so strength will be adequate to carry present and future
static loads within specified loading limits. Determination shall be weight
of supported components plus 200 lb.
F. Equipment and Hanger Restraints:
1. Install resilient, bolt-isolation washers on equipment anchor bolts
where clearance between anchor and adjacent surface exceeds
0.125 inch.
G. Install cables so they do not bend across edges of adjacent equipment or
building structure.
H. Mounting and Anchorage of Surface -Mounted Equipment and
Components: Anchor and fasten electrical items and their supports to
building structural elements by the following methods unless otherwise
indicated by code:
ITEM 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Hangers and Supports for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 29 – 6 Technical Specifications
1. Install bushing assemblies for mounting bolts for wall-mounted
equipment, arranged to provide resilient media where equipment
or equipment-mounting channels are attached to wall.
2. Attachment to Structure: If specific attachment is not indicated,
anchor bracing to structure at flanges of beams, at upper truss
chords of bar joists, or at concrete members.
3. Attachment to New Concrete: Bolt to channel type concrete
inserts or use expansion anchors.
4. Attachments to Existing Concrete: Use expansion anchors.
5. Holes for Expansion Anchors in Concrete: Drill at locations and to
depths that avoid reinforcing bars.
6. To Metal Stud Structures: Fasten with sheet metal screw or bolted
fasteners.
7. To Structural Walls or Slabs: Fasten with steel expansion shells
and bolts. Provide flush concrete insert for multiple raceway
support system.
8. Structural Steel: Bolt to heavy duty beam clamps on flanges of
beams and columns, or on upper truss chords or bar joists.
9. Architectural Walls or Masonry Walls: Fasten with toggle bolts or
molly screws.
10. Provide flush concrete insert for multiple raceway support system.
11. Attachments to Wood Structural Members: Install bolts through
members.
12. Attachments to Hollow Walls: Bolt to slotted steel channels
fastened to wall with expansion anchors.
I. Drilled-in Anchors:
1. Identify position of reinforcing steel and other embedded items
prior to drilling holes for anchors. Do not damage existing
reinforcing or embedded items during coring or drilling. Notify the
Structural Engineer if reinforcing steel or other embedded items
are encountered during drilling. Locate and avoid prestressed
tendons, electrical and telecommunications conduit, and gas lines.
2. Do not drill holes in concrete or masonry until concrete, mortar, or
grout has achieved full design strength.
3. Wedge Anchors: Protect threads from damage during anchor
installation. Heavy-duty sleeve anchors shall be installed with
sleeve fully engaged in the structural element to which anchor is
to be fastened.
4. Adhesive Anchors: Clean holes to remove loose material and
drilling dust prior to installation of adhesive. Place adhesive in
holes proceeding from the bottom of the hole and progressing
ITEM 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Hangers and Supports for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 29 – 7 Technical Specifications
toward the surface in such a manner as to avoid introduction of air
pockets in the adhesive.
5. Set anchors to manufacturer's recommended torque using a
torque wrench.
6. Install zinc-coated steel anchors for interior and stainless-steel
anchors for exterior applications.
3.04 INSTALLATION OF FABRICATED METAL SUPPORTS
A. Cut, fit, and place miscellaneous metal supports accurately in location,
alignment, and elevation to support and anchor electrical materials and
equipment.
B. Field Welding: Comply with AWS D1.1/D1.1M.
3.05 CONCRETE BASES
A. Construct concrete bases of dimensions indicated. Concrete bases must
not be less than 4” larger in both directions than supported unit to insure
anchors will be a minimum of 10 bolt diameters from edge of the base.
B. Use 3000-psi, 28-day compressive-strength concrete.
C. Anchor equipment to concrete base.
1. Place and secure anchorage devices. Use supported equipment
manufacturer's setting drawings, templates, diagrams,
instructions, and directions furnished with items to be embedded.
2. Install anchor bolts to elevations required for proper attachment to
supported equipment.
3. Install anchor bolts according to anchor-bolt manufacturer's written
instructions.
3.06 ADJUSTING
A. Adjust restraints to permit free movement of equipment within normal
mode of operation.
3.07 PAINTING
A. Touchup: Clean field welds and abraded areas of shop paint. Paint
exposed areas immediately after erecting hangers and supports. Use
same materials as used for shop painting. Comply with SSPC -PA 1
requirements for touching up field -painted surfaces.
1. Apply paint by brush or spray to provide minimum dry film
thickness of 2.0 mils.
B. Galvanized Surfaces: Clean welds, bolted connections, and abraded
areas and apply galvanizing-repair paint to comply with ASTM A780.
PART 4 MEASUREMENT AND PAYMENT
4.01 GENERAL
ITEM 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
Renton Municipal Airport (RNT) Hangers and Supports for Electrical Systems City of Renton
Gate & Perimeter Security Upgrades 26 05 29 – 8 Technical Specifications
A. No separate measurement or payment will be made for the Work required
by this section. The cost for this portion of the Work will be considered
incidental to, and included in the payments made for bid item in the Lump
Sum price bid under Section 28 13 00-02 “Access Control System
Hardware Installation” for the Project, “Airport Gates and Perimeter
Security Upgrade”.
END OF SECTION 26 05 19
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 1 Technical Specifications
PART 1 GENERAL
1.01 SUMMARY OF WORK
A. The extent and location of “Raceways and Boxes” Work is shown in the Contract
Documents. This section includes raceways, fittings and boxes for electrical
wiring.
1. Raceways include the following:
a. Rigid Metal Conduit (RMC).
b. Electrical Metallic Tubing (EMT).
c. Flexible Metal Conduit (FMC).
d. Liquidtight Flexible Metal Conduit (LFMC)
e. Rigid Nonmetallic Conduit (RNC).
2. Boxes include the following:
a. Device boxes.
b. Outlet boxes.
c. Pull and junction boxes.
1.02 GOVERNING CODES, STANDARDS AND REFERENCES
A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated
B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated
C. ANSI C80.5 - Rigid Aluminum Conduit
D. NECA (National Electrical Contractors Association) - National Electrical
Installation Standards
E. NEMA FB 1 (National Electrical Manufacturers Association) - Fittings, Cast Metal
Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing (EMT) and
Cable.
F. NEMA OS 1 (National Electrical Manufacturers Association) - Sheet-steel Outlet
Boxes, Device Boxes, Covers, and Box Supports
G. NEMA OS 2 (National Electrical Manufacturers Association) - Nonmetallic Outlet
Boxes, Device Boxes, Covers and Box Supports
H. NEMA TC 3 (National Electrical Manufacturers Association) - PVC Fittings for
Use with Rigid PVC Conduit and Tubing
I. NEMA 250 (National Electrical Manufacturers Association) - Enclosures for
Electrical Equipment (1000 Volts Maximum)
J. NFPA 70 (National Fire Protection Association) - National Electrical Code
1.03 SUBMITTALS
A. Furnish manufacturers’ technical literature, standard details, product
specifications, and installation instructions for all products.
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 2 Technical Specifications
B. Submittals shall include the following:
1. Product Data: For Conduit, hinged -cover enclosures, and cabinets.
2. Conduit, Wireways and fittings.
1.04 QUALITY ASSURANCE
A. Listing and Labeling: Provide raceway and boxes that are Listed and Labeled as
defined in NFPA 70, Article 100, by a testing agency acceptable to the Authority
Having Jurisdiction, and marked for intended use for the location and
environment in which they are installed.
B. Comply with NECA’s “National Electrical Installation Standards.”
C. Comply with NFPA 70, as adopted and administered by the Authority Having
Jurisdiction.
1.05 COORDINATION
A. Raceway and boxes are shown on drawings in approximate locations unless
dimensioned. Locate raceway and boxes as shown and at other locations where
required for splices, taps, wire pulling, equipment connections, and compliance
with regulatory requirements. Coordinate layout and installation of raceways and
boxes with other construction elements to ensure adequate headroom, working
clearance, and access, and to complete the wiring system.
PART 2 PRODUCTS
2.01 METAL CONDUIT AND TUBING
A. Rigid Steel Conduit (RMC): ANSI C80.1.
B. Rigid Aluminum Conduit (RMC): ANSI C80.5. For use with 400Hz systems only.
C. Electrical Metallic Tubing (EMT): ANSI C80.3.
D. Intermediate Metallic Conduit (IMC) is not allowed.
E. Flexible Metal Conduit (FMC): Zinc-coated non-reduced wall steel.
F. Liquidtight Flexible Metal Conduit (LFMC): Flexible steel conduit with PVC jacket.
G. Fittings: NEMA FB 1; compatible with conduit/tubing materials.
1. Fittings for EMT: Steel Compression type. Setscrew type is not allowed.
2.02 NONMETALLIC CONDUIT AND TUBING
A. Rigid Nonmetallic Conduit (RNC/PVC): NEMA TC 2, Schedule 40 or 80 PVC.
B. RNC Fittings: NEMA TC 3; match to conduit or conduit/tubing type and material.
2.03 OUTLET AND DEVICE BOXES
A. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures,
and cabinets installed in wet locations shall be listed for use in wet locations.
B. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.
C. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy,
Type FD, with gasketed cover and threaded hubs.
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 3 Technical Specifications
D. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C.
E. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire
weighing 50 lb. Outlet boxes designed for attachment of lumina ires weighing
more than 50 lb. shall be listed and marked for the maximum allowable weight.
F. Box extensions used to accommodate new building finishes shall be of same
material as recessed box.
G. Device Box Dimensions: 4 inches square by 2 -1/8 inches deep.
2.04 PULL AND JUNCTION BOXES
A. Small Sheet Metal Boxes: NEMA OS 1, galvanized steel.
B. Cast-Metal Boxes: NEMA FB 1, cast aluminum with gasketed cover, ground
flange and stainless steel cover screws.
C. Sheet Steel Gauge Requirements (Any Direction):
1. Less than 24”: 14 USS gauge.
2. 24” to 36”: 12 USS gauge.
3. 36” or larger: 10 USS gauge.
2.05 ENCLOSURES AND CABINETS
A. Hinged 110° Swing Opening Cover Enclosures:
1. Comply with UL 50 and NEMA 250, Type 1 for interior applications and
NEMA 3R, 4 or 4X for exterior applications or as indicated in contract
documents.
2. For pullboxes and enclosures larger than 24” x 24”:
a. Indoor: cover shall have continuous hinge with flush latch unless
otherwise indicated. 110° swing opening.
b. Outdoor: cover shall have three-point hinge with flush latch.
B. Cabinets:
1. NEMA 250, Type 3R, 4X or 12 galvanized-steel box with removable
interior panel and removable front, finished inside and out with
manufacturer's standard enamel.
2. Hinged door in front cover with flush latch and concealed hinge.
3. Key latch to match panelboards.
4. Metal barriers to separate wiring of different systems and voltage.
C. Metal Enclosures: Steel, finished inside and out with manufacturer's standard
enamel.
2.06 TERMINAL BLOCKS
A. Clamp or screw terminals sized for maximum conductor size
B. Separate connection point for each conductor
C. 10% spare terminal points
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 4 Technical Specifications
D. Individual identification for each terminal block
E. Phenolic block separators or barriers shall be used to isolate low -voltage and
control terminations from analog and DC circuits.
2.07 FLEXIBLE INNERDUCTS
A. Provide 3” 3-cell Fabric innerduct in 3” conduits for fiber cable. Use one cell to
pull each cable. Cells to have pre-installed color coded pre-installed pull tapes
2.08 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING
A. Description:
1. General Requirements for Handholes and Boxes:
a. Boxes and handholes for use in underground systems shall be
designed and identified as defined in NFPA 70 (NEC), for
intended location and application.
b. Boxes installed in wet areas shall be listed and labeled as defined
in NFPA 70 (NEC), by a qualified testing agency, and marked for
intended location and application.
c. Comply with handhole requirements in Section 26 05 43
Underground Ducts and Manholes.
2. Fiberglass Handholes and Boxes: Fiberglass Handholes and Boxes:
Molded of fiberglass-reinforced polyester resin, with frame and covers of
reinforced concrete or cast iron.
a. Standard: Comply with SCTE 77.
b. Color of Frame and Cover: Gray.
c. Configuration: Designed for flush burial with closed bottom unless
otherwise indicated.
d. Cover: Weatherproof, secured by tamper-resistant locking devices
and having structural load rating consistent with enclosure and
handhole location.
e. Cover Finish: Nonskid finish shall have a minimum coefficient of
friction of 0.50.
f. Cover Legend: Molded lettering, "ELECTRIC.".
g. Conduit Entrance Provisions: Conduit-terminating fittings shall
mate with entering ducts for secure, fixed installation in enclosure
wall.
h. Handholes 18 Inches Wide by 24 Inches Long and Larger: Have
inserts for cable racks and pulling -in irons installed before
concrete is poured.
3. Manufacturers:
a. Armorcast Products Company.
b. Carson Industries LLC.
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 5 Technical Specifications
c. NewBasis.
d. Nordic Fiberglass, Inc.
e. Oldcastle Precast, Inc.; Christy Concrete Products.
f. Quazite: Hubbell Power System, Inc.; Hubbell Power Systems.
g. Or Approved Equal.
PART 3 EXECUTION
3.01 EXAMINATION
A. Examine surfaces to receive raceways and boxes for compliance with installation
tolerances and other conditions affecting performance of raceway installation. Do
not proceed with installation until unsatisfactory conditions have been corrected.
3.02 EXISTING WORK
A. Remove exposed abandoned raceway. Cap/plug penetrations abandoned by the
project.
B. Disconnect abandoned outlets and remove devices. Remove abandoned outlets
if raceway servicing them is abandoned and removed. Provide blank cover for
abandoned outlets which are not removed.
C. Ensure access to existing boxes and other installations which remain active and
which require access. Modify installation or provide access panel as appropriate.
D. Extend existing raceway and box installations using materials and methods as
specified.
E. Clean and repair existing raceway and boxes which remain or are to be
reinstalled.
3.03 WIRING METHODS
A. Outdoors: Use the following wiring methods:
1. Exposed: Rigid steel conduit (RMC) where exposed tp damage. In area
not subjected to abuse, EMT with water tight fittings. Use rigid steel
conduit for exposed stub ups from below grade. Paint to match structure.
2. Boxes: Type shall be as specified in the drawings. NEMA 3R in non -
corrosive, non-dusty outdoor locations, NEMA 4 in interior or exterior
dusty or dirty locations, NEMA 4X in interior and exterior corrosive
locations.
B. Indoors: Use the following wiring methods:
1. Exposed: Rigid steel conduit (RMC) or electrical metallic tubing (EMT).
2. Concealed: Rigid steel conduit (RMC) or electrical metallic tubing (EMT).
a. Use EMT in sizes 1/2” to 1-1/2” only, except larger EMT may be
used for communications wiring such as telephone or fire alarm
systems.
b. Power raceways 2-inches and larger shall be rigid steel conduit.
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 6 Technical Specifications
3. Damp or Wet Locations: Rigid steel conduit (RMC) or EMT with watertight
fittings.
4. Boxes: NEMA 250, Type 1, except as follows:
a. Damp or Wet Locations: NEMA 250, Type 4, stainless steel.
b. Indoor Dusty Locations: NEMA 12
c. Damp or Wet and Corrosive Locations: NEMA 250, Type 4X,
stainless steel.
d. Hazardous Locations: NEMA 250, Type 7.
3.04 INSTALLATION
A. Install raceways and boxes as indicated, according to manufacturer’s written
instructions. Use raceway fittings compatible with raceways and suitable for use
and location.
B. Seal all conduits which pass through the building roof, through outside walls of
the building above or below grade, and through floor slabs on grade. Seal on the
end inside the building using a pliable duct -sealing mastic, non-hardening
compound packed around the wire in the conduit. Compound shall be a type
specially designed for such service on electrical wiring systems, shall be non -
combustible and shall have the approval of the code -enforcing agency.
C. Install raceways to preserve the fire resistance rating of partitions and other
elements using approved materials and methods.
D. Firestopping. Apply firestopping to cable and raceway penetrations of fire -rated
floor and wall assemblies as required to reestablish the original fire -resistance
rating.
E. Clip type conduit fasteners are not allowed. All fasteners and clamps for
conduit and raceway support shall be bolted mechanical hardware type.
F. Raceways:
1. Minimum Raceway Size:
a. 1/2” trade size for end use devices and communications.
b. 3/4” trade size for homeruns or as specified, conduit embedded in
slabs, and for outdoor applications.
2. Cut conduit square using a saw or pipe cutter and ream to remove burrs.
3. Use hydraulic one-shot conduit bender or factory elbows for bends in
conduit larger than 2-inch size.
4. Conceal conduit and EMT, unless otherwise indicated, within finished
walls, ceilings, and floors.
a. Run concealed raceways, with a minimum of bends, in the
shortest practical distance considering the type of building
construction and obstructions, unless otherwise indicated.
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 7 Technical Specifications
5. Conduits shall not be supported from ducts, pipes or other systems
foreign to the electrical installation. The entire electrical installation shall
be kept independent from any other trade.
6.
7. Run concealed raceways with a minimum of bends, in the shortest
practical distance considering type of building construction and
obstructions. Install no more than the equivalent of four 90 -degree bends
in any conduit run except for control wiring conduits, for which fewer
bends are allowed. Support within 12 inches of changes in direction.
8. Flexible Conduit: Comply with NEMA RV 3. Use a maximum of 72 inches
of flexible conduit for recessed and semi-recessed luminaires, equipment
subject to vibration, noise transmission, or movement; and for
transformers and motors. Flexible conduit is also allowed at expansion
joints. Any other use of flexible conduit must be approved by the
Engineer. Install a separate external ground connector ac ross flexible
connections. See Section 26 05 26 – Grounding.
a. Use LFMC in damp or wet locations subject to severe physical
damage.
9. Install raceways parallel and perpendicular to structure and at proper
elevations. Group multiple conduit runs and neatly rack and support from
the structure. Provide adequate headroom.
a. Maintain 6-inches minimum clearance between raceways and
mechanical piping and 12-inches minimum to heat sources such
as flues, steam piping and heating appliances. Install horizontal
raceway runs above water and steam piping.
b. Give right of way to raceways and piping systems installed at a
required slope.
c. Keep electrical conduits free from contact with other dissimilar
metals.
10. Stub-up Connections: Extend conduits through concrete floor for
connection to freestanding equipment.
a. Protect stub-ups from damage where conduits rise through floor
slabs. Arrange so curved portion of bends is not visible above the
finished slab.
b. Install with an adjustable top or coupling threaded inside for plugs
set flush with the finished floor.
c. Extend conductors to equipment with rigid steel conduit; FMC may
be used 6 inches above the floor.
d. Install screwdriver-operated, threaded flush plugs flush with floor
for future equipment connections.
11. Flexible Connections:
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 8 Technical Specifications
a. Use a maximum of 6 feet of flexible conduit for recessed and
semi-recessed lighting fixtures. Use a maximum of 18” for
equipment subject to vibration, noise transmission or movement,
and for all motors. Use liquidtight flexible conduit in wet or damp
locations.
b. Install combination deflection/expansion fittings, including bonding
jumper, where raceway system crosses building seismic, control
or expansion joints.
12. Avoid moisture traps. Provide junction box with drain fitting at low points
in conduit system.
13. Install raceway sealing fittings according to manufacturer’s written
instructions. Locate fittings at suitable, approved, and accessible
locations and fill them with UL-listed sealing compound. For concealed
raceways, install each fitting in a flush steel box with a blank cover plate
having a finish similar to that of adjacent plates or surfaces. Install
raceway sealing fittings at the following points:
a. Where otherwise required by NFPA 70 (NEC).
14. Terminations: Where raceways are terminated with locknuts and
bushings, align raceways to enter squarely and install locknuts with
dished part against the box.
a. Where raceways are terminated with threaded hubs, screw
raceways or fittings tightly into the hub so the end bears against
the wire protection shoulder. Where chase nipples are used, align
raceways so the coupling is square to the box and tighten the
chase nipple so no threads are exposed.
15. Use temporary closures to prevent foreign matter from entering raceways.
16. Complete raceway installation before starting conductor installation.
17. Install pull-ropes in empty raceways except at sleeves and nipples. Use
#14 AWG zinc-coated steel or monofilament plastic line with not less than
200-lb tensile strength. Leave at least 12 inches of slack at each end of
the pull wire.
18. Surface Conduits: Install a separate, green, ground conductor in conduits
from junction box supplying the conduits to receptacle or fixture ground
terminals.
a. Select each surface raceway outlet box, to which a lighting fixture
is attached, of sufficient diameter to provide a seat for the fixture
canopy.
b. Where a surface raceway is used to supply a fluorescent lighting
fixture having central-stem suspension with a backplate and a
canopy (with or without extension ring), no separate outlet box is
required.
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 9 Technical Specifications
c. Provide surface metal raceway outlet box, and the backplate and
canopy, at the feed-in location of each fluorescent lighting fixture
having end-stem suspension.
d. Where a surface metal raceway extension is made from an
existing outlet box on which a lighting fixture is installed, no
additional surface-mounted outlet box is required. Provide a
backplate slightly smaller than the fixture canopy.
G. Outlet Box Installation:
1. Provide cast outlet boxes in exterior or wet locations.
2. Provide recessed outlet boxes in finished areas.
a. Do not install boxes back-to-back in walls.
b. Provide 6-inch minimum separation; 24-inch in acoustic rated
walls.
3. Sectional boxes are not permitted.
4. Where receptacle boxes and telecom devices are adjacent to one
another, install receptacles not closer than 6” to and not greater than 12”
from telecom device.
5. Support boxes independently of raceway. Mount device boxes to wall
studs using blocking material behind the box to insure that the box will
remain square to the finished wall surface.
6. Outlet and device boxes mounted in masonry walls shall be set at the
bottom or top of a masonry unit course.
7. Support boxes of three gangs or more from more than one side by
spanning two framing members or mounting on brackets specifically
designed for the purpose.
8. Provide cast outlet boxes in exterior or wet location. Conduit shall not
enter the top or sides of exterior wall outlet boxes. Conduit shall enter
bottom only.
H. Pull and Junction Box Installation:
1. Provide as required to facilitate installation of the Work or as required by
NFPA 70 (NEC).
2. Locate so that covers are accessible at all times.
3. Support boxes independently of raceway. Fasten junction and pull boxes
to or support from building structure.
3.05 GROUNDING
A. Provide grounding connections for raceway, boxes, and components as specified
in Section 26 05 26 - Grounding and as required by NFPA 70 (NEC).
3.06 IDENTIFICATION
A. Provide labels for raceway, boxes, and components .
B. Raceways for low-voltage circuits:
ITEM 26 05 33 RACEWAYS AND BOXES
Renton Municipal Airport (RNT) Raceways and Boxes City of Renton
Gate & Perimeter Security Upgrades 26 05 33 – 10 Technical Specifications
1. Accessible Raceways within Buildings: Identify the covers of each
junction and pull box with self-adhesive vinyl labels with the wiring system
legend and system voltage per Airport standards.
2. Provide labels at all ends or breaks in conduit runs such as electrical
rooms, junction boxes, pull boxes, cabinets, maintenance holes, fire
penetrations, etc.
3. Provide labels on each conduit entering junction or pull box within 12” of
junction or pull box.
4. Provide labels at 25 foot maximum intervals along conduit runs.
5. Provide labels on all junction and pullboxes, including in accessible
ceiling spaces and exposed in unfinished areas. Refer to specification
sections for identification requirements for systems contained within.
6. Install labels parallel to equipment lines.
7. Labels in finished locations shall be adhesive -backed plastic machine
printed labels, minimum 3/8 inch high, white with black letters.
8. Lettering shall be a minimum of ¼” high.
9. In finished locations, provide labels on inside of junction or pull box cover.
10. Label power junction and pull boxes with power source and circuit
numbers.
3.07 PROTECTION
A. Provide final protection and maintain conditions, in a manner acceptable to
manufacturer and installer that ensure coatings and finishes are without damage
or deterioration at the time of Substantial Completion.
1. Repair damage to galvanized finishes with zinc-rich paint recommended
by manufacturer.
2. Repair damage to PVC or paint finishes with matching touchup coating
recommended by manufacturer.
3.08 CLEANING
A. On completion of installation, including outlet fittings and devices, inspect
exposed finish. Remove burrs, dirt, and construction debris and repair damaged
finish, including chips, scratches, and abrasions.
PART 4 MEASUREMENT AND PAYMENT
4.01 GENERAL
A. No separate measurement or payment will be made for the Work required by this
section. The cost for this portion of the Work will be considered incidental to, and
included in the payments made for bid item in the Lump Sum price bid under
Section 28 13 00-02 “Access Control System Hardware Installation” for the
Project, “Airport Gates and Perimeter Security Upgrade”.
END OF SECTION 26 05 33
ITEM 26 27 16 CABINETS AND ENCLOSURES
Renton Municipal Airport (RNT) Cabinets and Enclosures City of Renton
Gate & Perimeter Security Upgrades 26 27 16 – 1 Technical Specifications
PART 1 GENERAL
1.01 SUMMARY OF WORK
A. The extent and location of “Cabinets and Enclosures” Work is shown in the
Contract Documents. This section includes hinged cover enclosures, cabinets,
terminal blocks, and accessories.
1.02 GOVERNING CODES, STANDARDS AND REFERENCES
A. NECA (National Electrical Contractors Association) - National Electrical
Installation Standards
B. NEMA 250 (National Electrical Manufacturers Association) - Enclosures for
Electrical Equipment (1000 Volts Maximum)
C. NEMA ICS 4 (National Electrical Manufacturers Association) – Application
Guideline for Terminal Blocks.
D. NFPA 70 (National Fire Protection Association) - National Electrical Code
1.03 SUBMITTALS
A. Furnish manufacturers’ technical literature, standard details, product
specifications, and installation instructions for all products.
B. Submittals shall include the following:
1. Product Data: For enclosures, cabinets, and terminal blocks.
2. Manufacturer’s Installation Instructions, including storage, handling,
protection, examination, preparation, and installation of product.
1.04 QUALITY ASSURANCE
A. Listing and Labeling: Provide products that are Listed and Labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to the Authority Having
Jurisdiction, and marked for intended use for the location and environment in
which they are installed.
B. Comply with NECA’s “National Electrical Installation Standards.”
C. Comply with NFPA 70, as adopted and administered by the Authority Having
Jurisdiction.
PART 2 PRODUCTS
2.01 HINGED COVER ENCLOSURES
A. Construction: NEMA 250, Type 1, except as noted below, with continuous hinge
cover and flush latch. Key latch to match panelboards.
1. Metal Enclosures: Steel, finished inside and out with manufacturer’s
standard enamel.
2. Nonmetallic Enclosures: PVC or fiberglass, finished inside with radio -
frequency-resistant paint.
3. Application in other than NEMA 250, Type 1 environments:
ITEM 26 27 16 CABINETS AND ENCLOSURES
Renton Municipal Airport (RNT) Cabinets and Enclosures City of Renton
Gate & Perimeter Security Upgrades 26 27 16 – 2 Technical Specifications
a. Indoor Dusty Locations: NEMA 12.
b. Damp or Wet Locations: NEMA 3R.
c. Outdoor dirty/oily and washdown locations such as Aircraft
Operations Areas: NEMA 4, stainless steel.
d. Damp or Wet and Corrosive Locations: NEMA 250, Type 4X,
stainless steel.
2.02 CABINETS
A. Cabinets: NEMA 250, Type 1, except as noted below, galvanized steel box with
removable interior panel and removable front, finished inside and out with
manufacturer’s standard enamel.
1. Hinged door in front cover with flush latch and concealed hinge. Key latch
to match panelboards.
2. Include metal barriers to separate wiring of different systems and voltage.
3. Include accessory feet where required for freestanding equipment.
4. Application in other than NEMA 250, Type 1 environments:
a. Indoor Dusty Locations: NEMA 12.
b. Damp or Wet Locations: NEMA 3R.
c. Outdoor dirty/oily and washdown locations such as Aircraft
Operations Areas: NEMA 4, stainless steel.
2.03 TERMINAL BLOCKS
A. Minimum 600-volt rating for 480-volt circuits.
B. Clamp or screw terminals sized for maximum conductor size.
C. Separate connection point for each conductor.
D. Ten percent spare terminal points.
E. Individual identification for each terminal block.
F. Phenolic block separators or barriers to isolate low-voltage and control
terminations from analog and DC circuits.
G. Terminal Blocks: NEMA ICS 4.
H. Power Terminals: Unit construction type with closed back and tubular pressure
screw connectors, rated 600 volts.
I. Signal and Control Terminals: Modular construction type, suitable for channel
mounting, with tubular pressure screw connectors, rated 300 volts.
J. Provide ground bus terminal block, with each connector bonded to enclosure.
2.04 PLASTIC RACEWAY
A. Plastic channel with hinged or snap -on cover.
ITEM 26 27 16 CABINETS AND ENCLOSURES
Renton Municipal Airport (RNT) Cabinets and Enclosures City of Renton
Gate & Perimeter Security Upgrades 26 27 16 – 3 Technical Specifications
PART 3 EXECUTION
3.01 EXAMINATION
A. Examine surfaces to receive enclosures, and cabinets for compliance with
installation tolerances, access and working clearances. Do not proceed with
installation until unsatisfactory conditions have been corrected.
3.02 EXISTING WORK
A. Remove abandoned cabinets and enclosures. Patch surfaces.
B. Maintain access to existing cabinets and enclosures and other installations which
remain active and which require access. Modify installation to provide access as
appropriate.
C. Extend existing cabinets and enclosures using materials and methods as
specified.
D. Clean and repair existing cabinets and enclosures which remain or are to be
reinstalled.
3.03 INSTALLATION
A. Install enclosures and cabinets as indicated, according to manufacturer’s written
instructions and in accordance with NECA “National Electrical Installation
Standards.”
3.04 IDENTIFICATION
A. Provide labels for enclosures and components as specified in Section 26 05 53 -
Electrical Identification.
B. Control Panels: Include panel designation, power source location, panel
designation and circuit number.
C. Equipment used in emergency systems shall be labeled “Suitable for use on
emergency systems” per NEC 700-3.
3.05 PROTECTION
A. Provide final protection and maintain conditions, in a manner acceptable to
manufacturer and Installer that ensure coatings, finishes, and cabinets are
without damage or deterioration at the time of Substantial Completion.
1. Repair damage to finishes with matching touchup coating recommended
by manufacturer.
3.06 CLEANING
A. On completion of installation, clean electrical parts and remove conductive and
harmful materials
B. Remove dirt and debris from enclosure.
C. Clean finishes and touch up damage.
ITEM 26 27 16 CABINETS AND ENCLOSURES
Renton Municipal Airport (RNT) Cabinets and Enclosures City of Renton
Gate & Perimeter Security Upgrades 26 27 16 – 4 Technical Specifications
PART 4 MEASUREMENT AND PAYMENT
4.01 GENERAL
A. No separate measurement or payment will be made for the Work required by this
section. The cost for this portion of the Work will be considered incidental to, and
included in the payments made for bid item in the Lump Sum price bid under
Section 28 13 00-02 “Access Control System Hardware Installation” for the
Project, “Airport Gates and Perimeter Security Upgrade”.
END OF SECTION 26 27 16
ITEM 26 27 26 WIRING DEVICES
Renton Municipal Airport (RNT) Wiring Devices City of Renton
Gate & Perimeter Security Upgrades 26 27 26 – 1 Technical Specifications
PART 1 GENERAL
1.01 SUMMARY OF WORK
A. The extent and location of “Wiring Devices” Work is shown in the Contract
Documents. This section includes requirements for receptacles, plugs, switches,
cover plates, poke-through assemblies, and telephone/power service poles.
B. Definitions
1. GFCI: Ground-fault circuit interrupter.
2. SPD: Surge Protective Device.
3. TVSS: Transient voltage surge suppressor.
1.02 GOVERNING CODES, STANDARDS AND REFERENCES
A. NEMA WD 1 (National Electrical Manufacturers Association) – General Color
Requirements for Wiring Devices.
B. NFPA 70 (National Fire Protection Association) - National Electrical Code
C. UL (Underwriter Laboratories) listed.
1.03 SUBMITTALS
A. Furnish manufacturers’ technical literature, standard details, product
specifications, and installation instructions for all products.
B. Submittals shall include the following:
1. Product Data: For each type of product.
2. Shop Drawings: Legends for receptacles and switch plates.
1.04 QUALITY ASSURANCE
A. Listing and Labeling: Provide electrical components, devices, and accessories
that are Listed and Labeled as defined in NFPA 70, Article 100, by a testing
agency acceptable to the Authority Having Jurisdiction, and marked for intended
use for the location and environment in which they are installed.
B. Comply with NEMA WD 1.
C. Comply with NFPA 70, as adopted and administered by the Authority Having
Jurisdiction.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
1. Specification Grade Receptacles/Special Purpose Receptacles
a. Cooper Crouse Hinds.
b. Appleton Electrical Products.
ITEM 26 27 26 WIRING DEVICES
Renton Municipal Airport (RNT) Wiring Devices City of Renton
Gate & Perimeter Security Upgrades 26 27 26 – 2 Technical Specifications
c. Killark; Division of Hubbell.
d. Or Approved Equal.
2. Wiring Devices:
a. Bryant.
b. Hubbell Inc.
c. Leviton Manufacturing Co.
d. Or Approved Equal.
3. Ground Fault Circuit Interrupters:
a. Arrow Hart; Division of Cooper Industries.
b. Hubbell Inc.
c. Pass & Seymour; Division of Legrand.
d. Leviton Manufacturing Co.
e. Bryant.
f. Or Approved Equal.
2.02 RECEPTACLES
A. Provide receptacles with UL, CSA, or ETL label required.
B. Straight-Blade Receptacles: Single-piece, rivetless, nickel-plated, all-brass
grounding system. Nickel-plated, brass mounting strap.
1. Rating: 20-ampere (15-ampere receptacles are not acceptable).
2. Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498,
and FS W-C-596.
3. Duplex, industrial specification grade.
4. Colors and materials are subject to Architects’ special requirements, but
in general:
a. Public Areas: Gray with brushed stainless steel plate.
C. GFCI Receptacles: Straight blade, feed-through or non-feed-through type. All
receptacles downstream from a feed -through type GFCI receptacle shall be
labeled “GFCI Protected”.
1. Trip Rating: 5 mA.
2. Feed-through type, with integral NEMA WD 6, Configuration 5-20R
duplex receptacle arranged to protect connected downstream
receptacles on the same circuit. Comply with NEMA WD 1, UL 498, UL
943 Class A, and FS W-C-596.
3. Include indicator light that shows when the GFCI has malfunctioned and
no longer provides proper GFCI protection.
ITEM 26 27 26 WIRING DEVICES
Renton Municipal Airport (RNT) Wiring Devices City of Renton
Gate & Perimeter Security Upgrades 26 27 26 – 3 Technical Specifications
4. Designed for installation in a 2-3/4 inch deep outlet box without an
adapter.
D. TVSS Receptacles: Duplex type, Straight blade, 125 V, 20 A, NEMA WD 1,
NEMA WD 6, UL 498, UL 1449, and FS W-C-596, Configuration 5-20R, with
integral TVSS in line to ground, line to neutral, and neutral to ground.
1. TVSS Components: Multiple metal-oxide varistors; rated a nominal clamp
level of 400 transient-suppression voltage and minimum single transient
pulse energy dissipation of 240 J line to neutral, and 70 J line to ground
and neutral to ground, according to IEEE C62.41.2 and IEEE C62.45.
2. Active TVSS Indication: Light visible in face of device to indicate device
as “active” or “no longer active.”
3. Identification: Distinctive marking on face of device denotes TVSS-type
unit.
2.03 COVER PLATES
A. Single and combination types match corresponding wiring device colors (subject
to Architect’s special requirements).
B. Plate-Securing Screws: Metal with head color to match plate finish.
C. Public Areas (Such as Restrooms): Type 302, satin-finished stainless steel.
brushed
D. Unfinished Spaces (Such as Utility Tunnels, Bagwells, Warehouse Spaces, etc.):
Galvanized Steel.
E. Exterior Areas or Damp Locations: Weatherproof with while-in-use cover.
F. Provide gang plates for two or more devices mounted together.
PART 3 EXECUTION
3.01 INSTALLATION
A. Standard Mounting Heights: Comply with NECA 1, unless noted otherwise on
drawings:
1. Wall Switches: 48” above finished floor.
2. Convenience Outlets: 18” above finished floor, 6” above counters.
B. Install devices and assemblies plumb and secure.
C. Protect installed devices and their boxes. Do not place wall finish materials over
device boxes and do not cut holes for boxes with routers that are guided by riding
against outside of boxes.
D. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement,
concrete, dust, paint, and other material that may contaminate the raceway
system, conductors, and cables.
E. Install device boxes in brick or block walls so that the cover plate does not cross
a joint unless the joint is troweled flush with the face of the wall.
F. Install wall plates when painting is complete.
ITEM 26 27 26 WIRING DEVICES
Renton Municipal Airport (RNT) Wiring Devices City of Renton
Gate & Perimeter Security Upgrades 26 27 26 – 4 Technical Specifications
G. Conductors:
1. Do not strip insulation from conductors until right before they are spliced
or terminated on devices.
2. Strip insulation evenly around the conductor using tools designed for the
purpose. Avoid scoring or nicking of solid wire or cutting strands from
stranded wire.
3. The length of free conductors at outlets for devices shall meet provisions
of NFPA 70, Article 300, without pigtails.
4. Existing Conductors:
a. Cut back and pigtail, or replace all damaged conductors.
b. Straighten conductors that remain and remove corrosion and
foreign matter.
c. Pigtailing existing conductors is permitted, provided the outlet box
is large enough
H. Replace devices that have been in temporary use during construction and that
were installed before building finishing operations were complete.
I. Keep each wiring device in its package or otherwise protected until it is time to
connect conductors.
J. Connect devices to branch circuits using pigtails that are not less than 6 inches in
length.
K. When there is a choice, use side wiring with binding -head screw terminals. Wrap
solid conductor tightly clockwise, two -thirds to three-fourths of the way around
terminal screw.
L. Use a torque screwdriver when a torque is recommended or required by
manufacturer.
M. When conductors larger than No. 12 AWG are installed on 15 - or 20-A circuits,
splice No. 12 AWG pigtails for device connections.
N. Tighten unused terminal screws on the device.
O. When mounting into metal boxes, remove the fiber or plastic washers used to
hold device-mounting screws in yokes, allowing metal-to-metal contact.
P. Install wall dimmers to achieve indicated rating after derating for ganging as
instructed by manufacturer. Verify dimmers used for fan speed control are listed
for that application.
Q. Do not share the neutral conductor on the load side of dimmers.
R. Arrangement of Devices: Unless otherwise indicated, mount flush, with long
dimension vertical, and grounding terminal of receptacles on the bottom. Group
adjacent switches under single, multi-gang wall plates. Located telecom devices
within 6” of power receptacles.
S. Protect devices and assemblies during painting.
ITEM 26 27 26 WIRING DEVICES
Renton Municipal Airport (RNT) Wiring Devices City of Renton
Gate & Perimeter Security Upgrades 26 27 26 – 5 Technical Specifications
T. Adjust locations at which floor service outlets and telephone/power service poles
are installed to suit arrangement of partitions and furnishings
3.02 IDENTIFICATION
A. Receptacles: Identify panelboard and circuit number from which receptacle is
served.
1. Label receptacles downstream from a feed-through type GFCI receptacle
“GFCI PROTECTED.”
2. For duplex receptacles on UPS power, provide label that reads “UPS”.
3.03 CONNECTIONS
A. Connect wiring device grounding terminal to outlet box with bonding jumper.
B. Connect wiring device grounding terminal to branch-circuit equipment grounding
conductor.
C. All standard, TVSS, and GFCI receptacles shall be grounded via a separate
green equipment ground wire connected to the panelboard ground bus. Metallic
raceway shall not be the sole equipment ground current path.
D. Maintain consistent polarity for power and common terminals on all receptacles.
E. Test GFCI receptacles per manufacturer’s recommendations.
3.04 FIELD QUALITY CONTROL
A. Test wiring devices for proper polarity and ground continuity. Operate each
device.
B. Percent Voltage Drop under 15 -A Load: A value of 6 percent or higher is
unacceptable.
C. Line Voltage: Acceptable range is 105 to 132 V.
D. Ground Impedance: Values of up to 2 ohms are acceptable.
E. Check TVSS receptacle indicating lights for normal indication.
F. Test GFCI operation with both local and remote fault simulations according to
manufacturer’s written instructions. Test for tripping values specified in UL 1436
and UL 943.
G. Wiring device will be considered defective if it does not pass tests and
inspections.
H. Replace damaged or defective components.
3.05 CLEANING
A. Internally clean devices, device outlet boxes, and enclosures. Replace stained or
improperly painted wall plates or devices.
PART 4 MEASUREMENT AND PAYMENT
4.01 GENERAL
ITEM 26 27 26 WIRING DEVICES
Renton Municipal Airport (RNT) Wiring Devices City of Renton
Gate & Perimeter Security Upgrades 26 27 26 – 6 Technical Specifications
A. No separate measurement or payment will be made for the Work required by this
section. The cost for this portion of the Work will be considered incidental to, and
included in the payments made for bid item in the Lump Sum price bid under
Section 28 13 00-02 “Access Control System Hardware Installation” for the
Project, “Airport Gates and Perimeter Security Upgrade”.
END OF SECTION 26 27 26
ITEM 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS
Renton Municipal Airport (RNT) Enclosed Switches and Circuit Breakers City of Renton
Gate & Perimeter Security Upgrades 26 28 16 – 1 Technical Specifications
PART 1 GENERAL
1.01 SUMMARY OF WORK
A. The extent and location of “Enclosed Switches and Circuit Breakers” Work is
shown in the Contract Documents. This section includes individually mounted
enclosed switches and circuit breakers used for the following:
1. Service disconnecting means.
2. Motor and equipment disconnecting means.
B. Definitions
1. GFCI: Ground-fault circuit interrupter.
2. RMS: Root mean square.
3. SPDT: Single pole, double throw.
1.02 GOVERNING CODES, STANDARDS AND REFERENCES
A. NEMA AB 1 (National Electrical Manufacturers Association) - Molded Case
Circuit Breakers.
B. NEMA FU1 (National Electrical Contractors Association ) - Low Voltage Cartridge
Fuses.
C. NEMA KS 1 (National Electrical Contractors Association) - Enclosed and
Miscellaneous Distribution Equipment Switches (600 Volts Maximum).
D. NETA ATS (International Electrical Testing Association) - Acceptance Testing
Specifications for Electrical Power Distribution Equipment and Systems
(International Electrical Testing Association).
E. NFPA 70 (National Fire Protection Associat ion) - National Electrical Code.
1.03 SUBMITTALS
A. Furnish manufacturers’ technical literature, standard details, product
specifications, and installation instructions for all products.
B. Submittals shall include the following:
1. Product Data: For each type of switch, circuit breaker, accessory, and
component indicated. Include dimensions and manufacturers’ technical
data on features, performance,characteristics, ratings, and finishes.
1.04 QUALITY ASSURANCE
A. Listing and Labeling: Provide components, devices and accessories that are
Listed and Labeled as defined in NFPA 70, Article 100 and marked for intended
use for the location and environment in which they are installed.
1. Service Entrance: Switches and circuit breakers identified for use as
service equipment shall be labeled for this application.
B. Comply with NEMA AB 1 and NEMA KS 1.
C. Comply with NFPA 70, as adopted and administered by the Authority Having
Jurisdiction.
ITEM 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS
Renton Municipal Airport (RNT) Enclosed Switches and Circuit Breakers City of Renton
Gate & Perimeter Security Upgrades 26 28 16 – 2 Technical Specifications
1.05 PROJECT CONDITIONS
A. Environmental Limitations: Rate equipment for continuous operation under the
following conditions, unless otherwise indicated:
1. Ambient Temperature: Not less than minus 22°F (minus 30°C) and not
exceeding 104°F (40°C).
1.06 COORDINATION
A. Coordinate installation of switches, circuit breakers, and components with other
construction, including conduit, piping, equipment, and adjacent surfaces.
Maintain required workspace clearances and required clearances for equipment
access doors and panels.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
1. Cutler-Hammer; Division of Eaton.
2. General Electric.
3. Square D.; Schneider Electric.
4. Siemens.
5. Or Approved Equal.
2.02 ENCLOSED CIRCUIT BREAKERS
A. Molded-Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet
available fault currents.
1. Current-Limiting Circuit Breakers: Frame sizes 400A and smaller; let -
through ratings less than NEMA FU 1, RK-5.
2. GFCI Circuit Breakers: Single- and two-pole configurations with [5] [30]
mA trip sensitivity.
2.03 ENCLOSURES
A. NEMA AB 1, NEMA KS 1 and UL 50 to meet environmental conditions of
installed location.
1. Indoor Clean Locations: NEMA 250, Type 1.
2. Outdoor Locations: NEMA 250, Type 3R.
3. Corrosive Locations: NEMA 250, Type 4X, stainless steel.
2.04 FACTORY FINISHES
A. Manufacturer’s standard prime-coat finish ready for field painting.
ITEM 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS
Renton Municipal Airport (RNT) Enclosed Switches and Circuit Breakers City of Renton
Gate & Perimeter Security Upgrades 26 28 16 – 3 Technical Specifications
PART 3 EXECUTION
3.01 EXAMINATION
A. Examine elements and surfaces to receive enclosed switches and circuit
breakers for compliance with installation tolerances and other conditions affecting
performance.
1. Proceed with installation only after unsatisfactory conditions have been
corrected.
3.02 EQUIPMENT INSTALLATION
A. Comply with NFPA 70 working space requirements and NECA 1.
B. Standard Mounting Height: Install individual wall-mounted switches and circuit
breakers with tops at uniform height unless otherwise indicated. Operating
handle typically at 5’-0” above grade or finished floor.
C. Mount on substantial structure and secure to meet seismic zone 3 requirements.
Comply with mounting and anchoring requirements specified in Section 26 05 48
- Seismic Controls for Electrical and Communication Work.
3.03 IDENTIFICATION
A. Identify field-installed conductors, interconnecting wiring, and components .
B. Install enclosure nameplate with switch or circuit breaker designation, power
source, source location, voltage, load served and load location.
3.04 CONNECTIONS
A. Install equipment grounding connections for switches and circuit breakers with
ground continuity to main electrical ground bus.
B. Install power wiring. Install wiring between switches and circuit breakers, and
control and indication devices.
C. Tighten electrical connectors and terminals according to manufacturer’s
published torque-tightening values. If manufacturer’s torque values are not
indicated, use those specified in UL 486A and UL 486B.
1. Mark lugs after torquing with red paint such that paint will be visibly
disturbed if lugs are disturbed.
3.05 CLEANING
A. On completion of installation, inspect interior and exterior of enclosures. Remove
paint splatters and other spots. Vacuum dirt and debris; do not use compressed
air to assist in cleaning. Repair exposed surfaces to match original finish.
3.06 OPERATION AND MAINTENANCE MANUALS
A. Provide Operations and Maintenance Data.
PART 4 MEASUREMENT AND PAYMENT
4.01 GENERAL
A. No separate measurement or payment will be made for the Work required by this
section. The cost for this portion of the Work will be considered incidental to, and
ITEM 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS
Renton Municipal Airport (RNT) Enclosed Switches and Circuit Breakers City of Renton
Gate & Perimeter Security Upgrades 26 28 16 – 4 Technical Specifications
included in the payments made for bid item in the Lump Sum price bid under
Section 28 13 00-02 “Access Control System Hardware Installation” for the
Project, “Airport Gates and Perimeter Security Upgrade”.
END OF SECTION 26 28 16
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 1 Technical Specifications
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, apply to this Section.
B. Work performed by other contractors, construction of pathway.
1.2 SUMMARY
A. SCOPE OF WORK
The Contractor shall provide materials and labor required for the fiber and copper cabling
as indicated in the drawings.
B. Section Includes:
1. UTP cabling.
2. Single-mode optical fiber cabling.
3. Coaxial cabling.
4. Low-voltage control cabling.
5. Identification products.
1.3 DEFINITIONS
A. BICSI: Building Industry Consulting Service International.
B. EMI: Electromagnetic interference.
C. IDC: Insulation displacement connector.
D. Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than
50 V or for remote-control and signaling power-limited circuits.
E. Open Cabling: Passing telecommunications cabling through open space (e.g., between
the studs of a wall cavity).
F. RCDD: Registered Communications Distribution Designer.
1.4 GOVERNING CODES, STANDARDS AND REFERENCES
A. TIA-440 - Optic Fiber Terminology
B. TIA-455 - General Requirements for Standard Test Procedures for Optical Fibers,
Cables, Transducers, Sensors, Connecting and Terminating Devices, and other Fiber
Optic Components.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 2 Technical Specifications
C. TIA-526 - Standard Test Procedures for Fiber Optic Systems
D. TIA -568 (Set) - Commercial Building Telecommunications Cabling Standard
E. TIA-569 - Telecommunications Pathways and Spaces
F. TIA -598 – Optical Fiber Cable Color Coding
G. TIA -606 – Administration Standard for the Telecommunications Infrastructure
H. NFPA 70 - National Electrical Code (NEC)
I. UL 444 – Communication Cables
J. UL 910 – Test Method for Fire and Smoke Characteristics of Electrical and Optical Fiber
Cables Used in Air-Handling Spaces.
K. UL 1666 – Standard Test for Flame Propagation Height of Electrical and Optical Fiber
Cables Installed Vertically in Shafts.
L. Washington State Department of Labor & Industries
1.5 ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include the following installation data for each type used:
a. Nominal OD.
b. Minimum bending radius.
c. Maximum pulling tension.
d. Cable Test Results
e. Certification that the cable will be installed by a certified installation
contractor.
f. Documentation that termination crafts-people are properly trained for optical
fiber termination and testing, and high -performance data cable termination
and testing. Documentation may be from a technical school, manufacturer’s
school, or labor union training.
1.6 INFORMATIONAL SUBMITTALS
A. Source quality-control reports.
B. Field quality-control reports.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Test cables upon receipt at Project site.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 3 Technical Specifications
1. Test optical fiber cable on reels. Use an optical time domain reflectometer (OTDR)
to verify the cable length and locate cable defects, continuity, splices, and
connector; include the loss value of each. Retain test data and include the record
in maintenance data.
2. Test each pair of UTP cable for open and short circuits.
1.8 FIELD CONDITIONS
A. Do not install conductors and cables that are wet, moisture damaged, or mold damaged.
1. Indications that wire and cables are wet or moisture damaged include, but are not
limited to, discoloration and sagging of factory packing materials.
PART 2 - PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
A. Surface-Burning Characteristics: Comply with ASTM E 84.
1. Flame-Spread Index: 25 or less.
2. Smoke-Developed Index: 450 or less.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, and marked for intended location and application.
2.2 UTP CABLE
A. Manufacturers: Subject to compliance with requirements or a comparable product from
manufacturers listed.
1. ADC.
2. AMP Netconnect; a brand of Tyco Electronics Corporation.
3. Belden Inc.
4. Berk-Tek; a Nexans company.
5. CommScope, Inc.
6. Draka Cableteq USA.
7. Genesis Cable Products; Honeywell International, Inc .
8. Mohawk; a division of Belden Networking, Inc.
9. Superior Essex Inc.
10. SYSTIMAX Solutions; a CommScope, Inc. brand .
11. 3M; Communication Markets Division.
B. Description: 100-ohm, four-pair UTP, covered with a blue thermoplastic jacket.
1. Comply with ICEA S-90-661 for mechanical properties.
2. Comply with TIA/EIA-568-B.1 for performance specifications.
3. Comply with TIA/EIA-568-B.2, Category 6a.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 4 Technical Specifications
4. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as
complying with UL 444 and NFPA 70 for the following types:
a. Communications, General Purpose: Type CM or CMG.
b. Communications, Plenum Rated: Type CMP, complying with NFPA 262.
c. Communications, Riser Rated: Type CMR, complying with UL 1666.
d. Multipurpose: Type MP or MPG.
e. Multipurpose, Plenum Rated: Type MPP, complying with NFPA 262.
f. Multipurpose, Riser Rated: Type MPR, complying with UL 1666.
2.3 UTP CABLE HARDWARE
A. Manufacturers: Subject to compliance with requirements or comparable product by one
of the following:
1. ADC.
2. American Technology Systems Industries, Inc.
3. AMP Netconnect; a brand of Tyco Electronics Corporation.
4. Belden Inc.
5. Dynacom Inc.
6. Hubbell Incorporated; Hubbell Premise Wiring.
7. Leviton Commercial Networks Division .
8. Molex Premise Networks; a division of Molex, Inc.
9. Panduit Corp.
10. Siemon.
B. UTP Cable Connecting Hardware: IDC type, using modules designed for punch -down
caps or tools. Cables shall be terminated with connecting hardware of the same category
or higher.
C. Connecting Blocks: 110-style for Category 6a. Provide blocks for the number of cables
terminated on the block, plus 25 percent spare. Integral with connector bodies, including
plugs and jacks where indicated.
2.4 OPTICAL FIBER CABLE
A. Manufacturers: Subject to compliance with requirements or comparable product by one
of the following:
1. AMP Netconnect; a brand of Tyco Electronics Corporation.
2. Belden Inc.
3. Berk-Tek; a Nexans company.
4. CommScope, Inc.
5. Corning Incorporated; Corning Cable Systems.
6. CSI Technologies Inc.
7. General Cable Technologies Corporation .
8. Mohawk; a division of Belden Networking, Inc.
9. Superior Essex Inc.
10. SYSTIMAX Solutions; a CommScope, Inc. brand .
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 5 Technical Specifications
11. 3M; Communication Markets Division.
B. Description: Single mode, 96/24/12/ strands fiber, tight buffer, optical fiber cable.
1. Comply with ICEA S-83-596 for mechanical properties.
2. Comply with TIA/EIA-568-B.3 for performance specifications.
a. General Purpose, Nonconductive: Type OFN or OFNG.
b. Plenum Rated, Nonconductive: Type OFNP, complying with NFPA 262.
c. Riser Rated, Nonconductive: Type OFNR, complying with UL 1666.
d. General Purpose, Conductive: Type OFC or OFCG.
3. Maximum Attenuation: 1.5 dB/km for 1310 nm or 0.4 – 1.0 dB/km for1550 nm.
C. Jacket:
1. Jacket Color: Yellow for single mode cable.
2. Cable cordage jacket, fiber, unit, and group color shall be according to TIA -598-D.
3. Imprinted with fiber count, fiber type, and aggregate length at regular intervals not
to exceed 40 inches.
2.5 OPTICAL FIBER CABLE HARDWARE
A. Manufacturers: Subject to compliance with requirements, or comparable product by one
of the following:
1. ADC.
2. American Technology Systems Industries, Inc.
3. Belden Inc.
4. Berk-Tek; a Nexans company.
5. Corning Incorporated; Corning Cable Systems.
6. CSI Technologies Inc.
7. Dynacom Inc.
8. Hubbell Incorporated; Hubbell Premise Wiring.
9. Molex Premise Networks; a division of Molex, Inc.
10. Siemon.
B. Cable Connecting Hardware: Meet the latest Optical Fiber Connector Intermateability
Standards (FOCIS) specifications of TIA-604-2-B, TIA-604-3-B, and TIA/EIA-604-12.
Comply with TIA/EIA-568-D.
1. Quick-connect, simplex and duplex, Type SC/Type ST/Type LC connectors.
Insertion loss not more than 0.75 dB.
2. Fusion splicing – provide 96/24/12 strand fiber splicing kits, splice kit to adhere to
industry standards such as outlined by Fiber Optic Association (FOA) and the
National Electric Contractors Association (NECA). Insertion loss to be less than
0.1 dB, and Return Loss better than -35 dB.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 6 Technical Specifications
3. Fiber Optic Patch Panel – Mountable in equipment enclosure, capable of minimum
12 fiber connections, front end accessible, outdoor rated, complies with industry
standards such as ISO/IEC.
4. Media converter – Supports 100/1000 Mbps, Single Mode Fiber Connector
capable of accepting SC, ST or LC, outdoor rated, PoE or external AC adapter.
2.6 FIBER OPTIC PATCH CORDS
A. Contractor shall include duplex patch cords for 25% of the strands installed.
B. Description: Optical fiber patch cords for use with patch panels .
C. Specification: Fiber type: Single-mode
a. Patch cord outside diameter: 3.0mm ,
b. Patch cord minimum length: 3m ,
c. Connectors of same specifications as the one used in the patch panels.
d. Cords shall meet or exceed the minimum mechanical and optical
characteristics for optical fiber patch cords as specified in ANSI/TIA/EIA -
568-C.3.
e. Configuration: 2-strand, Duplex construction; to match optical patch panel
connector type.
f. Acceptable manufacturers:
Systimax Solution;
Corning, or approved equal
2.7 COAXIAL CABLE
A. General Coaxial Cable Requirements: Broadband type, recommended by cable
manufacturer specifically for broadband data transmission applications. Coaxial cable
and accessories shall have 75 -ohm nominal impedance with a return loss of 20 dB
maximum from 7 to 806 MHz.
B. RG-11/U: NFPA 70, Type CATV.
1. No. 14 AWG, solid, copper-covered steel conductor.
2. Gas-injected, foam-PE insulation.
3. Double shielded with 100 percent aluminum polyester tape and 60 percent
aluminum braid.
4. Jacketed with sunlight-resistant, black PVC or PE.
5. Suitable for outdoor installations in ambient temperatures ranging from minus 40
to plus 85 deg C.
C. RG-6/U: NFPA 70, Type CATV or CM.
1. No. 16 AWG, solid, copper-covered steel conductor; gas-injected, foam-PE
insulation.
2. Double shielded with 100 percent aluminum -foil shield and 60 percent aluminum
braid.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 7 Technical Specifications
3. Jacketed with black PVC or PE.
4. Suitable for indoor installations.
D. RG59/U: NFPA 70, Type CATV.
1. No. 20 AWG, solid, copper-covered steel conductor; gas-injected, foam-PE
insulation.
2. Double shielded with 100 percent aluminum polyester tape and 40 percent
aluminum braid.
3. PVC jacket.
E. NFPA and UL Compliance: Coaxial cables shall be listed and labeled by an NRTL
acceptable to authorities having jurisdiction as complying with UL 1655, and with
NFPA 70 "Radio and Television Equipment" and "Community Antenna Television and
Radio Distribution" Articles. Types are as follows:
1. CATV Cable: Type CATV.
2. CATV Plenum Rated: Type CATVP, complying with NFPA 262.
3. CATV Riser Rated: Type CATVR, complying with UL 1666.
4. CATV Limited Rating: Type CATVX.
2.7 COAXIAL CABLE HARDWARE
A. Manufacturers: Subject to compliance with requirements or comparable product by one
of the following:
1. Emerson Network Power Connectivity Solutions; AIM Electronics Brand .
2. Leviton Commercial Networks Division .
B. Coaxial-Cable Connectors: Type BNC, 75 ohms.
2.8 LOW-VOLTAGE CONTROL CABLE
A. Paired Cable: NFPA 70, Type CMG.
1. One pair, twisted, No. 16 AWG, stranded or No. 18 AWG, stranded tinned copper
conductors.
2. PVC insulation.
3. Unshielded.
4. PVC jacket.
5. Flame Resistance: Comply with UL 1581.
B. Plenum-Rated, Paired Cable: NFPA 70, Type CMP.
1. One pair, twisted, No. 16 AWG, stranded or No. 18 AWG, stranded tinned copper
conductors.
2. PVC insulation.
3. Unshielded.
4. PVC jacket.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 8 Technical Specifications
5. Flame Resistance: Comply with NFPA 262.
2.9 CONTROL-CIRCUIT CONDUCTORS
A. Class 1 Control Circuits: Stranded copper, Type THHN-THWN, complying with UL 83, in
raceway
B. Class 2 Control Circuits: Stranded copper, Type THHN-THWN, complying with UL 83, in
raceway or Type XHHN, complying with UL 44, in raceway.
C. Class 3 Remote-Control and Signal Circuits: Stranded copper, Type TW or TF,
complying with UL 83.
2.10 IDENTIFICATION PRODUCTS
A. Manufacturers: Subject to compliance with requirements, or comparable product by one
of the following:
1. Brady Worldwide, Inc.
2. HellermannTyton North America.
3. Kroy LLC.
4. Panduit Corp.
B. Comply with UL 969 for a system of labeling materials, including label stocks, laminating
adhesives, and inks used by label printers.
C. Comply with requirements in ANSI/TIA 606-B.
2.11 SOURCE QUALITY CONTROL
A. Factory test UTP and optical fiber cables on reels according to TIA/EIA -568-B.1.
B. Factory test UTP cables according to TIA/EIA -568-B.2.
C. Factory test optical fiber cables according to TIA -526-14-A and TIA/EIA-568-B.3.
D. Factory sweep test coaxial cables at frequencies from 5 MHz to 1 GHz. Sweep test shall
test the frequency response, or attenuation over frequency, of a cable by generating a
voltage whose frequency is varied through the specified frequency range and graphing
the results.
E. Cable will be considered defective if it does not pass tests and inspections.
F. Prepare test and inspection reports.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 9 Technical Specifications
PART 3 - EXECUTION
3.1 WIRING METHOD
A. Install wiring in metal pathways and wireways.
1. Minimum conduit size shall be 3/4 inch. Control and data transmission wiring shall
not share conduit with other building wiring systems.
2. Comply with requirements in Section 280528 "Pathways for Electronic Safety and
Security."
3. Comply with requirements of ANSI/TIA/EIA 568-C"
B. Install cable, concealed in accessible ceilings, walls, and floors when possible.
C. Wiring within Enclosures:
1. Bundle, lace, and train conductors to terminal points with no excess and without
exceeding manufacturer's limitations on bending radii.
2. Install lacing bars and distribution spools.
3. Separate power-limited and non-power-limited conductors as recommended in
writing by manufacturer.
4. Install conductors parallel with or at right angles to sides and back of enclosure.
5. Connect conductors that are terminated, spliced, or interrupted in any enclosure
associated with intrusion system to terminal blocks.
6. Mark each terminal according to system's wiring diagrams.
7. Make all connections with approved crimp -on terminal spade lugs, pressure-type
terminal blocks, or plug connectors.
3.2 INSTALLATION OF CONDUCTORS AND CABLES
A. Comply with NECA 1.
B. Conductors: Size according to system manufacturer's written instructions unless
otherwise indicated.
C. General Requirements for Cabling:
1. Comply with TIA/EIA-568-B.1.
2. Comply with BICSI ITSIM, Ch. 6, "Cable Termination Practices."
3. Terminate all conductors; no cable shall contain unterminated elements. Make
terminations only at indicated outlets, terminals, and cross -connect and patch
panels.
4. Cables may not be spliced. Secure and support cables at intervals not exceeding
30 inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks,
frames, and terminals.
5. Bundle, lace, and train conductors to terminal points without exceeding
manufacturer's limitations on bending radii, but not less than radii specified in
BICSI ITSIM, "Cabling Termination Practices" Chapter. Install lacing bars and
distribution spools.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 10 Technical Specifications
6. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice
cable between termination, tap, or junction points. Remove and discard cable if
damaged during installation and replace it with new cable.
7. Cold-Weather Installation: Bring cable to room temperature before de -reeling.
Heat lamps shall not be used for heating.
8. Pulling Cable: Comply with BICSI ITSIM, Ch. 4, "Pulling Cable." Use Pull Tape to
pull cable and monitor cable pull tensions.
D. UTP Cable Installation: Install using techniques, practices, and methods that are
consistent with Category 6/6a rating of components and that ensure Category 6/6a
performance of completed and linked signal paths, end to end.
1. Comply with TIA/EIA-568-C-1.
2. Install 110-style IDC termination hardware unless otherwise indicated.
3. Do not untwist UTP cables more than 1/2 inch from the point of termination to
maintain cable geometry.
E. Optical Fiber Cable Installation:
1. Comply with TIA/EIA-568-C-1.
2. Cable shall be terminated on connecting hardware that is rack or cabinet mounted.
3. For cable splices, use appropriate splice kits.
F. Outdoor Coaxial Cable Installation:
1. Install outdoor connections in enclosures complying with NEMA 250, Type 4X.
Install corrosion-resistant connectors with properly designed O -rings to keep out
moisture.
2. Attach antenna lead-in cable to support structure at intervals not exceeding 36
inches.
G. Open-Cable Installation:
1. Install cabling with horizontal and vertical cable guides in telecommunications
spaces with terminating hardware and interconnection equipment.
2. Suspend copper cable not in a wireway or pathway a minimum of 8 inches above
ceilings by cable supports not more than 60 inches apart.
3. Cable shall not be run through structural members or in contact with pipes, ducts,
or other potentially damaging items.
H. Cable Pulling
1. Pull cable in accordance with manufacturer’s recommendations and industry -
accepted practices, and within the limits of cable bend radius and pulling tension
specifications.
2. Cables shall be hand pulled when possible or when required by manufacture. The
Contractor shall use a recording tensiometer on pulls that may exceed 100 pounds
pulling tension and always when a winch is used for pulling. Tensiometer printouts
shall be identified by cable and submitted to the Construction Manager for each
pull requiring use of a tensiometer.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 11 Technical Specifications
3. Pulling fixtures shall be attached to cable strength members. If indirect
attachments are used, the grip diameter and length shall be matched to the cable
diameter and characteristics, and the pulling forces shall be reduced to ensure that
the fibers or copper pairs are not damaged from forces being transmitted to the
strength member.
4. Hand feed and guide cable through each 90 -degree corner, through pull boxes,
and as otherwise required for a free -flowing cable pull.
5. Cable installation methods shall not exceed the cable manufacturer’s specified pull
tension for the specific cable.
6. The mechanical stress placed upon a cable during installation shall be such that
the cable is not twisted or stretched, nor shall the process kink or crush the cable.
7. A cable feeder guide shall be used between the cable reel and the face of the cable
tray or conduit to protect the cable and guide it into the cable tray or conduit as it
is played off the reel. The Contractor shall follow the manufacturer’s installation
instructions and its specifications for minimum bend radius; the bend radius shall
not exceed the manufacturer’s minimum bend radius
8. Cable fill shall not exceed NEC standard.
9. Service loops of at least 10 meters in length shall be provided at both ends of each
cable and at every Maintenance Hole (MH). For communication rooms, provide a
minimum of one lap around the cable tray.
10. Cable shall not be twisted, kinked, crushed, stretched, split, scarred, or otherwise
damaged. Inspect cable jacket carefully for defects as cable is played off the reel.
Protect cable from contaminants and physical damage at all times.
I. Separation from EMI Sources:
1. Comply with BICSI TDMM and TIA-569-D recommendations for separating
unshielded copper voice and data communication cable from potential EMI
sources, including electrical power lines and equipment.
2. Separation between open communications cables or cables in nonmetallic
raceways and unshielded power conductors and electrical equipment shall be as
follows:
a. Electrical Equipment Rating Less Than 2 kVA: A minimum of 5 inches.
b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 12 inches.
c. Electrical Equipment Rating More Than 5 kVA: A minimum of 24 inches.
3. Separation between communications cables in grounded metallic raceways and
unshielded power lines or electrical equipment shall be as follows:
a. Electrical Equipment Rating Less Than 2 kVA: A minimum of 2-1/2 inches.
b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 6 inches.
c. Electrical Equipment Rating More Than 5 kVA: A minimum of 12 inches.
4. Separation between cables in grounded metallic raceways and power lines and
electrical equipment located in grounded metallic conduits or enclosures shall be
as follows:
a. Electrical Equipment Rating Less Than 2 kVA: No requirement.
b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 3 inches.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 12 Technical Specifications
c. Electrical Equipment Rating More Than 5 kVA: A minimum of 6 inches.
5. Separation between Cables and Electrical Motors and Transformers, 5 kVA or HP
and Larger: A minimum of 48 inches.
6. Separation between Cables and Fluorescent Fixtures: A minimum of 5 inches.
3.3 POWER AND CONTROL-CIRCUIT CONDUCTORS
A. 120-V Power Wiring: Install according to NFPA 70.
B. Minimum Conductor Sizes:
1. Class 1 remote-control and signal circuits, No. 14 AWG.
2. Class 2 low-energy, remote-control and signal circuits, No. 16 AWG.
3. Class 3 low-energy, remote-control, alarm and signal circuits, No. 12 AWG.
3.4 CONNECTIONS
A. Comply with requirements in Section 281643 "Perimeter Security Systems" for
connecting, terminating, and identifying wires and cables.
B. Comply with requirements in Section 281300 "Access Control" for connecting,
terminating, and identifying wires and cables.
C. Comply with requirements in Section 282300 "Video Surveillance" for connecting,
terminating, and identifying wires and cables.
3.5 FIRESTOPPING
A. Comply with TIA-569-D, "Firestopping" Annex A.
B. Comply with BICSI TDMM, "Firestopping Systems" Article.
3.6 GROUNDING
A. For communications wiring, comply with J-STD-607-B and with BICSI TDMM,
"Grounding, Bonding, and Electrical Protection" Chapter.
B. For low-voltage wiring and cabling, comply NFPA 70."
3.7 IDENTIFICATION
A. Identify system components, wiring, and cabling complying with TIA/EIA -606-B.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 13 Technical Specifications
3.8 FIELD QUALITY CONTROL
A. Testing Agency: Owner to witness contractor performed tests and inspections.
B. Manufacturer's Field Service: Engage a factory-authorized service representative to test
and inspect components, assemblies, and equipment installations, including
connections.
C. Perform the following tests and inspections with the assistance of a factory-authorized
service representative:
1. Visually inspect UTP and optical fiber cable jacket materials for NRTL certification
markings. Inspect cabling terminations to confirm color-coding for pin assignments
and inspect cabling connections to confirm compliance with TIA/EIA -568-B.1.
2. Visually inspect cable placement, cable termination, grounding and bonding,
equipment and patch cords, and labeling of all components.
3. Test UTP cabling for DC loop resistance, shorts, opens, intermittent faults, and
polarity between conductors. Test operation of shorting bars in connection blocks.
Test cables after termination but not cross connection.
a. Test instruments shall meet or exceed applicable requirements in TIA/EIA -
568-B.2. Perform tests with a tester that complies with performance
requirements in "Test Instruments (Normative)" Annex, complying with
measurement accuracy specified in "Measurement Accuracy (Informative)"
Annex. Use only test cords and adapters that are qualified by test equipment
manufacturer for channel or link test configuration.
4. Optical Fiber Cable Tests:
a. Test instruments shall meet or exceed applicable requirements in TIA/EIA -
568-B.1. Use only test cords and adapters that are qualified by test
equipment manufacturer for channel or link test configuration.
b. Link End-to-End Attenuation Tests:
1) Link Measurements: Test at 1310 nm or 1550 nm in one direction
according to TIA-526-14-A, Method B, One Reference Jumper.
2) Attenuation test results for links shall be less than 2.0 dB. Attenuation
test results shall be less than calculated according to equation in
TIA/EIA-568-B.1.
5. Coaxial Cable Tests: Comply with TIA requirements.
D. Document data for each measurement. Print data for submittals in a summary report that
is formatted using Table 10.1 in BICSI TDMM as a guide or transfer the data from the
instrument to the computer, save as text files, print, and submit.
E. End-to -end cabling will be considered defective if it does not pass tests and inspections.
F. Prepare test and inspection reports.
ITEM 28 05 13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND
SECURITY
Renton Municipal Airport (RNT) Conductors and Cables for Electronic Safety and Security City of Renton
Gate & Perimeter Security Upgrades 28 05 13 – 14 Technical Specifications
PART 4 - MEASUREMENT AND PAYMENT
4.01 GENERAL
A. No separate measurement or payment will be made for the Work required by this
section. The cost for this portion of the Work will be considered incidental to, and
included in the payments made for bid item in the Lump Sum price bid under Section 28
13 00-02 “Access Control System Hardware Installation” for the Project, “Airport Gates
and Perimeter Security Upgrade”.
END OF SECTION 28 05 13
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 1 Technical Specifications
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Upgrade the existing Lenel “OnGuard Access Control System” software to meet the new
requirements as outlined in the drawings and specifications.
B. Section Includes:
1. Security access central-control station.
2. One or more security access networked workstations.
3. Security access operating system and application software.
4. Security access controllers connected to high -speed electronic-data transmission
network.
1.3 DEFINITIONS
A. CCTV: Closed-circuit television.
B. CPU: Central processing unit.
C. Credential: Data assigned to an entity and used to identify that entity.
D. dpi: Dots per inch.
E. RoE: Radio Over Ethernet. Radio wave-based, line-of-sight communication provided
directly to the end user.
F. GFI: Ground Fault Interrupter.
G. Identifier: A credential card; keypad personal identification number; or code, biometric
characteristic, or other unique identification entered as data into the entry -control
database for the purpose of identifying an individual. Where this term is presented with
an initial capital letter, this definition applies.
H. I/O: Input/Output.
I. LAN: Local area network.
J. Location: A Location on the network having a PC-to-controller communications link, with
additional controllers at the Location connected to the PC -to-controller link with a TIA
485-A communications loop. Where this term is presented with an initial capital letter,
this definition applies.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 2 Technical Specifications
K. PC: Personal computer. Applies to the central station, workstations, and file servers.
L. PDF: Portable Document Format. The file format used by the Acrobat document-
exchange-system software from Adobe.
M. RAS: Remote access services.
N. RF: Radio frequency.
O. TCP/IP: Transport control protocol/Internet protocol incorporated into Microsoft
Windows.
P. UPS: Uninterruptible power supply.
Q. USB: Universal serial bus.
R. Wiegand: Patented magnetic principle that uses specially treated wires embedded in the
credential card.
S. Workstation: A PC with software that is configured for specific, limited security -system
functions.
T. WYSIWYG: What You See Is What You Get. Text and graphics appear on the screen
the same as they will in print.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product indicated. Include rated capacities, operating
characteristics, and furnished specialties and accessories. Reference each product to a
location on Drawings.
B. Schematic drawings showing the overall system and each gate showing the wiring
diagram with all devices.
C. Other Action Submittals:
1. Project planning documents as specified in Part 3.
1.5 INFORMATIONAL SUBMITTALS
A. Field quality-control reports and product data sheets.
1.6 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For security system to include emergency operations,
and maintenance manuals, include the following:
1. Hard copies of manufacturer's specification sheets, operating specifications,
design guides, user's guides for software and hardware, and PDF files on Zip drive.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 3 Technical Specifications
2. System installation and setup guides with data forms to plan and record options
and setup decisions.
1.7 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1.8 QUALITY ASSURANCE
A. Installer Qualifications: An employer of workers trained and approved by manufacturer.
1. Cable installers must have on staff a registered communication distribution
designer certified by Building Industry Consulting Service International.
B. Source Limitations: Obtain Controllers, Identifier readers, and all software through one
source from single manufacturer.
C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
D. Comply with NFPA 70, "National Electrical Code."
1.9 DELIVERY, STORAGE, AND HANDLING
A. Controllers and Card Readers:
1. Store in temperature- and humidity-controlled environment in original
manufacturer's sealed containers. Maintain ambient temperature between 50 and
85 deg F, and not more than 80 percent relative humidity, noncondensing.
2. Open each container; verify contents against packing list; and file copy of packing
list, complete with container identification, for inclusion in operation and
maintenance data.
3. Save original manufacturer's containers and packing materials and deliver as
directed under provisions covering extra materials.
1.10 PROJECT CONDITIONS
A. Environmental Conditions: System shall be capable of withstanding the following
environmental conditions without mechanical or electrical damage or degradation of
operating capability:
1. Control Station: Rated for continuous operation in ambient conditions of 40 to 90
deg F and a relative humidity of 20 to 80 percent, noncondensing.
2. Indoor, Controlled Environment: NEMA 250, Type 1 enclosure. System
components, except the central-station control unit, installed in temperature-
controlled indoor environments shall be rated for continuous operation in ambient
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 4 Technical Specifications
conditions of 36 to 122 deg F dry bulb and 20 to 90 percent relative humidity,
noncondensing.
3. Outdoor Environment: NEMA 250, Type 4X enclosures. System components
installed in locations exposed to weather shall be rated for continuous operation in
ambient conditions of minus 30 to plus 122 deg F dry bulb and 20 to 90 percent
relative humidity, condensing. Rate for continuous operation where exposed to rain
as specified in NEMA 250, winds up to 85 mph and snow cover up to 12 inches
thick.
PART 2 - PRODUCTS
2.1 MANUFACTURER
A. Manufacturer: LenelS2, upgrade the existing OnGuard Access Control System software
to meet the new requirements as outline d in the drawings and specifications.
2.2 DESCRIPTION
A. Security Access Control System: Network based, one or more networked PC-based
workstations, and field-installed controllers, connected by a high -speed electronic-data
transmission network.
B. System Software: OnGuard by LenelS2, upgrade the existing system to meet the license
and monitoring requirements.
C. Network connecting the central station and workstations .
D. Network(s) connecting PCs and controllers shall consist of one or more of the following:
1. Local area, IEEE 802.3 Fast Ethernet or Gigabit-Ethernet X, LAN based on
TCP/IP.
2.3 OPERATION
A. The security access system should be able to access the City access control database.
B. System Network Requirements:
1. System components shall be interconnected and shall provide automatic
communication of status changes, commands, field -initiated interrupts, and other
communications required for proper system operation.
2. Communication shall not require operator initiation or response and shall return to
normal after partial- or total-network interruption such as power loss or transient
upset.
3. System shall automatically annunciate communication failures to the operator and
shall identify the communications link that has experienced a partial or total failure.
4. Communications controller may be used as an interface between the central -
station display systems and the field device network. Communications controller
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 5 Technical Specifications
shall provide functions required to attain the specified network communications
performance.
C. Central station shall provide operator interface, interaction, display, control, and dynamic
and real-time monitoring. Central station shall control system networks to interconnect
all system components, including workstations and field -installed controllers.
D. Field equipment shall include controllers, sensors, and controls.
1. Controllers shall serve as an interface between the central station and sensors and
controls.
2. Data exchange between the central station and the controllers shall include down -
line transmission of commands, software, and databases to controllers.
3. The up-line data exchange from the controller to the central station shall include
status data such as intrusion alarms, status reports, and entry -control records.
4. Controllers are classified as alarm -annunciation or entry-control type.
E. System Response to Alarms:
1. Field device network shall provide a system end -to-end response time of one
second(s) or less for every device connected to the system.
2. Alarms shall be annunciated at the central station within one second of the alarm
occurring at a controller or at a device controlled by a local controller, and within
100 ms if the alarm occurs at the central station.
3. Alarm and status changes shall be displayed within 100 ms after receipt of data by
the central station.
4. All graphics shall be displayed, including graphics-generated map displays, on the
console monitor within five seconds of alarm receipt at the security console.
5. This response time shall be maintained during system heavy load.
F. False-Alarm Reduction: The design of the central station and controllers shall contain
features to reduce false alarms. Equipment and software shall comply with SIA CP -01.
G. Error Detection:
1. Use a cyclic code method to detect single - and double-bit errors, burst errors of
eight bits or fewer, and at least 99 percent of all other multibit and burst errors
between controllers and the central station.
2. Interactive or product error-detection codes alone will not be acceptable.
3. A message shall be in error if one bit is received incorrectly.
4. Retransmit messages with detected errors.
5. Central station shall print a communication failure alarm message when the
number of consecutive retransmission attempts equals the assigned quantity.
6. Monitor the frequency of data transmission failure for display and logging.
H. Data Line Supervision: System shall initiate an alarm in response to opening, closing,
shorting, or grounding of data transmission lines.
I. Gate Hardware Interface:
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 6 Technical Specifications
1. Electrical characteristics of controllers shall match the signal and power
requirements of Gate hardware.
2. Gate locks to be Fail-Secure, provide a manual over ride key.
2.4 APPLICATION SOFTWARE
A. System Software: OnGuard Access Control System by Lenel S2. Contractor to survey
the existing system and upgrade to meet the requirements as outline d in the contract
documents.
1. Multiuser multitasking shall allow independent activities and monitoring to occur
simultaneously at different workstations.
2. Graphical user interface shall show pull-down menus and a menu-tree format.
3. Capability for future additions within the indicated system size limits.
4. Open architecture that allows importing and exporting of data and interfacing with
other systems that are compatible with operating system.
5. Password-protected operator login and access.
B. Peer Computer Control Software: Detect a failure of a central computer and cause the
other central computer to assume control of all system functions without interruption of
operation. Both central computers shall have drivers to support this mode of operation.
C. Application Software: Interface between the alarm annunciation and entry -control
controllers to monitor sensors, operate displays, report alarms, generate reports, and
help train system operators.
1. Reside at the central station, workstations, and controllers as required to perform
specified functions.
2. Operate and manage peripheral devices.
3. Manage files for disk I/O, including creating, deleting, and copying files; and
automatically maintain a directory of all files, including size and location of each
sequential and random -ordered record.
4. Import custom icons into graphics to represent alarms and I/O devices.
5. Globally link I/O so that any I/O can link to any other I/O within the same Location
without requiring interaction with the host PC. This operation shall be at the
controller.
6. Globally code I/O links so that any access -granted event can link to any I/O with
the same Location without requiring interaction with the host PC. This operation
shall be at the controller.
7. Messages from PC to controllers and controllers to controllers shall be on a polled
network that utilizes check summing and acknowledgment of each message.
Communication shall be automatically verified, buffered, and retransmitted if
message is not acknowledged.
8. Selectable poll frequency and message time -out settings shall handle bandwidth
and latency issues for TCP/IP, RF, and other PC-to-controller communications
methods by changing the polling frequency and the amount of time the system
waits for a response.
9. Automatic and encrypted backups for database and history backups shall be
automatically stored at the central-control PC or a selected workstation and
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 7 Technical Specifications
encrypted with a nine-character alphanumeric password that must be used to
restore or read data contained in backup.
10. Operator audit trail for recording and reporting all changes made to database and
system software.
11. Support network protocol and topology, TCP/IP, LAN/WAN, and RAS.
D. Workstation Software:
1. Password levels shall be individually customized at each workstation to allow or
disallow operator access to program functions for each Location.
2. Workstation event filtering shall allow user to define events and alarms that will be
displayed at each workstation. If an alarm is unacknowledged (not handled by
another workstation) for a preset amount of time, the alarm will automatically
appear on the filtered workstation.
E. Controller Software:
1. Controllers shall operate as autonomous, intelligent processing units.
a. Controllers shall make decisions about access control, alarm monitoring,
linking functions, and door-locking schedules for their operation,
independent of other system components.
b. Controllers shall be part of a fully distributed processing -control network.
c. The portion of the database associated with a controller, and consisting of
parameters, constraints, and the latest value or status of points connected
to that controller, shall be maintained in the controller.
2. The following functions shall be fully implemented and operational within each
controller:
a. Monitoring inputs.
b. Controlling outputs.
c. Automatically reporting alarms to the central station.
d. Reporting of sensor and output status to the central station on request.
e. Maintaining real time, automatically updated by the central station at least
once a day.
f. Communicating with the central station.
g. Executing controller resident programs.
h. Diagnosing.
i. Downloading and uploading data to and from the central station.
j. In the event of communication failure between the central station and a
Location, there shall be no degradation in operations at the controllers at that
Location. Controllers at each Location shall be connected to a memory buffer
with a capacity to store up to 10,000 events; there shall be no loss of
transactions in system history files until the buffer overflows.
k. Buffered events shall be handled in a first -in-first-out mode of operation.
3. Individual Controller Operation:
a. Controllers shall transmit alarms, status changes, and other data to the
central station when communications circuits are operable. If
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 8 Technical Specifications
communications are not available, controllers shall function in a stand -alone
mode; operational data, including the status and alarm data normally
transmitted to the central station, shall be stored for later transmission to the
central station. Storage capacity for the latest 1024 events shall be provided
at each controller.
b. Card-reader ports of a controller shall be custom configurable for at least
120 different card-reader or keypad formats. Multiple reader or keypad
formats may be used simultaneously at different controllers or within the
same controller.
c. Controllers shall provide a response to card readers or keypad entries in less
than 0.25 seconds, regardless of system size.
d. Controllers that are reset, or powered up from a nonpowered state, shall
automatically request a parameter download and reboot to their proper
working state. This shall happen without any operator intervention.
e. Initial Startup: When controllers are brought on-line, database parameters
shall be automatically downloaded to them. After initial download is
completed, only database changes shall be downloaded to each controller.
f. On failure for any reason, controllers shall perform an orderly shutdown and
force controller outputs to a predetermined failure -mode state, consistent
with the failure modes shown and the associated control device.
g. After power is restored, following a power failure, startup software shall
initiate self-test diagnostic routines, after which controllers shall resume
normal operation.
h. After controller failure, if the database and application software are no longer
resident, controllers shall not restart but shall remain in the failure mode until
repaired. If database and application programs are resident, controllers shall
immediately resume operation. If not, software shall be restored
automatically from the central station.
4. Communications Monitoring:
a. System shall monitor and report status of communications loop of each
Location.
b. Communication status window shall display which controllers are currently
communicating, a total count of missed polls since midnight, and which
controller last missed a poll.
c. Communication status window shall show the type of CPU, the type of I/O
board, and the amount of RAM for each controller.
5. Operating systems shall include a real-time clock function that maintains seconds,
minutes, hours, day, date, and month. The real-time clock shall be automatically
synchronized with the central station at least once a day to plus or minus 10
seconds. The time synchronization shall be automatic, without operator action and
without requiring system shutdown.
F. PC-to-Controller Communications:
1. Central-station or workstation communications shall use the following:
a. TCP/IP LAN interface cards.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 9 Technical Specifications
2. Direct serial, TCP/IP, and dial-up, cable, or satellite communications shall be alike
in the monitoring or control of the system except for the connection that must first
be made to a dial-up or voice-over IP Location.
3. TCP/IP network interface card (NIC) shall have an option to set the poll-frequency
and message-response time-out settings.
4. PC-to-controller and controller-to-controller communications (direct, dial-up, or
TCP/IP) shall use a polled -communication protocol that checks sum and
acknowledges each message. All communications in this subparagraph shall be
verified and buffered, and retransmitted if not acknowledged.
G. Controller-to-Controller Communications:
1. TIA 485-A, four-wire, point-to-point, regenerative (repeater) communications
network methodology.
2. TCP/IP network protocol.
H. Database Downloads:
1. All data transmissions from PCs to a Location, and between controllers at a
Location, shall include a complete database checksum to check the integrity of the
transmission. If the data checksum does not match, a full data download shall be
automatically retransmitted.
2. If a controller is reset for any reason, it shall automatically request and receive a
database download from the PC. The download shall restore data stored at the
controller to their normal working state and shall take place with no operator
intervention.
3. Software shall provide for setting downloads via dial -up connection to once per 24-
hour period, with time selected by the operator.
I. Operator Access Control:
1. Control operator access to system controls through three password-protected
operator levels. System operators and managers with appropriate password
clearances shall be able to change operator levels for operators.
2. Three successive attempts by an operator to execute functions beyond their
defined level during a 24-hour period shall initiate a software tamper alarm.
3. A minimum of 32 passwords shall be available with the system software. System
shall display the operator's name or initials in the console's first field. System shall
print the operator's name or initials, action, date, and time on the system printer at
login and logoff.
4. The password shall not be displayed or printed.
5. Each password shall be definable and assignable for the following:
a. Selected commands to be usable.
b. Access to system software.
c. Access to application software.
d. Individual zones that are to be accessed.
e. Access to database.
J. Operator Commands:
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 10 Technical Specifications
1. Command Input: Plain-language words and acronyms shall allow operators to use
the system without extensive training or data-processing backgrounds. System
prompts shall be a word, a phrase, or an acronym.
2. Command inputs shall be acknowledged and processing shall start in not less than
one second(s).
3. Tasks that are executed by operator's commands shall include the following:
a. Acknowledge Alarms: Used to acknowledge that the operator has observed
the alarm message.
b. Place Zone in Access: Used to remotely disable intrusion-alarm circuits
emanating from a specific zone. System shall be structured so that console
operator cannot disable tamper circuits.
c. Place Zone in Secure: Used to remotely activate intrusion-alarm circuits
emanating from a specific zone.
d. System Test: Allows the operator to initiate a system -wide operational test.
e. Zone Test: Allows the operator to initiate an operational test for a specific
zone.
f. Print reports.
g. Change Operator: Used for changing operators.
h. Security Lighting Controls: Allows the operator to remotely turn on or turn off
security lights.
i. Display Graphics: Used to show any graphic displays implemented in the
system. Graphic displays shall be completed within 20 seconds from time of
operator command.
j. Run system tests.
k. Generate and format reports.
l. Request help with the system operation.
1) Include in main menus.
2) Provide unique, descriptive, context-sensitive help for selections and
functions with the press of one function key.
3) Provide navigation to specific topic from within the first help window.
4) Help shall be accessible outside the application program.
m. Entry-Control Commands:
1) Lock (secure) or unlock (open) each controlled entry and exit up to four
times a day through time-zone programming.
2) Arm or disarm each monitored input up to four times a day through
time-zone programming.
3) Enable or disable readers or keypads up to two times a day through
time-zone programming.
4) Enable or disable cards or codes up to four times a day per entry point
through access-level programming.
4. Command Input Errors: Show operator input assistance when a command cannot
be executed because of operator input errors. Assistance screen shall use plain-
language words and phrases to explain why the command cannot be executed.
Error responses that require an operator to look up a code in a manual or other
document are not acceptable. Conditions causing operator assistance messages
include the following:
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 11 Technical Specifications
a. Command entered is incorrect or incomplete.
b. Operator is restricted from using that command.
c. Command addresses a point that is disabled or out of service.
d. Command is outside the system's capacity.
K. Alarms:
1. System Setup:
a. Assign manual and automatic responses to incoming-point status change or
alarms.
b. Automatically respond to input with a link to other inputs, outputs, or
operator-response plans; unique sound with use of WAV files; and maps or
images that graphically represent the point location.
c. Sixty-character message field for each alarm.
2. Software Tamper:
a. Annunciate a tamper alarm when unauthorized changes to system database
files are attempted. Three consecutive unsuccessful attempts to log onto
system shall generate a software tamper alarm.
b. Annunciate a software tamper alarm when an operator or other individual
makes three consecutive unsuccessful attempts to invoke functions beyond
the authorization level.
3. Alarm Handling: Each input may be configured so that an alarm cannot be cleared
unless it has returned to normal, with options of requiring the operator to enter a
comment about disposition of alarm. Allow operator to silence alarm sound when
alarm is acknowledged.
4. Alarm Automation Interface: High-level interface to central-station alarm
automation software systems. Allows input alarms to be passed to and handled by
automation systems in the same manner as burglar alarms, using a TIA 232 -F
ASCII interface.
5. Camera Alarm Interface: Allow commands to be sent to Camera systems during
alarms (or input change of state) through serial ports.
L. Alarm Monitoring: Monitor sensors, controllers, and DTS circuits and notify operators of
an alarm condition. Display higher-priority alarms first and, within alarm priorities, display
the oldest unacknowledged alarm first. Operator acknowledgment of one alarm shall not
be considered acknowledgment of other alarms nor shall it inhibit reporting of
subsequent alarms.
1. Displayed alarm data shall include type of alarm, location of alarm, and secondary
alarm messages.
2. Printed alarm data shall include type of alarm, location of alarm, date and time (to
nearest second) of occurrence, and operator responses.
3. Maps shall automatically display the alarm condition for each input assigned to
that map if that option is selected for that input location.
4. Alarms initiate a status of "pending" and require the following two handling steps
by operators:
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 12 Technical Specifications
a. First Operator Step: "Acknowledged." This action shall silence sounds
associated with the alarm. The alarm remains in the system "Acknowledged"
but "Un-Resolved."
b. Second Operator Step: Operators enter the resolution or operator comment,
giving the disposition of the alarm event. The alarm shall then clear.
5. Alarms shall transmit to the central station in real time except for allowing
connection time for dial-up locations.
6. Once an alarm is acknowledged, the operator shall be prompted to enter
comments about the nature of the alarm and actions taken. Operator's comments
may be manually entered or selected from a programmed predefined list, or a
combination of both.
7. For locations where there are regular alarm occurrences, provide programmed
comments. Selecting that comment shall clear the alarm.
8. The time and name of the operator who acknowledged and resolved the alarm
shall be recorded in the database.
9. Identical alarms from the same alarm point shall be acknowledged at the same
time the operator acknowledges the first alarm. Identical alarms shall be resolved
when the first alarm is resolved.
10. Alarm functions shall have priority over downloading, retrieving, and updating
database from workstations and controllers.
11. When a reader-controlled output (relay) is opened, the corresponding alarm point
shall be automatically bypassed.
M. Monitor Display: Display text and graphic maps that include zone status integrated into
the display. Colors are used for the various components and current data. Colors shall
be uniform throughout the system.
1. Color Code:
a. FLASHING RED: Alerts operator that a zone has gone into an alarm or that
primary power has failed.
b. STEADY RED: Alerts operator that a zone is in alarm and alarm has been
acknowledged.
c. YELLOW: Advises operator that a zone is in access.
d. GREEN: Indicates that a zone is secure and that power is on.
N. System test software enables operators to initiate a test of the entire system or of a
particular portion of the system.
1. Test Report: The results of each test shall be stored for future display or printout.
The report shall document the operational status of system components.
O. Report-Generator Software: Include commands to generate reports for displaying,
printing, and storing on disk. Reports shall be stored by type, date, and time. Report
printing shall be the lowest-priority activity. Report-generation mode shall be operator
selectable but set up initially as periodic, automatic, or on request. Include time and date
printed and the name of operator generating the report. Report formats may be
configured by operators.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 13 Technical Specifications
1. Automatic Printing: Setup shall specify, modify, or inhibit the report to be
generated; the time the initial report is to be generated; the time interval between
reports; the end of the period; and the default printer.
2. Printing on Request: An operator may request a printout of any report.
3. Alarm Reports: Reporting shall be automatic as initially set up. Include alarms
recorded by system over the selected time and information about the type of alarm,
the type of sensor, the location, the time, and the action taken.
4. Access and Secure Reports: Document zones placed in access, the time placed
in access, and the time placed in secure mode.
5. Custom Reports: Reports tailored to exact requirements of who, what, when, and
where. As an option, custom report formats may be stored for future printing.
6. Automatic History Reports: Named, saved, and scheduled for automatic
generation.
7. Cardholder Reports: Include data, or selected parts of the data, as well as the
ability to be sorted by name, card number, imprinted number, or by any of the user -
defined fields.
8. Cardholder by Reader Reports: Based on who has access to a specific reader or
group of readers by selecting the readers from a list.
9. Cardholder by Access-Level Reports: Display everyone that has been assigned to
the specified access level.
10. Who Is "In" (Muster) Report:
a. Emergency Muster Report: One-click operation on toolbar launches report.
b. Cardholder Report. Contain a count of persons who are "In" at a selected
Location and a detailed listing of name, date, and time of last use, sorted by
the last reader used or by the group assignment.
11. Panel Labels Reports: Printout of control-panel field documentation including the
actual location of equipment, programming parameters, and wiring identification.
Maintain system installation data within system database so that data are available
on-site at all times.
12. Activity and Alarm On-Line Printing: Activity printers for use at workstations; prints
all events, or alarms only.
13. History Reports: Custom reports that allow the operator to select any date, time,
event type, device, output, input, operator, Location, name, or cardholder to be
included or excluded from the report.
a. Initially store history on the hard disk of the host PC.
b. Permit viewing of the history on workstations or print history to any system
printer.
c. The report shall be definable by a range of dates and times with the ability
to have a daily start and stop time over a given date range.
d. Each report shall depict the date, time, event type, event description, and
device; or I/O name, cardholder group assignment, and cardholder name or
code number.
e. Each line of a printed report shall be numbered to ensure that the integrity of
the report has not been compromised.
f. Total number of lines of the report shall be given at the end of the report. If
the report is run for a single event such as "Alarms," the total shall reflect
how many alarms occurred during that period.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 14 Technical Specifications
14. Reports shall have the following four options:
a. View on screen.
b. Print to system printer. Include automatic print spooling and "Print To"
options if more than one printer is connected to the system.
c. "Save to File" with full path statement.
d. System shall have the ability to produce a report indicating status of system
inputs and outputs or of inputs and outputs that are abnormal, out of time
zone, manually overridden, not reporting, or in alarm.
15. The reports of system database shall allow options so that every data field may be
printed.
16. The reports of system database shall be constructed so that the actual position of
the printed data shall closely match the position of the data on the data -entry
windows.
P. Anti-Passback:
1. System shall have global and local anti-passback features, selectable by Location.
System shall support hard and soft anti-passback.
2. Hard Anti-Passback: Once a credential holder is granted access through a reader
with one type of designation (IN or OUT), the credential holder may not pass
through that type of reader designation until the credential holder passes through
a reader of opposite designation.
3. Soft Anti-Passback: Should a violation of the proper IN or OUT sequence occur,
access shall be granted, but a unique alarm shall be transmitted to the control
station, reporting the credential holder and the door involved in the violation. A
separate report may be run on this event.
4. Timed Anti-Passback: A controller capability that prevents an access code from
being used twice at the same device (gate/door) within a user-defined amount of
time.
5. Provide four separate zones per Location that can operate without requiring
interaction with the host PC (done at controller). Each reader shall be assignable
to one or all four anti-passback zones. In addition, each anti-passback reader can
be further designated as "Hard," "Soft," or "Timed" in each of the four anti -
passback zones. The four anti-passback zones shall operate independently.
6. The anti-passback schemes shall be definable for each individual door.
7. The Master Access Level shall override anti-passback.
8. System shall have the ability to forgive (or reset) an individual credential holder or
the entire credential-holder population anti-passback status to a neutral status.
Q. Visitor Assignment:
1. Provide for and allow an operator to be restricted to only working with visitors. The
visitor badging subsystem shall assign credentials and enroll visitors. Allow only
those access levels that have been designated as approved for visitors.
2. Provide an automated log of visitor name, time and doors accessed, and name of
person contacted.
3. Allow a visitor designation to be assigned to a credential holder.
4. Security access system shall be able to restrict the access levels that may be
assigned to credentials issued to visitors.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 15 Technical Specifications
5. Allow operator to recall visitors' credential-holder file once a visitor is enrolled in
the system.
6. The operator may designate any reader as one that deactivates the credential after
use at that reader. The history log shall show the return of the credential.
7. System shall have the ability to use the visitor designation in searches and reports.
Reports shall be able to print all or any visitor activity.
R. Training Software: Enables operators to practice system operation, including alarm
acknowledgment, alarm assessment, response force deployment, and response force
communications. System shall continue normal operation during training exercises and
shall terminate exercises when an alarm signal is received at the console.
S. Entry-Control Enrollment Software: Database management functions that allow
operators to add, delete, and modify access data as needed.
1. The enrollment station shall not have alarm response or acknowledgment
functions.
2. Provide multiple, password-protected access levels. Database management and
modification functions shall require a higher operator access level than personnel
enrollment functions.
3. The program shall provide means to disable the enrollment station when it is
unattended, to prevent unauthorized use.
2.5 SURGE AND TAMPER PROTECTION
A. Surge Protection: Protect components from voltage surges originating external to
equipment housing and entering through power, communication, signal, control, or
sensing leads. Include surge protection for external wiring of each conductor -entry
connection to components.
B. Tamper Protection: Tamper switches on enclosures, control units, pull boxes, junction
boxes, cabinets, and other system components shall initiate a tamper -alarm signal when
unit is opened or partially disassembled. Control-station control-unit alarm display shall
identify tamper alarms and indicate locations.
2.6 CONTROLLERS
A. Controllers: Intelligent peripheral control unit, complying with UL 294, that stores time,
date, valid codes, access levels, and similar data downloaded from the central station or
workstation for controlling its operation.
B. Subject to compliance with requirements in this article, manufacturers may use
multipurpose controllers.
C. Battery Backup: Sealed, lead acid; sized to provide run time during a power outage of
90 minutes, complying with UL 924.
D. Alarm Annunciation Controller:
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 16 Technical Specifications
1. The controller shall automatically restore communication within 10 seconds after
an interruption with the field device network.
a. Inputs: Monitor dry contacts for changes of state that reflect alarm conditions.
Provides at least eight alarm inputs, which are suitable for wiring as normally
open or normally closed contacts for alarm conditions.
b. Alarm-Line Supervision:
1) Supervise the alarm lines by monitoring each circuit for changes or
disturbances in the signal using dc change measurements. System
shall initiate an alarm in response to an abnormal current, which is a
dc change of 5 percent or more for longer than 500 ms.
2) Transmit alarm-line-supervision alarm to the central station during the
next interrogation cycle after the abnormal current condition.
c. Outputs: Managed by central-station software.
2. Auxiliary Equipment Power: A GFI service outlet inside the controller enclosure.
3. Controller Power: NFPA 70, Class II power-supply transformer, with 12- or 24-V
ac secondary, backup battery and charger.
a. Backup Battery: Valve-regulated, recombinant-sealed, lead-calcium battery;
spill proof; with a full one-year warranty and a pro rata 9-year warranty. With
single-stage, constant-voltage-current, limited battery charger, comply with
battery manufacturer's written instructions for battery terminal voltage and
charging current recommendations for maximum battery life.
b. Backup Power-Supply Capacity: 90 minutes of battery supply. Submit
battery and charger calculations.
c. Power Monitoring: Provide manual, dynamic battery-load test, initiated and
monitored at the control center; with automatic disconnection of the controller
when battery voltage drops below controller limits. Report by using local
controller-mounted digital displays and by communicating status to central
station. Indicate normal power on and battery charger on trickle charge.
Indicate and report the following:
1) Trouble Alarm: Normal power-off load assumed by battery.
2) Trouble Alarm: Low battery.
3) Alarm: Power off.
2.7 CARD READERS
A. Card-Reader Power: Powered from its associated controller, including its standby power
source, and shall not dissipate more than 5 W.
B. Response Time: Card reader shall respond to passage requests by generating a signal
that is sent to the controller. Response time shall be 800 ms or less, from the time the
card reader finishes reading the credential card until a response signal is generated.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 17 Technical Specifications
C. Enclosure: Suitable for surface, semi-flush, pedestal, or weatherproof mounting.
Mounting types shall additionally be suitable for installation in the following locations:
1. Indoors, controlled environment.
2. Outdoors, with built-in heaters or other cold-weather equipment to extend the
operating temperature range as needed for operation at the site.
D. Display: Digital visual indicator shall provide visible and audible status indications and
user prompts. Indicate power on or off, whether user passage requests have been
accepted or rejected, and whether the door is locked or unlocked.
E. Stripe Swipe Readers: Bidirectional, reading cards swiped in both directions, powered
by the controller. Reader shall be set up for ABA Track.
1. ABA Track: Magnetic stripe that is encoded on track 2, at 75 -bpi density in binary-
coded decimal format; for example, 5 -bit, 16-character set.
2. Readers for outdoors shall be in a polymeric plastic enclosure with all electronics
potted in plastic. Rated for operation in ambient conditions of minus 40 to plus 160
deg F (minus 40 to plus 70 deg C) in a humidity range of 10 to 90 percent.
F. Wiegand Swipe Reader: Set up for 33-bit data cards. Comply with SIA AC-01.
G. Wiegand Key-Insert Reader: Set up for 33-bit data cards.
H. Touch-Plate and Proximity Readers:
1. Active-detection proximity card readers shall provide power to compatible
credential cards through magnetic induction, and shall receive and decode a
unique identification code number transmitted from the credential card.
2. Passive-detection proximity card readers shall use a swept -frequency, RF field
generator to read the resonant frequencies of tuned circuits laminated into
compatible credential cards. The resonant frequencies read shall constitute a
unique identification code number.
3. The card reader shall read proximity cards in a range from direct contact to at least
6 inches (150 mm) from the reader.
I. Keypads:
1. Entry-control keypads shall use a unique combination of alphanumeric and other
symbols as an Identifier.
2. Keypads shall contain an integral alphanumeric/special symbols keyboard with
symbols arranged in ascending ASCII-code ordinal sequence.
3. Communication protocol shall be compatible with the local processor.
J. Keypad Display:
1. Keypads shall include a digital visual indicator and shall provide visible and audible
status indications and user prompts.
2. Display shall indicate power on or off and whether user passage requests have
been accepted or rejected.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 18 Technical Specifications
3. Design of the keypad display or keypad enclosure shall limit viewing angles of the
keypad as follows:
a. Maximum Horizontal Viewing Angle: Plus or minus 5 degrees or less off a
vertical plane perpendicular to the plane of the face of the keypad display.
b. Maximum Vertical Viewing Angle: Plus or minus 15 degrees or less off a
horizontal plane perpendicular to the plane of the face of the keypad display.
K. Keypad Response Time:
1. The keypad shall respond to passage requests by generating a signal to the local
processor. The response time shall be 800 ms or less from the time the last
alphanumeric symbol is entered until a response signal is generated.
L. Keypad Power:
1. The keypad shall be powered from the source and shall not dissipate more than
150 W.
M. Keypad Mounting Method:
1. Keypads shall be suitable for surface, semi -flush, pedestal, or weatherproof
mounting as required.
N. Keypad Duress Codes:
1. Keypads shall provide a means for users to indicate a duress situation by entering
a special code.
O. Keypad and Wiegand-Swipe-Reader Combination: Designed to require an entry on the
keypad before presenting the credential card.
1. Keypad: Allow the entry of four numeric digits or alphanumeric characters that are
associated with a specific credential. Keypads shall contain an integral
alphanumeric/special symbol keyboard with symbols arranged in ascending
ASCII-code ordinal sequence. Keypad display or enclosure shall limit viewing
angles of the keypad as follows:
a. Maximum Horizontal Viewing Angle: Plus or minus 5 degrees or less off a
vertical plane perpendicular to the plane of the face of the keypad display.
b. Maximum Vertical Viewing Angle: Plus or minus 15 degrees or less off a
horizontal plane perpendicular to the plane of the face of the keypad display.
2. Wiegand Swipe Reader: Set up for 33-bit data cards to generate a unique card
identification code. Comply with SIA AC-01.
P. Communication Protocol: Compatible with local processor.
Q. Touch-Plate and Contactless Card Reader: The reader shall have "flash" download
capability to accommodate card format changes. The card reader shall have capability
of transmitting data to security control panel and shall comply with ISO/IEC 7816.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 19 Technical Specifications
R. Credential Card Modification: Entry-control cards shall be able to be modified by
lamination direct print process during the enrollment process without reduction of
readability. The design of the credential cards shall allow for the addition of at least one
slot or hole to accommodate the attachment of a clip for affixing the credential card to
the badge holder used at the site.
2.8 GATE HARDWARE INTERFACE
A. Vehicle Gate Operator: Vehicle gate operators shall be connected, monitored, and
controlled by the security access controllers.
2.9 FIELD-PROCESSING SOFTWARE
A. Operating System:
1. Local processors shall contain an operating system that controls and schedules
that local processor's activities in real time.
2. Local processor shall maintain a point database in its memory that includes
parameters, constraints, and the latest value or status of all points connected to
that local processor.
3. Execution of local processor application programs shall utilize the data in memory
resident files.
4. Operating system shall include a real-time clock function that maintains the
seconds, minutes, hours, date, and month, including day of the week.
5. Local processor real-time clock shall be automatically synchronized with the
central station at least once per day to plus or minus 10 seconds (the time
synchronization shall be accomplished automatically, without operator action and
without requiring system shutdown).
B. Startup Software:
1. Causes automatic commencement of operation without human intervention,
including startup of all connected I/O functions.
2. Local processor restart program based on detection of power failure at the local
processor shall be included in the local processor software.
3. Initiates operation of self-test diagnostic routines.
4. Upon failure of the local processor, if the database and application software are no
longer resident, the local processor shall not restart and systems shall remain in
the failure mode indicated until the necessary repairs are made.
5. If the database and application programs are resident, the local processor shall
immediately resume operation.
C. Operating Mode:
1. Local processors shall control and monitor inputs and outputs as specified,
independent of communications with the central station or designated
workstations.
2. Alarms, status changes, and other data shall be transmitted to the central station
or designated workstations when communications circuits are operable.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 20 Technical Specifications
3. If communications are not available, each local processor shall function in a stand -
alone mode and operational data, including the status and alarm data normally
transmitted to the central station or designated workstations, shall be stored for
later transmission to the central station or designated workstations.
4. Storage for the latest 4000 events shall be provided at local processors, as a
minimum.
5. Local processors shall accept software downloaded from the central station.
6. Panel shall support flash ROM technology to accomplish firmware downloads from
a central location.
D. Failure Mode: Upon failure for any reason, each local processor shall perform an orderly
shutdown and force all local processor outputs to a predetermined (failure -mode) state,
consistent with the failure modes shown and the associated control device.
E. Functions:
1. Monitoring of inputs.
2. Control of outputs.
3. Reporting of alarms automatically to the central station.
4. Reporting of sensor and output status to central station upon request.
5. Maintenance of real time, automatically updated by the central station at least once
a day.
6. Communication with the central station.
7. Execution of local processor resident programs.
8. Diagnostics.
9. Download and upload data to and from the central station.
2.10 FIELD-PROCESSING HARDWARE
A. Alarm Annunciation Local Processor:
1. Respond to interrogations from the field device network, recognize and store alarm
status inputs until they are transmitted to the central station, and change outputs
based on commands received from the central station.
2. Local processor shall also automatically restore communication within 10 seconds
after an interruption with the field device network and provide dc line supervision
on each of its alarm inputs.
3. Local processor inputs shall monitor dry contacts for changes of state that reflect
alarm conditions.
4. Local processor shall have at least eight alarm inputs which allow wiring contacts
as normally open or normally closed for alarm conditions; and shall provide line
supervision for each input by monitoring each input for abnormal open, grounded,
or shorted conditions using dc current change measurements.
5. Local processor shall report line supervision alarms to the central station.
6. Alarms shall be reported for any condition that remains abnormal at an input for
longer than 500 milliseconds.
7. Alarm condition shall be transmitted to the central computer during the next
interrogation cycle.
8. Local processor outputs shall reflect the state of commands issued by the central
station.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 21 Technical Specifications
9. Outputs shall be a form C contact and shall include normally open and normally
closed contacts.
10. Local processor shall have at least four command outputs.
11. Local processor shall be able to communicate with the central station via RS -485
or TCP/IP as a minimum.
B. Processor Power Supply:
1. Local processor and sensors shall be powered from an uninterruptible power
source.
2. Uninterruptible power source shall provide eight hours of battery back -up power in
the event of primary power failure and shall automatically fully recharge the
batteries within 12 hours after primary power is restored.
3. If the facility is without an emergency generator, the uninterruptible power source
shall provide 24 hours of battery backup power.
4. There shall be no equipment malfunctions or perturbations or loss of data during
the switch from primary to battery power and vice versa.
5. Batteries shall be sealed, non-outgassing type.
6. Power supply shall be equipped with an indicator for ac input power and an
indicator for dc output power.
7. Loss of primary power shall be reported to the central station as an alarm.
C. Auxiliary Equipment Power: A GFI service outlet shall be furnished inside the local
processor's enclosure.
D. Entry-Control Local Processor:
1. Entry-control local processor shall respond to interrogations from the field device
network, recognize and store alarm status inputs until they are transmitted to the
central station, and change outputs based on commands received from the central
station.
2. Local processor shall also automatically restore communication within 10 seconds
after an interruption with the field device network and provide dc line supervision
on each of its alarm inputs.
3. Entry-control local processor shall provide local entry -control functions including
communicating with field devices such as card readers, keypads, biometric
personnel identity-verification devices, door strikes, magnetic latches, gate and
door operators, and exit push buttons.
4. Processor shall grant or deny entry by sending control signals to portal -control
devices and mask intrusion-alarm annunciation from sensors stimulated by
authorized entries.
5. Entry-control local processor shall use inputs from entry-control devices to change
modes between access and secure.
6. Local processor shall maintain a date -time- and location-stamped record of each
transaction and transmit transaction records to the central station.
7. Upon authentication of the credentials or information presented, the local
processor shall automatically check privileges of the identified individual, allowing
only those actions granted as privileges.
8. Privileges shall include, but are not limited to, time of day control, day of week
control, group control, and visitor escort control. The local processor shall maintain
a date-time- and location-stamped record of each transaction.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 22 Technical Specifications
9. The entry-control local processor shall also provide control outputs to portal -control
devices.
10. Local processor shall be able to communicate with the central station via RS -485
or TCP/IP as a minimum.
11. The system manufacturer shall provide strategies for downloading database
information for panel configurations and cardholder data to minimize the required
download time when using IP connectivity.
2.11 VIDEO AND CAMERA
A. Control station or designated workstation displays live video from a Camera source.
B. Display mouse-selectable icons representing each camera source, to select source to
be displayed. For Camera sources that are connected to a video switcher, control station
shall automatically send control commands through a COM port to display the requested
camera when the camera icon is selected.
2.12 CABLES
A. General Cable Requirements: Comply with requirements in Section 280513 "Conductors
and Cables for Electronic Safety and Security" and as recommended by system
manufacturer for integration requirement.
B. PVC-Jacketed, TIA 485-A Cables: Two pairs, twisted, No. 22 AWG, stranded (7x30)
tinned copper conductors, PVC insulation, unshielded, PVC jacket, and NFPA 70, Type
CMG.
1. NFPA 70, Type CMP.
2. Flame Resistance: NFPA 262 flame test.
C. Multiconductor, PVC, Reader and Wiegand Keypad Cables:
1. No. 22 AWG, paired and twisted multiple conductors, stranded (7x30) tinned
copper conductors, semirigid PVC insulation, overall aluminum -foil/polyester-tape
shield with 100 percent shield coverage, plus tinned copper braid shield with 65
percent shield coverage, and PVC jacket.
2. NFPA 70, Type CMG.
3. Flame Resistance: UL 1581 vertical tray.
4. For TIA 232-F applications.
D. Paired, PVC, Reader and Wiegand Keypad Cables:
1. Three pairs, twisted, No. 22 AWG, stranded (7x30) tinned copper conductors,
polypropylene insulation, individual aluminum -foil/polyester-tape shielded pairs
each with No. 22 AWG, stranded tinned copper drain wire, 100 percent shield
coverage, and PVC jacket.
2. NFPA 70, Type CM.
3. Flame Resistance: UL 1581 vertical tray.
E. LAN Cabling:
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 23 Technical Specifications
1. Comply with requirements in Section 280513 "Conductors and Cables for
Electronic Safety and Security."
2. NFPA 262.
2.13 TRANSFORMERS
A. NFPA 70, Class II control transformers, NRTL listed. Transformers for security access-
control system shall not be shared with any other system.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine pathway elements intended for cables. Check raceways, cable trays, and other
elements for compliance with space allocations, installation tolerances, hazards to cable
installation, and other conditions affecting installation.
B. Examine roughing-in for LAN and control cable conduit systems to PCs, controllers, card
readers, and other cable-connected devices to verify actual locations of conduit and back
boxes before device installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Comply with TIA/EIA 606-A, "Administration Standard for Commercial
Telecommunications Infrastructure."
B. Obtain detailed Project planning forms from manufacturer of access -control system;
develop custom forms to suit Project. Fill in all data available from Project plans and
specifications and publish as Project planning documents for review and approval.
1. Record data setup for control station and workstations.
2. For each Location, record setup of controller features and access requirements.
3. Propose start and stop times for time zones and holidays, and match up access
levels for doors.
4. Set up alarms. Establish interlocks between alarms, intruder detection, and video
surveillance features.
5. Prepare a specific plan for system testing, startup, and demonstration.
6. Develop acceptance test concept and, on approval, develop specifics of the test.
7. Develop cable and asset-management system details; input data from
construction documents.
3.3 CABLING
A. Comply with NECA 1, "Good Workmanship in Electrical Construction."
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 24 Technical Specifications
B. Install cables and wiring according to requirements in Section 280513 "Conductors and
Cables for Electronic Safety and Security."
C. Wiring Method: Install wiring in raceway and cable tray except within consoles, cabinets,
desks, and counters and except in accessible ceiling spaces and in gypsum board
partitions where unenclosed wiring method may be used. Use NRTL-listed plenum cable
in environmental airspaces, including plenum ceilings. Conceal raceway and cables
except in unfinished spaces.
D. Install LAN cables using techniques, practices, and methods that are consistent with
Category 5E rating of components and fiber-optic rating of components, and that ensure
Category 6 and fiber-optic performance of completed and linked signal paths, end to
end.
E. Boxes and enclosures containing security-system components or cabling, and which are
easily accessible to employees or to the public, shall be provided with a lock. Boxes
above ceiling level in occupied areas of the building shall not be considered accessible.
Junction boxes and small device enclosures below ceiling level and easily accessible to
employees or the public shall be covered with a suitable cover plate and secured with
tamperproof screws.
3.4 CABLE APPLICATION
A. Comply with TIA 569-B, "Commercial Building Standard for Telecommunications
Pathways and Spaces."
B. Cable application requirements are minimum requirements and shall be exceeded if
recommended or required by manufacturer of system hardware.
C. TIA 232-F Cabling: Install at a maximum distance of 50 ft.
D. TIA 485-A Cabling: Install at a maximum distance of 4000 ft.
E. Card Readers and Keypads:
1. Install number of conductor pairs recommended by manufacturer for the functions
specified.
2. Unless manufacturer recommends larger conductors, install No. 22 AWG wire if
maximum distance from controller to the reader is 250 ft., and install No. 20 AWG
wire if maximum distance is 500 ft..
3. For greater distances, install "extender" or "repeater" modules recommended by
manufacturer of the controller.
4. Install minimum No. 18 AWG shielded cable to readers and keypads that draw 50
mA or more.
F. Install minimum No. 16 AWG cable from controller to electrically powered locks. Do not
exceed 500 ft.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 25 Technical Specifications
3.5 GROUNDING
A. Comply with ANSI/TIA 607-B for Grounding and Bonding.
B. Comply with IEEE 1100, "Recommended Practice for Power and Grounding Electronic
Equipment."
C. Ground cable shields, drain conductors, and equipment to eliminate shock hazard and
to minimize ground loops, common -mode returns, noise pickup, cross talk, and other
impairments.
D. Bond shields and drain conductors to ground at only one point in each circuit.
E. Signal Ground:
1. Terminal: Locate in each equipment room and wiring closet; isolate from power
system and equipment grounding.
2. Bus: Mount on wall of main equipment room with standoff insulators.
3. Backbone Cable: Extend from signal ground bus to signal ground terminal in each
equipment room and wiring closet.
3.6 INSTALLATION
A. Install card readers, Reader control boards, networking devices, Cameras, and all other
needed device.
3.7 IDENTIFICATION
A. Comply with TIA/EIA 606-B.
B. Label each terminal strip and screw terminal in each cabinet, rack, or panel.
1. All wiring conductors connected to terminal strips shall be individually numbered,
and each cable or wiring group being extended from a panel or cabinet to a
building-mounted device shall be identified with the name and number of the
particular device as shown.
2. Each wire connected to building -mounted devices is not required to be numbered
at the device if the color of the wire is consistent with the associated wire connected
and numbered within the panel or cabinet.
3.8 SYSTEM SOFTWARE AND HARDWARE
A. Develop, install, and test software and hardware, and perform database tests for the
complete and proper operation of systems involved. Assign software license to Owner.
3.9 FIELD QUALITY CONTROL
A. Perform tests and inspections.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 26 Technical Specifications
1. Manufacturer's Field Service: Engage a factory-authorized service representative
to inspect components, assemblies, and equipment installations, including
connections, and to assist in testing.
B. Tests and Inspections:
1. LAN Cable Procedures: Inspect for physical damage and test each conductor
signal path for continuity and shorts. Use Class 2, bidirectional, Category 5 tester.
Test for faulty connectors, splices, and terminations. Test according to TIA/EIA
568-C, "Commercial Building Telecommunications Cabling Standards - Part 1:
General Requirements." Link performance for UTP cables must comply with
minimum criteria in TIA/EIA 568-C.
2. Test each circuit and component of each system. Tests shall include, but are not
limited to, measurements of power-supply output under maximum load, signal loop
resistance, and leakage to ground where applicable. System components with
battery backup shall be operated on battery power for a period of not less than 10
percent of the calculated battery operating time. Provide special equipment and
software if testing requires special or dedicated equipment.
3. Operational Test: After installation of cables and connectors, demonstrate product
capability and compliance with requirements. Test each signal path for end-to-end
performance from each end of all pairs installed. Remove temporary connections
when tests have been satisfactorily completed.
C. Devices and circuits will be considered defective if they do not pass tests and
inspections.
D. Prepare test and inspection reports.
3.10 STARTUP SERVICE
A. Engage a factory-authorized service representative to supervise and assist with startup
service.
1. Complete installation and startup checks according to approved procedures that
were developed in "Preparation" Article and with manufacturer's written
instructions.
2. Enroll and prepare badges and access cards for Owner's operators, management,
and security personnel.
3.11 PROTECTION
A. Maintain strict security during the installation of equipment and software.
3.12 DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain security access system.
ITEM 28 13 00 ACCESS CONTROL SYSTEM
Renton Municipal Airport (RNT) Access Control System City of Renton
Gate & Perimeter Security Upgrades 28 13 00 – 27 Technical Specifications
PART 4 - METHOD OF MEASUREMENT
Installation, setup, testing , training of the fully functional Lenel S2 Access Control System with
software upgrade to meet the requirement as outlined in the drawings and specifications and
integration with Avigilon Vigilant video security system, section 28 23 00, will be measured under
“Access Control System Software Upgrade”. Basis of bid shall be $130,300 software price
exclusive of taxes, fees, etc., with payment amount to be modified to match actual price paid per
receipt provided. Bid price shall include all support and costs by contractor for implementing the
software upgrade.
Installation of all other necessary hardware for communication, access controls, monitoring
including cameras, cables, devices, etc. specified under this and all other sections to be measured
under “Access Control System Hardware Installation”.
PART 5 - BASIS OF PAYMENT
Payment will be made as part of a lump sum amount for the above measured items as given
below. This price shall be full compensation for furnishing all materials and for all preparation and
installation of these software and hardware materials, and for all labor, equipment, tools, and
incidentals necessary to complete this item and other items included in this and other sections of
specifications.
Payment will be made under Section 28 13 00-1 “Access Control System Software Upgrade” –
Lump Sum
Payment will be made under Section 28 13 00 -2 “Access Control System Hardware Installation”
– Lump Sum
END OF SECTION 28 13 00
INTENTIONALLY LEFT BLANK
ITEM 28 23 00 VIDEO SURVEILLANCE SYSTEM
Renton Municipal Airport (RNT) Video Surveillance System City of Renton
Gate & Perimeter Security Upgrades 28 23 00 – 1 Technical Specifications
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract .
1.2 SUMMARY
A. Upgrade the existing Avigilon Vigilant Video surveillance system if needed and integrate
the new IP based card reader cameras, multi-sensor cameras viewing the gates, long
range and short-range intrusion detection analytics cameras, and license plate reader
cameras in a network environment. V ideo surveillance system to include, digital video
recorder, data transmission wiring, and a control station with its associated equipment.
B. The video surveillance system shall be integrated with the system as specified in
Section 28 13 00 "Access Control System".
1.3 PERFORMANCE REQUIREMENTS
A. Seismic Performance: Video surveillance system shall withstand the effects of
earthquake motions determined according to ASCE/SEI 7.
1. The term "withstand" means "the unit will remain in place without separation of any
parts from the device when subjected to the seismic forces specified and the unit
will be fully operational after the seismic event."
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product indicated. Include dimensions and data on
features, performance, electrical characteristics, ratings, and finishes.
B. Equipment List: Include every piece of equipment by model number, manufacturer, serial
number, location, and date of original installation. Add pretesting record of each piece of
equipment, listing name of person testing, date of test, set points of adjustments, name
and description of the view of preset positions, description of alarms, and description of
unit output responses to an alarm.
1.5 INFORMATIONAL SUBMITTALS
A. Seismic Qualification Certificates: For video surveillance, cameras, camera -supporting
equipment, accessories, and components, from the manufacturer.
1. Basis for Certification: Indicate whether withstand certification is based on actual
test of assembled components or on calculation.
2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and
locate and describe mounting and anchorage provisions.
ITEM 28 23 00 VIDEO SURVEILLANCE SYSTEM
Renton Municipal Airport (RNT) Video Surveillance System City of Renton
Gate & Perimeter Security Upgrades 28 23 00 – 2 Technical Specifications
3. Detailed description of equipment anchorage devices on which the certification is
based and their installation requirements.
B. Field quality-control reports.
C. Warranty: Sample special warranty.
1.6 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For cameras, power supplies, monitors, digital video
recorders, video switches, and control-station components to include in emergency,
operation, and maintenance manuals.
1. Lists of spare parts and replacement components recommended to be stored at
the site for ready access.
1.7 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
B. Comply with NECA 1.
C. Comply with NFPA 70.
D. Electronic data exchange between video surveillance system with an access -control
system shall comply with SIA TVAC.
1.8 PROJECT CONDITIONS
A. Environmental Conditions: Capable of withstanding the following environmental
conditions without mechanical or electrical damage or degradation of operating
capability:
1. Control Station: Rated for continuous operation in ambient temperatures of 60 to
85 deg F and a relative humidity of 20 to 80 percent, noncondensing.
2. Exterior Environment: System components installed in locations exposed to
weather shall be rated for continuous operation in ambient temperatures of minus
30 to plus 122 deg F dry bulb and 20 to 90 percent relative humidity, condensing.
Rate for continuous operation when exposed to rain as specified in NEMA 250,
winds up to 85 mph and snow cover up to 12 inches thick. Use NEMA 250,
Type 3R or Type 4X enclosures.
3. Hazardous Environment: System components located in areas where fire or
explosion hazards may exist because of flammable gases or vapors, flammable
liquids, combustible dust, or ignitable fibers shall be rated, listed, and installed
according to NFPA 70.
4. Security Environment: Camera housing for use in high-risk areas where
surveillance equipment may be subject to physical violence.
ITEM 28 23 00 VIDEO SURVEILLANCE SYSTEM
Renton Municipal Airport (RNT) Video Surveillance System City of Renton
Gate & Perimeter Security Upgrades 28 23 00 – 3 Technical Specifications
1.9 WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair
or replace components of cameras, equipment related to camera operation, and control -
station equipment that fail in materials or workmanship within specified warranty period.
1. Warranty Period: Minimum one year from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 SYSTEM REQUIREMENTS
A. Video-signal format shall comply with NTSC standard, composite interlaced video.
Composite video-signal termination shall be 75 ohms.
B. Surge Protection: Protect components from voltage surges originating external to
equipment housing and entering through power, communication, signal, control, or
sensing leads. Include surge protection for external wiring of each conductor's entry
connection to components.
1. Minimum Protection for Power Connections 120 V
2. Minimum Protection for Communication, Signal, Control, and Low -Voltage Power
Connections.
C. Tamper Protection: Tamper switches on enclosures, control units, pull boxes, junction
boxes, cabinets, and other system components shall initiate a tamper -alarm signal when
unit is opened or partially disassembled. Control-station, control-unit alarm display shall
identify tamper alarms and indicate locations.
2.2 STANDARD CAMERAS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following, but are not limited to, the following:
1. Avigilon
2. Axis Communications
3. Pelco or equal.
B. Basis-of-Design Product: Subject to compliance with requirements, provide product
indicated on Drawings or comparable product of the following. City has standardized
their camera software on Avigilon products, and cameras to be integrated with the
Avigilon software. Long- and short-range cameras to have analytic capability with
learning capability. Card Reader cameras to be Axis P1455 -LE or equal, Multi-sensor
cameras to be Axis P3735-PLE or equal, License plate reader cameras to be Axis
P3265-Live-3 or equal, Long-range cameras to be Axis Q1809-LE 150mm or equal,
short-range cameras to be Axis Q1806-LE or equal.
ITEM 28 23 00 VIDEO SURVEILLANCE SYSTEM
Renton Municipal Airport (RNT) Video Surveillance System City of Renton
Gate & Perimeter Security Upgrades 28 23 00 – 4 Technical Specifications
2.3 POWER SUPPLIES
A. Low-voltage power supplies matched for voltage and current requirements of cameras
and accessories, and of type as recommended by manufacturer of camera , infrared
illuminator, and lens in suitable enclosures.
B. Exterior housing shall be suitable for the same environmental conditions as the
associated camera.
2.4 NETWORK VIDEO RECORDERS
A. Use the existing hard dis drive at the City hall.
1. Video and audio recording over TCP/IP network.
2. Video recording of MPEG-4 and MJEG streams.
3. Video recording up to 48 Mbps for internal storage and up to 100 Mbps for external
storage.
4. Duplex Operation: Simultaneous recording and playback.
5. Continuous and alarm -based recording.
6. Full-Featured Search Capabilities: Search based on camera, time, or date.
7. Automatic data replenishment to ensure recording even if network is down.
8. Digital certification by watermarking.
2.5 IP VIDEO SYSTEMS
A. Description:
1. System shall provide high-quality delivery and processing of IP-based video,
audio, and control data using standard Ethernet -based networks.
2. System shall have seamless integration of all video surveillance and control
functions.
3. Graphical user interface software shall manage all IP -based video matrix switching
and camera control functions, alarm monitoring and control, and recording and
archive/retrieval management. IP system shall also be capable of integrating into
larger system environments.
2.6 SIGNAL TRANSMISSION COMPONENTS
A. Cat6 cable with RJ45 connectors
B. Fiber Optic cable
C. Wireless communication by Aruba wireless products
ITEM 28 23 00 VIDEO SURVEILLANCE SYSTEM
Renton Municipal Airport (RNT) Video Surveillance System City of Renton
Gate & Perimeter Security Upgrades 28 23 00 – 5 Technical Specifications
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine pathway elements intended for cables. Check raceways and other elements
for compliance with space allocations, installation tolerance, hazards to camera
installation, and other conditions affecting installation.
B. Examine roughing-in for LAN, and IP network before device installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 WIRING
A. Comply with requirements in Section “Raceways and Boxes for Electrical Systems."
B. Wiring Method: Install cables in raceways unless otherwise indicated.
C. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points with no
excess and without exceeding manufacturer's limitations on bending radi us. Provide and
use lacing bars and distribution spools.
D. Splices, Taps, and Terminations: For power and control wiring, use numbered terminal
strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures.
Tighten electrical connectors and terminals according to manufacturer's published
torque-tightening values. If manufacturer's torque values are not indicated, use those
specified in UL 486A-486B.
E. Grounding: Provide independent-signal circuit grounding recommended in writing by
manufacturer.
3.3 VIDEO SURVEILLANCE SYSTEM INSTALLATION
A. Install cameras level and plumb.
B. Install cameras with 84-inch- minimum clear space below cameras and their mountings.
Change type of mounting to achieve required clearance.
C. Install power supplies and other auxiliary components at control stations unless
otherwise indicated.
D. Install tamper switches on components indicated to receive tamper switches, arranged
to detect unauthorized entry into system -component enclosures and mounted in self -
protected, inconspicuous positions.
E. Identify system components, wiring, cabling, and terminals .
ITEM 28 23 00 VIDEO SURVEILLANCE SYSTEM
Renton Municipal Airport (RNT) Video Surveillance System City of Renton
Gate & Perimeter Security Upgrades 28 23 00 – 6 Technical Specifications
3.4 FIELD QUALITY CONTROL
A. Testing Agency: Owner may engage a qualified testing agency to perform tests and
inspections.
B. Manufacturer's Field Service: Engage a factory-authorized service representative to
inspect, test, and adjust components, assemblies, and equipment installations, including
connections.
C. Perform tests and inspections.
1. Manufacturer's Field Service: Engage a factory-authorized service representative
to inspect components, assemblies, and equipment installations, including
connections, and to assist in testing.
D. Tests and Inspections:
1. Inspection: Verify that units and controls are properly installed, connected, and
labeled, and that interconnecting wires and terminals are identified.
2. Pretesting: Align and adjust system and pretest components, wiring, and functions
to verify that they comply with specified requirements. Conduct tests at varying
lighting levels, including day and night scenes as applicable. Prepare video-
surveillance equipment for acceptance and operational testing as follows:
1. Prepare equipment list described in "Informational Submittals".
2. Set back-focus of fixed focal length lenses. At focus set to infinity, simulate
nighttime lighting conditions by using a dark glass filter of a density that
produces a clear image. Adjust until the image is in focus with and without
the filter.
3. Connect and verify responses to alarms.
4. Verify operation of control-station equipment.
3. Test Schedule: Schedule tests after pretesting have been successfully completed
and the system has been in normal functional operation for at least 14 days.
Provide a minimum of 10 days' notice of the test schedule.
4. Operational Tests: Perform operational system tests to verify that system complies
with Specifications. Include all modes of system operation. Test equipment for
proper operation in all functional modes.
E. Video surveillance systems will be considered defective if they do not pass tests and
inspections.
F. Prepare test and inspection reports.
3.5 ADJUSTING
A. Occupancy Adjustments: When requested within 12 months of the date of Substantial
Completion, provide on-site assistance in adjusting systems to suit actual occupied
conditions. Provide up to two visits to the Project during other-than-normal occupancy
hours for this purpose. Tasks shall include, but are not limited to, the following:
ITEM 28 23 00 VIDEO SURVEILLANCE SYSTEM
Renton Municipal Airport (RNT) Video Surveillance System City of Renton
Gate & Perimeter Security Upgrades 28 23 00 – 7 Technical Specifications
1. Check cable connections.
2. Check proper operation of cameras and lenses.
3. Recommend changes to cameras, lenses, and associated equipment to improve
Owner's use of video surveillance system.
4. Provide a written report on adjustments and recommendations.
3.6 CLEANING
A. Clean installed items using methods and materials recommended in writing by
manufacturer.
B. Clean video-surveillance-system components, including camera-housing windows,
lenses, and monitor screens.
3.7 DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain video -surveillance software and equipment.
PART 4 - METHOD OF MEASUREMENT
Installation, setup, programming, testing, training and licenses of the fully functional Avigilon
Vigilant video security system software upgrade to meet the requirement as outlined in the
drawings and specifications and integration of this with Lenel Access control software will be
measured under Section 2 8 13 00-1 “Access Control System Software Upgrade”. Installation of
all other necessary hardware for communication, monitoring including cameras, cables, devices,
etc. to be measured under Section 28 13 00-2 “Access Control System Hardware Installation”.
PART 5 - BASIS OF PAYMENT
No separate payment will be made for the Work required by this section. The cost for this por-
tion of the Work will be considered incidental to and included in the payments made for the bid
item in the Lump Sum price bid under Section 28 13 00. The Vigilant Video surveillance soft-
ware and its integration is measured as part of the line item 28 13 00 -1 “Access Control System
Software Upgrade” – Lump Sum. All hardware items such as cameras, mountings, cables, etc.
as part of the item 28 13 00 -2 “Access Control System Hardware Installation”. This price shall
be full compensation for furnishing all materials and for all preparation and installation of these
software materials, and for all labor, equipment, tools, and incidentals necessary to complete
this item and other items included in this and other sections of specifications.
END OF SECTION 28 23 00
INTENTIONALLY LEFT BLANK
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
APPENDICES
INTENTIONALLY LEFT BLANK
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
APPENDIX A
L&I PREVAILING WAGE RATES AND BENEFIT KEY CODE
INTENTIONALLY LEFT BLANK
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benets. On public works
projects, worker's wage and benet rates must add to not less than this total. A brief description of overtime calculation
requirements are provided on the Benet Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 05/01/2025
King County
TradeJob Classication Wage Holiday Overtime Note Risk Class
Asbestos Abatement Workers Journey Level $63.87 5 D 1 H V i e w
Boilermakers Journey Level $78.89 5 N 1 C V i e w
Brick Mason Journey Level $71.82 7 E 1 N V i e w
Brick Mason Pointer-Caulker-Cleaner $71.82 7 E 1 N V i e w
Building Service Employees Janitor $30.33 5 S 2 F V i e w
Building Service Employees Traveling Waxer/Shampooer $30.78 5 S 2 F V i e w
Building Service Employees Window Cleaner (Non-Scaold)$32.93 5 S 2 F V i e w
Building Service Employees Window Cleaner (Scaold)$33.93 5 S 2 F V i e w
Cabinet Makers (In Shop)Journey Level $22.74 1 V i e w
Carpenters Acoustical Worker $78.96 1 5 J 1 1 U V i e w
Carpenters Bridge Dock and Wharf Carpenter $80.50 1 5 J 1 1 U 9 L V i e w
Carpenters Floor Layer & Floor Finisher $78.96 1 5 J 1 1 U V i e w
Carpenters General Carpenter $78.96 1 5 J 1 1 U V i e w
Carpenters Scaold Erector $78.96 1 5 J 1 1 U V i e w
Cement Masons Application of all Composition Mastic $77.30 1 5 J 4 U V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 1/28
Cement Masons Application of all Epoxy Material $76.78 1 5 J 4 U V i e w
Cement Masons Application of all Plastic Material $77.30 1 5 J 4 U V i e w
Cement Masons Application of Sealing Compound $76.78 1 5 J 4 U V i e w
Cement Masons Application of Underlayment $77.30 1 5 J 4 U V i e w
Cement Masons Building General $76.78 1 5 J 4 U V i e w
Cement Masons Composition or Kalman Floors $77.30 1 5 J 4 U V i e w
Cement Masons Concrete Paving $76.78 1 5 J 4 U V i e w
Cement Masons Curb & Gutter Machine $77.30 1 5 J 4 U V i e w
Cement Masons Curb & Gutter, Sidewalks $76.78 1 5 J 4 U V i e w
Cement Masons Curing Concrete $76.78 1 5 J 4 U V i e w
Cement Masons Finish Colored Concrete $77.30 1 5 J 4 U V i e w
Cement Masons Floor Grinding $77.30 1 5 J 4 U V i e w
Cement Masons Floor Grinding/Polisher $76.78 1 5 J 4 U V i e w
Cement Masons Green Concrete Saw, self-powered $77.30 1 5 J 4 U V i e w
Cement Masons Grouting of all Plates $76.78 1 5 J 4 U V i e w
Cement Masons Grouting of all Tilt-up Panels $76.78 1 5 J 4 U V i e w
Cement Masons Gunite Nozzleman $77.30 1 5 J 4 U V i e w
Cement Masons Hand Powered Grinder $77.30 1 5 J 4 U V i e w
Cement Masons Journey Level $76.78 1 5 J 4 U V i e w
Cement Masons Patching Concrete $76.78 1 5 J 4 U V i e w
Cement Masons Pneumatic Power Tools $77.30 1 5 J 4 U V i e w
Cement Masons Power Chipping & Brushing $77.30 1 5 J 4 U V i e w
Cement Masons Sand Blasting Architectural Finish $77.30 1 5 J 4 U V i e w
Cement Masons Screed & Rodding Machine $77.30 1 5 J 4 U V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 2/28
Cement Masons Spackling or Skim Coat Concrete $76.78 1 5 J 4 U V i e w
Cement Masons Troweling Machine Operator $77.30 1 5 J 4 U V i e w
Cement Masons
Troweling Machine Operator on
Colored Slabs
$77.30 1 5 J 4 U V i e w
Cement Masons Tunnel Workers $77.30 1 5 J 4 U V i e w
Divers & Tenders
Bell/Vehicle/Submersible Operator
(not under pressure)
$156.25 1 5 J 1 1 T 9 I V i e w
Divers & Tenders Dive Supervisor $157.75 1 5 J 1 1 T 9 I V i e w
Divers & Tenders Diver $156.25 1 5 J 1 1 T 9 I V i e w
Divers & Tenders Diver Tender $86.86 1 5 J 1 1 T 9 I V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 0-30.00 PSI
$109.76 1 5 J 1 1 U V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 31.01-44.00 PSI
$118.99 1 5 J 1 1 U V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 44.01 - 54.00 PSI
$128.22 1 5 J 1 1 U V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 54.01 - 60.00 PSI
$137.45 1 5 J 1 1 U V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 60.01 - 64.00 PSI
$146.67 1 5 J 1 1 U V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 64.01 - 68.00 PSI
$155.90 1 5 J 1 1 U V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 68.01 - 70.00 PSI
$165.13 1 5 J 1 1 U V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 70.01 - 72.00 PSI
$174.36 1 5 J 1 1 U V i e w
Divers & Tenders
Hyperbaric Worker - Compressed Air
Worker 72.01 - 74.00 PSI
$183.59 1 5 J 1 1 U V i e w
Divers & Tenders Lead Diver (Dive Master)$101.32 1 5 J 1 1 T 9 I V i e w
Divers & Tenders
Manifold Operator (Life Support
Technician)
$86.86 1 5 J 1 1 T 9 I V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 3/28
Divers & Tenders
Remote Operated Vehicle
Operator/Technician
$86.86 1 5 J 1 1 T 9 I V i e w
Divers & Tenders
Remote Operated Vehicle
Operator/Technician
$86.86 1 5 J 1 1 T 9 I V i e w
Divers & Tenders Remote Operated Vehicle Tender $80.55 1 5 J 1 1 T 9 I V i e w
Divers & Tenders Stand-by Diver $96.32 1 5 J 1 1 T 9 I V i e w
Dredge Workers Assistant Engineer $85.37 5 D 3 F V i e w
Dredge Workers Assistant Mate (Deckhand)$84.71 5 D 3 F V i e w
Dredge Workers Boatmen $85.37 5 D 3 F V i e w
Dredge Workers Engineer Welder $87.02 5 D 3 F V i e w
Dredge Workers Leverman, Hydraulic $88.77 5 D 3 F V i e w
Dredge Workers Mates $85.37 5 D 3 F V i e w
Dredge Workers Oiler $84.71 5 D 3 F V i e w
Drywall Applicator Journey Level $78.76 1 5 O 1 1 S V i e w
Drywall Tapers Journey Level $78.76 1 5 O 1 1 S V i e w
Electrical Fixture Maintenance
Workers
Journey Level $40.69 5 L 1 E V i e w
Electricians - Inside Cable Splicer $115.15 7 C 4 E V i e w
Electricians - Inside Cable Splicer (tunnel)$123.64 7 C 4 E V i e w
Electricians - Inside Certied Welder $111.30 7 C 4 E V i e w
Electricians - Inside Certied Welder (tunnel)$119.41 7 C 4 E V i e w
Electricians - Inside Construction Stock Person $54.03 7 C 4 E V i e w
Electricians - Inside Journey Level $107.44 7 C 4 E V i e w
Electricians - Inside Journey Level (tunnel)$115.15 7 C 4 E V i e w
Electricians - Motor Shop Journey Level $48.68 5 A 1 B V i e w
Electricians - Powerline Construction Cable Splicer $102.42 5 A 4 D V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 4/28
Electricians - Powerline Construction Certied Line Welder $93.99 5 A 4 D V i e w
Electricians - Powerline Construction Groundperson $59.30 5 A 4 D V i e w
Electricians - Powerline Construction Heavy Line Equipment Operator $93.99 5 A 4 D V i e w
Electricians - Powerline Construction Journey Level Lineperson $93.99 5 A 4 D V i e w
Electricians - Powerline Construction Line Equipment Operator $80.96 5 A 4 D V i e w
Electricians - Powerline Construction Meter Installer $59.30 5 A 4 D 8 W V i e w
Electricians - Powerline Construction Pole Sprayer $93.99 5 A 4 D V i e w
Electricians - Powerline Construction Powderperson $69.84 5 A 4 D V i e w
Electronic Technicians Journey Level $69.69 7 E 1 E V i e w
Elevator Constructors Mechanic $115.14 7 D 4 A V i e w
Elevator Constructors Mechanic In Charge $124.53 7 D 4 A V i e w
Fabricated Precast Concrete Products
All Classications - In-Factory Work
Only
$21.34 5 B 1 R V i e w
Fence Erectors Fence Erector $54.65 1 5 J 1 1 P 8 Y V i e w
Fence Erectors Fence Laborer $54.65 1 5 J 1 1 P 8 Y V i e w
Flaggers Journey Level $54.65 1 5 J 1 1 P 8 Y V i e w
Glaziers Journey Level $82.16 7 L 1 Y V i e w
Heat & Frost Insulators And Asbestos
Workers
Journey Level $91.81 1 5 H 1 1 C V i e w
Heating Equipment Mechanics Journey Level $102.92 7 F 1 E V i e w
Hod Carriers & Mason Tenders Journey Level $67.38 1 5 J 1 1 P 8 Y V i e w
Industrial Power Vacuum Cleaner Journey Level $16.66 1 V i e w
Inland Boatmen Boat Operator $71.28 5 B 1 K V i e w
Inland Boatmen Cook $69.70 5 B 1 K V i e w
Inland Boatmen Deckhand $70.00 5 B 1 K V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 5/28
Inland Boatmen Deckhand Engineer $69.55 5 B 1 K V i e w
Inland Boatmen Launch Operator $71.23 5 B 1 K V i e w
Inland Boatmen Mate $89.12 5 B 1 K V i e w
Inspection/Cleaning/Sealing Of Sewer
& Water Systems By Remote Control
Cleaner Operator $51.27 1 5 M 1 1 O V i e w
Inspection/Cleaning/Sealing Of Sewer
& Water Systems By Remote Control
Foamer Operator $51.27 1 5 M 1 1 O V i e w
Inspection/Cleaning/Sealing Of Sewer
& Water Systems By Remote Control
Grout Truck Operator $51.27 1 5 M 1 1 O V i e w
Inspection/Cleaning/Sealing Of Sewer
& Water Systems By Remote Control
Head Operator $49.20 1 5 M 1 1 O V i e w
Inspection/Cleaning/Sealing Of Sewer
& Water Systems By Remote Control
Technician $42.99 1 5 M 1 1 O V i e w
Inspection/Cleaning/Sealing Of Sewer
& Water Systems By Remote Control
TV Truck Operator $46.10 1 5 M 1 1 O V i e w
Insulation Applicators Journey Level $78.96 1 5 J 1 1 U V i e w
Ironworkers Journeyman $90.82 1 5 K 1 1 N V i e w
Laborers Air, Gas Or Electric Vibrating Screed $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Airtrac Drill Operator $65.75 1 5 J 1 1 P 8 Y V i e w
Laborers Ballast Regular Machine $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Batch Weighman $54.65 1 5 J 1 1 P 8 Y V i e w
Laborers Brick Pavers $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Brush Cutter $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Brush Hog Feeder $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Burner $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Caisson Worker $65.75 1 5 J 1 1 P 8 Y V i e w
Laborers Carpenter Tender $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Cement Dumper-paving $64.98 1 5 J 1 1 P 8 Y V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 6/28
Laborers Cement Finisher Tender $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Change House Or Dry Shack $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Chipping Gun (30 Lbs. And Over)$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Chipping Gun (Under 30 Lbs.)$63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Choker Setter $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Chuck Tender $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Clary Power Spreader $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Clean-up Laborer $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Concrete Dumper/Chute Operator $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Concrete Form Stripper $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Concrete Placement Crew $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Concrete Saw Operator/Core Driller $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Crusher Feeder $54.65 1 5 J 1 1 P 8 Y V i e w
Laborers Curing Laborer $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers
Demolition: Wrecking & Moving (Incl.
Charred Material)
$63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Ditch Digger $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Diver $65.75 1 5 J 1 1 P 8 Y V i e w
Laborers Drill Operator (Hydraulic, Diamond)$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Dry Stack Walls $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Dump Person $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Epoxy Technician $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Erosion Control Worker $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Faller & Bucker Chain Saw $64.98 1 5 J 1 1 P 8 Y V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 7/28
Laborers Fine Graders $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Firewatch $54.65 1 5 J 1 1 P 8 Y V i e w
Laborers Form Setter $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Gabian Basket Builders $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers General Laborer $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Grade Checker & Transit Person $67.38 1 5 J 1 1 P 8 Y V i e w
Laborers Grinders $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Grout Machine Tender $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers
Groutmen (Pressure) Including Post
Tension Beams
$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Guardrail Erector $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Hazardous Waste Worker (Level A)$65.75 1 5 J 1 1 P 8 Y V i e w
Laborers Hazardous Waste Worker (Level B)$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Hazardous Waste Worker (Level C)$63.87 1 5 J 1 1 P 8 Y V i e w
Laborers High Scaler $65.75 1 5 J 1 1 P 8 Y V i e w
Laborers Jackhammer $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Laserbeam Operator $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Maintenance Person $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Manhole Builder-Mudman $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Material Yard Person $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Mold Abatement Worker $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Motorman-Dinky Locomotive $67.48 1 5 J 1 1 P 8 Y V i e w
Laborers
nozzleman (concrete pump, green
cutter when using combination of high
pressure air & water on concrete &
rock, sandblast, gunite, shotcrete,
water blaster, vacuum blaster)
$67.38 1 5 J 1 1 P 8 Y V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 8/28
Laborers Pavement Breaker $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Pilot Car $54.65 1 5 J 1 1 P 8 Y V i e w
Laborers Pipe Layer (Lead)$67.38 1 5 J 1 1 P 8 Y V i e w
Laborers Pipe Layer/Tailor $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Pipe Pot Tender $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Pipe Reliner $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Pipe Wrapper $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Pot Tender $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Powderman $65.75 1 5 J 1 1 P 8 Y V i e w
Laborers Powderman's Helper $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Power Jacks $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Power Washer $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Railroad Spike Puller - Power $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Raker - Asphalt $67.38 1 5 J 1 1 P 8 Y V i e w
Laborers Re-timberman $65.75 1 5 J 1 1 P 8 Y V i e w
Laborers Remote Equipment Operator $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Rigger/Signal Person $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Rip Rap Person $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Rivet Buster $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Rodder $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Scaold Erector $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Scale Person $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Sloper (Over 20")$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Sloper Sprayer $63.87 1 5 J 1 1 P 8 Y V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 9/28
Laborers Spreader (Concrete)$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Stake Hopper $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Stock Piler $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Swinging Stage/Boatswain Chair $54.65 1 5 J 1 1 P 8 Y V i e w
Laborers
Tamper & Similar Electric, Air & Gas
Operated Tools
$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Tamper (Multiple & Self-propelled)$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers
Timber Person - Sewer (Lagger, Shorer
& Cribber)
$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Toolroom Person (at Jobsite)$63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Topper $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Track Laborer $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Track Liner (Power)$64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Trac Control Laborer $58.20 1 5 J 1 1 P 9 C V i e w
Laborers Trac Control Supervisor $61.47 1 5 J 1 1 P 9 C V i e w
Laborers Truck Spotter $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Tugger Operator $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers
Tunnel Work-Compressed Air Worker
0-30 psi
$200.40 1 5 J 1 1 P 9 B V i e w
Laborers
Tunnel Work-Compressed Air Worker
30.01-44.00 psi
$205.43 1 5 J 1 1 P 9 B V i e w
Laborers
Tunnel Work-Compressed Air Worker
44.01-54.00 psi
$209.11 1 5 J 1 1 P 9 B V i e w
Laborers
Tunnel Work-Compressed Air Worker
54.01-60.00 psi
$214.81 1 5 J 1 1 P 9 B V i e w
Laborers
Tunnel Work-Compressed Air Worker
60.01-64.00 psi
$216.93 1 5 J 1 1 P 9 B V i e w
Laborers
Tunnel Work-Compressed Air Worker
64.01-68.00 psi
$222.03 1 5 J 1 1 P 9 B V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 10/28
Laborers
Tunnel Work-Compressed Air Worker
68.01-70.00 psi
$223.93 1 5 J 1 1 P 9 B V i e w
Laborers
Tunnel Work-Compressed Air Worker
70.01-72.00 psi
$225.93 1 5 J 1 1 P 9 B V i e w
Laborers
Tunnel Work-Compressed Air Worker
72.01-74.00 psi
$227.93 1 5 J 1 1 P 9 B V i e w
Laborers Tunnel Work-Guage and Lock Tender $67.48 1 5 J 1 1 P 8 Y V i e w
Laborers Tunnel Work-Miner $67.48 1 5 J 1 1 P 8 Y V i e w
Laborers Vibrator $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Vinyl Seamer $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers Watchman $49.97 1 5 J 1 1 P 8 Y V i e w
Laborers Welder $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Well Point Laborer $64.98 1 5 J 1 1 P 8 Y V i e w
Laborers Window Washer/Cleaner $49.97 1 5 J 1 1 P 8 Y V i e w
Laborers - Underground Sewer &
Water
General Laborer & Topman $63.87 1 5 J 1 1 P 8 Y V i e w
Laborers - Underground Sewer &
Water
Pipe Layer $64.98 1 5 J 1 1 P 8 Y V i e w
Landscape Construction
Landscape Construction/Landscaping
Or Planting Laborers
$49.97 1 5 J 1 1 P 8 Y V i e w
Landscape Construction Landscape Operator $87.54 1 5 J 1 1 G 8 X V i e w
Landscape Maintenance Groundskeeper $17.87 1 V i e w
Lathers Journey Level $78.76 1 5 O 1 1 S V i e w
Marble Setters Journey Level $71.82 7 E 1 N V i e w
Metal Fabrication (In Shop)Fitter/Certied Welder $42.17 1 5 I 1 1 E V i e w
Metal Fabrication (In Shop)General Laborer $30.07 1 5 I 1 1 E V i e w
Metal Fabrication (In Shop)Mechanic $43.63 1 5 I 1 1 E V i e w
Metal Fabrication (In Shop)Welder/Burner $39.28 1 5 I 1 1 E V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 11/28
Millwright Journey Level $80.28 5 A 1 B V i e w
Modular Buildings Cabinet Assembly $16.66 1 V i e w
Modular Buildings Electrician $16.66 1 V i e w
Modular Buildings Equipment Maintenance $16.66 1 V i e w
Modular Buildings Plumber $16.66 1 V i e w
Modular Buildings Production Worker $16.66 1 V i e w
Modular Buildings Tool Maintenance $16.66 1 V i e w
Modular Buildings Utility Person $16.66 1 V i e w
Modular Buildings Welder $16.66 1 V i e w
Painters Journey Level $54.71 6 Z 1 1 J V i e w
Pile Driver Crew Tender $86.81 1 5 J 1 1 U 9 L V i e w
Pile Driver Journey Level $80.50 1 5 J 1 1 U 9 L V i e w
Plasterers Journey Level $73.54 7 Q 1 R V i e w
Plasterers Nozzleman $77.54 7 Q 1 R V i e w
Playground & Park Equipment
Installers
Journey Level $16.66 1 V i e w
Plumbers & Pipetters Journey Level $107.59 6 Z 1 G V i e w
Power Equipment Operators Asphalt Plant Operators $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Assistant Engineer $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Barrier Machine (zipper)$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Batch Plant Operator: concrete $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Boat Operator $87.82 7 A 1 1 H 8 X V i e w
Power Equipment Operators Bobcat $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Brokk - Remote Demolition Equipment $83.69 1 5 J 1 1 G 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 12/28
Power Equipment Operators Brooms $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Bump Cutter $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Cableways $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Chipper $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Compressor $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Concrete Finish Machine - Laser
Screed
$83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Concrete Pump - Mounted Or Trailer
High Pressure Line Pump, Pump High
Pressure
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Concrete Pump: Truck Mount With
Boom Attachment Over 42 M
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Concrete Pump: Truck Mount With
Boom Attachment Up To 42m
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Conveyors $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Cranes Friction: 200 tons and over $90.46 7 A 1 1 H 8 X V i e w
Power Equipment Operators Cranes, A-frame: 10 tons and under $82.59 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Cranes: 100 tons through 199 tons, or
150' of boom (including jib with
attachments)
$88.67 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Cranes: 20 tons through 44 tons with
attachments
$87.03 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Cranes: 200 tons- 299 tons, or 250' of
boom including jib with attachments
$89.60 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Cranes: 300 tons and over or 300' of
boom including jib with attachments
$90.46 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Cranes: 45 tons through 99 tons,
under 150' of boom(including jib with
attachments)
$87.82 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Cranes: Friction cranes through 199
tons
$89.60 7 A 1 1 H 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 13/28
Power Equipment Operators
Cranes: through 19 tons with
attachments, a-frame over 10 tons
$86.36 7 A 1 1 H 8 X V i e w
Power Equipment Operators Crusher $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Deck Engineer/Deck Winches (power)$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Derricks, On Building Work $87.82 7 A 1 1 H 8 X V i e w
Power Equipment Operators Dozers D-9 & Under $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Drill Oilers: Auger Type, Truck Or Crane
Mount
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Drilling Machine $89.91 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Elevator and man-lift: permanent and
shaft type
$83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Finishing Machine, Bidwell And
Gamaco & Similar Equipment
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Forklift: 3000 lbs and over with
attachments
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Forklifts: under 3000 lbs. with
attachments
$83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Grade Engineer: Using Blue Prints, Cut
Sheets, Etc
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Gradechecker/Stakeman $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Guardrail Punch $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Hard Tail End Dump Articulating O-
Road Equipment 45 Yards. & Over
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Hard Tail End Dump Articulating O-
road Equipment Under 45 Yards
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Horizontal/Directional Drill Locator $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Horizontal/Directional Drill Operator $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $86.36 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Hydralifts/boom trucks: 10 tons and
under
$82.59 7 A 1 1 H 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 14/28
Power Equipment Operators Leverman $90.84 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Loader, Overhead, 6 Yards. But Not
Including 8 Yards
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Loaders, Overhead Under 6 Yards $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Loaders, Plant Feed $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Loaders: Elevating Type Belt $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Locomotives, All $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Material Transfer Device $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Mechanics: All (Leadmen - $0.50 per
hour over mechanic)
$89.91 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Motor Patrol Graders $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Mucking Machine, Mole, Tunnel Drill,
Boring, Road Header And/or Shield
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Oil Distributors, Blower Distribution &
Mulch Seeding Operator
$83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Outside Hoists (Elevators and
Manlifts), Air Tuggers, Strato
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Overhead, bridge type Crane: 20 tons
through 44 tons
$87.03 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Overhead, bridge type: 100 tons and
over
$88.67 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Overhead, bridge type: 45 tons
through 99 tons
$87.82 7 A 1 1 H 8 X V i e w
Power Equipment Operators Pavement Breaker $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Pile Driver (other Than Crane Mount)$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Plant Oiler - Asphalt, Crusher $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Posthole Digger, Mechanical $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Power Plant $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Pumps - Water $83.69 1 5 J 1 1 G 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 15/28
Power Equipment Operators Quad 9, Hd 41, D10 And Over $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Quick Tower: no cab, under 100 feet in
height base to boom
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Remote Control Operator On Rubber
Tired Earth Moving Equipment
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Rigger and Bellman $82.59 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Rigger/Signal Person,
Bellman(Certied)
$86.36 7 A 1 1 H 8 X V i e w
Power Equipment Operators Rollagon $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Roller, Other Than Plant Mix $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Roto-mill, Roto-grinder $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Saws - Concrete $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Scraper, Self Propelled Under 45 Yards $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Scrapers - Concrete & Carry All $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Scrapers, Self-propelled: 45 Yards And
Over
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Service Engineers: Equipment $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Shotcrete/Gunite Equipment $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Shovel, Excavator, Backhoe, Tractors
Under 15 Metric Tons
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Shovel, Excavator, Backhoe: Over 30
Metric Tons To 50 Metric Tons
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Shovel, Excavator, Backhoes, Tractors:
15 To 30 Metric Tons
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Shovel, Excavator, Backhoes: Over 50
Metric Tons To 90 Metric Tons
$89.91 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Shovel, Excavator, Backhoes: Over 90
Metric Tons
$90.84 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Slipform Pavers $89.02 1 5 J 1 1 G 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 16/28
Power Equipment Operators Spreader, Topsider & Screedman $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Subgrader Trimmer $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Tower Bucket Elevators $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Tower Crane: over 175' through 250' in
height, base to boom
$89.60 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Tower crane: up to 175' in height base
to boom
$88.67 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Tower Cranes: over 250' in height from
base to boom
$90.46 7 A 1 1 H 8 X V i e w
Power Equipment Operators Transporters, All Track Or Truck Type $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Trenching Machines $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Truck Crane Oiler/Driver: 100 tons and
over
$87.03 7 A 1 1 H 8 X V i e w
Power Equipment Operators
Truck crane oiler/driver: under 100
tons
$86.36 7 A 1 1 H 8 X V i e w
Power Equipment Operators Truck Mount Portable Conveyor $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators
Vac Truck (Vactor Guzzler, Hydro
Excavator)
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Welder $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Wheel Tractors, Farmall Type $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators Yo Yo Pay Dozer $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Asphalt Plant Operators $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Assistant Engineer $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Barrier Machine (zipper)$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Batch Plant Operator, Concrete $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Boat Operator $87.82 7 A 1 1 H 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 17/28
Power Equipment Operators-
Underground Sewer & Water
Bobcat $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Brokk - Remote Demolition Equipment $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Brooms $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Bump Cutter $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cableways $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Chipper $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Compressor $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Concrete Finish Machine - Laser
Screed
$83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Concrete Pump - Mounted Or Trailer
High Pressure Line Pump, Pump High
Pressure
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Concrete Pump: Truck Mount With
Boom Attachment Over 42 M
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Concrete Pump: Truck Mount With
Boom Attachment Up To 42m
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Conveyors $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cranes Friction: 200 tons and over $90.46 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cranes, A-frame: 10 tons and under $82.59 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cranes: 100 tons through 199 tons, or
150' of boom (including jib with
attachments)
$88.67 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cranes: 20 tons through 44 tons with
attachments
$87.03 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cranes: 200 tons- 299 tons, or 250' of
boom including jib with attachments
$89.60 7 A 1 1 H 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 18/28
Power Equipment Operators-
Underground Sewer & Water
Cranes: 300 tons and over or 300' of
boom including jib with attachments
$90.46 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cranes: 45 tons through 99 tons,
under 150' of boom(including jib with
attachments)
$87.82 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cranes: Friction cranes through 199
tons
$89.60 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Cranes: through 19 tons with
attachments, a-frame over 10 tons
$86.36 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Crusher $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Deck Engineer/Deck Winches (power)$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Derricks, On Building Work $87.82 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Dozers D-9 & Under $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Drill Oilers: Auger Type, Truck Or Crane
Mount
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Drilling Machine $89.91 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Elevator and man-lift: permanent and
shaft type
$83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Finishing Machine, Bidwell And
Gamaco & Similar Equipment
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Forklift: 3000 lbs and over with
attachments
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Forklifts: under 3000 lbs. with
attachments
$83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Grade Engineer: Using Blue Prints, Cut
Sheets, Etc
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Gradechecker/Stakeman $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Guardrail Punch $88.22 1 5 J 1 1 G 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 19/28
Power Equipment Operators-
Underground Sewer & Water
Hard Tail End Dump Articulating O-
Road Equipment 45 Yards. & Over
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Hard Tail End Dump Articulating O-
road Equipment Under 45 Yards
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Horizontal/Directional Drill Locator $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Horizontal/Directional Drill Operator $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Hydralifts/boom trucks: 10 tons and
under
$82.59 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Hydralifts/boom trucks: over 10 tons $86.36 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Leverman $90.84 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Loader, Overhead, 6 Yards. But Not
Including 8 Yards
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Loaders, Overhead Under 6 Yards $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Loaders, Plant Feed $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Loaders: Elevating Type Belt $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Locomotives, All $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Material Transfer Device $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Mechanics: All (Leadmen - $0.50 per
hour over mechanic)
$89.91 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Motor Patrol Graders $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Mucking Machine, Mole, Tunnel Drill,
Boring, Road Header And/or Shield
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Oil Distributors, Blower Distribution &
Mulch Seeding Operator
$83.69 1 5 J 1 1 G 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 20/28
Power Equipment Operators-
Underground Sewer & Water
Outside Hoists (Elevators and
Manlifts), Air Tuggers, Strato
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type Crane: 20 tons
through 44 tons
$87.03 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type: 100 tons and
over
$88.67 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type: 45 tons
through 99 tons
$87.82 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Pavement Breaker $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Pile Driver (other Than Crane Mount)$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Plant Oiler - Asphalt, Crusher $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Posthole Digger, Mechanical $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Power Plant $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Pumps - Water $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Quad 9, Hd 41, D10 And Over $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Quick Tower: no cab, under 100 feet in
height base to boom
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Remote Control Operator On Rubber
Tired Earth Moving Equipment
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Rigger and Bellman $82.59 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Rigger/Signal Person,
Bellman(Certied)
$86.36 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Rollagon $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Roller, Other Than Plant Mix $83.69 1 5 J 1 1 G 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 21/28
Power Equipment Operators-
Underground Sewer & Water
Roller, Plant Mix Or Multi-lift Materials $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Roto-mill, Roto-grinder $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Saws - Concrete $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Scraper, Self Propelled Under 45 Yards $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Scrapers - Concrete & Carry All $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Scrapers, Self-propelled: 45 Yards And
Over
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Shotcrete/Gunite Equipment $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoe, Tractors
Under 15 Metric Tons
$87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoe: Over 30
Metric Tons To 50 Metric Tons
$89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes, Tractors:
15 To 30 Metric Tons
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes: Over 50
Metric Tons To 90 Metric Tons
$89.91 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes: Over 90
Metric Tons
$90.84 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Slipform Pavers $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Spreader, Topsider & Screedman $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Subgrader Trimmer $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Tower Bucket Elevators $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Tower Crane: over 175' through 250' in
height, base to boom
$89.60 7 A 1 1 H 8 X V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 22/28
Power Equipment Operators-
Underground Sewer & Water
Tower crane: up to 175' in height base
to boom
$88.67 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Tower Cranes: over 250' in height from
base to boom
$90.46 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Transporters, All Track Or Truck Type $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Trenching Machines $87.54 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Truck Crane Oiler/Driver: 100 tons and
over
$87.03 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Truck crane oiler/driver: under 100
tons
$86.36 7 A 1 1 H 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Truck Mount Portable Conveyor $88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Vac Truck (Vactor Guzzler, Hydro
Excavator)
$88.22 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Welder $89.02 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Wheel Tractors, Farmall Type $83.69 1 5 J 1 1 G 8 X V i e w
Power Equipment Operators-
Underground Sewer & Water
Yo Yo Pay Dozer $88.22 1 5 J 1 1 G 8 X V i e w
Power Line Clearance Tree Trimmers Journey Level In Charge $64.20 5 A 4 A V i e w
Power Line Clearance Tree Trimmers Spray Person $60.74 5 A 4 A V i e w
Power Line Clearance Tree Trimmers Tree Equipment Operator $64.20 5 A 4 A V i e w
Power Line Clearance Tree Trimmers Tree Trimmer $57.29 5 A 4 A V i e w
Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $43.05 5 A 4 A V i e w
Refrigeration & Air Conditioning
Mechanics
Journey Level $100.35 6 Z 1 G V i e w
Residential Brick Mason Journey Level $71.82 7 E 1 N V i e w
Residential Carpenters Journey Level $36.44 1 V i e w
Residential Cement Masons Journey Level $46.64 1 V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 23/28
Residential Drywall Applicators Journey Level $78.76 1 5 J 4 C V i e w
Residential Drywall Tapers Journey Level $36.36 1 V i e w
Residential Electricians Journey Level $48.80 1 V i e w
Residential Glaziers Journey Level $28.93 1 V i e w
Residential Insulation Applicators Journey Level $28.18 1 V i e w
Residential Laborers Journey Level $29.73 1 V i e w
Residential Marble Setters Journey Level $27.38 1 V i e w
Residential Painters Journey Level $23.47 1 V i e w
Residential Plumbers & Pipetters Journey Level $61.87 1 V i e w
Residential Refrigeration & Air
Conditioning Mechanics
Journey Level $102.92 7 F 1 E V i e w
Residential Sheet Metal Workers Journey Level $102.92 7 F 1 E V i e w
Residential Soft Floor Layers Journey Level $59.52 7 C 3 J V i e w
Residential Sprinkler Fitters (Fire
Protection)
Journey Level $63.61 1 V i e w
Residential Stone Masons Journey Level $71.82 7 E 1 N V i e w
Residential Terrazzo Workers Journey Level $67.51 7 E 1 N V i e w
Residential Terrazzo/Tile Finishers Journey Level $24.39 1 V i e w
Residential Tile Setters Journey Level $21.04 1 V i e w
Roofers Journey Level $67.45 5 A 3 H V i e w
Roofers Using Irritable Bituminous Materials $70.45 5 A 3 H V i e w
Sheet Metal Workers Journey Level (Field or Shop)$102.92 7 F 1 E V i e w
Shipbuilding & Ship Repair New Construction Boilermaker $58.93 7 X 4 J V i e w
Shipbuilding & Ship Repair New Construction Carpenter $51.85 7 X 4 J V i e w
Shipbuilding & Ship Repair New Construction Crane Operator $43.00 7 V 1 V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 24/28
Shipbuilding & Ship Repair New Construction Electrician $58.98 7 X 4 J V i e w
Shipbuilding & Ship Repair
New Construction Heat & Frost
Insulator
$91.81 1 5 H 1 1 C V i e w
Shipbuilding & Ship Repair New Construction Laborer $58.60 7 X 4 J V i e w
Shipbuilding & Ship Repair New Construction Machinist $58.79 7 X 4 J V i e w
Shipbuilding & Ship Repair New Construction Operating Engineer $43.00 7 V 1 V i e w
Shipbuilding & Ship Repair New Construction Painter $58.72 7 X 4 J V i e w
Shipbuilding & Ship Repair New Construction Pipetter $59.07 7 X 4 J V i e w
Shipbuilding & Ship Repair New Construction Rigger $58.93 7 X 4 J V i e w
Shipbuilding & Ship Repair New Construction Sheet Metal $58.68 7 X 4 J V i e w
Shipbuilding & Ship Repair New Construction Shipwright $51.85 7 X 4 J V i e w
Shipbuilding & Ship Repair
New Construction
Warehouse/Teamster
$43.00 7 V 1 V i e w
Shipbuilding & Ship Repair New Construction Welder / Burner $58.93 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Boilermaker $58.93 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Carpenter $51.85 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7 Y 4 K V i e w
Shipbuilding & Ship Repair Ship Repair Electrician $58.98 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $91.81 1 5 H 1 1 C V i e w
Shipbuilding & Ship Repair Ship Repair Laborer $58.60 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Machinist $58.79 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7 Y 4 K V i e w
Shipbuilding & Ship Repair Ship Repair Painter $58.72 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Pipetter $59.07 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Rigger $58.93 7 X 4 J V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 25/28
Shipbuilding & Ship Repair Ship Repair Sheet Metal $58.68 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Shipwright $51.85 7 X 4 J V i e w
Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7 Y 4 K V i e w
Sign Makers & Installers (Electrical)Journey Level $60.46 0 1 V i e w
Sign Makers & Installers (Non-
Electrical)
Journey Level $38.53 0 1 V i e w
Soft Floor Layers Journey Level $63.29 1 5 J 4 C V i e w
Solar Controls For Windows Journey Level $16.66 1 V i e w
Sprinkler Fitters (Fire Protection)Journey Level $98.99 5 C 1 X V i e w
Stage Rigging Mechanics (Non
Structural)
Journey Level $16.66 1 V i e w
Stone Masons Journey Level $71.82 7 E 1 N V i e w
Street And Parking Lot Sweeper
Workers
Journey Level $19.09 1 V i e w
Surveyors Assistant Construction Site Surveyor $86.36 7 A 1 1 H 8 X V i e w
Surveyors Chainman $82.59 7 A 1 1 H 8 X V i e w
Surveyors Construction Site Surveyor $87.82 7 A 1 1 H 8 X V i e w
Surveyors
Drone Operator (when used in
conjunction with survey work only)
$82.59 7 A 1 1 H 8 X V i e w
Surveyors Ground Penetrating Radar Operator $82.59 7 A 1 1 H 8 X V i e w
Telecommunication Technicians Journey Level $69.69 7 E 1 E V i e w
Telephone Line Construction - Outside Cable Splicer $41.35 5 A 2 B V i e w
Telephone Line Construction - Outside Hole Digger/Ground Person $27.31 5 A 2 B V i e w
Telephone Line Construction - Outside Telephone Equipment Operator (Light)$34.53 5 A 2 B V i e w
Telephone Line Construction - Outside Telephone Lineperson $39.07 5 A 2 B V i e w
Terrazzo Workers Journey Level $67.51 7 E 1 N V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 26/28
Tile Setters Journey Level $65.51 7 E 1 N V i e w
Tile, Marble & Terrazzo Finishers Finisher $56.34 7 E 1 N V i e w
Trac Control Stripers
All cleanup required in connection with
trac control stripers work (Group 1)
$92.44 1 5 L 1 K V i e w
Trac Control Stripers
Handling, painting and installing of all
car stops, stop signs and any other
type sign (Group 2)
$62.69 1 5 L 1 K V i e w
Trac Control Stripers
Installation of guard rail and posts and
similar protective devices (Group 2)
$62.69 1 5 L 1 K V i e w
Trac Control Stripers
Installation of parking gates, ticket
spitters and other mechanical and
automatic control devices (Group 2)
$62.69 1 5 L 1 K V i e w
Trac Control Stripers
Installation of plastic metal or
composition button, or lines used
instead of paint (Group 1)
$92.44 1 5 L 1 K V i e w
Trac Control Stripers
Line removal; chemical sand and
hydro-blast, paint and button (Group 1)
$92.44 1 5 L 1 K V i e w
Trac Control Stripers
Manufacturing and installation of all
car stops and control devices and
similar trac regulators (Group 2)
$62.69 1 5 L 1 K V i e w
Trac Control Stripers
Manufacturing, painting, stenciling,
servicing, repairing, placing and
removal of trac safety and control
devices/barricades (Group 2)
$62.69 1 5 L 1 K V i e w
Trac Control Stripers
Painting and installing lines, arrows,
bumpers, curbs, etc., on parking lots,
air elds, highways, game courts
(Group 1)
$92.44 1 5 L 1 K V i e w
Trac Control Stripers
Preparation and maintenance of all
surfaces (Group 1)
$92.44 1 5 L 1 K V i e w
Trac Control Stripers
Seal coating, slurry coating and other
surface protection (Group 2)
$62.69 1 5 L 1 K V i e w
Truck Drivers Asphalt Mix Over 16 Yards $79.40 1 5 J 1 1 M 8 L V i e w
Truck Drivers Asphalt Mix To 16 Yards $78.56 1 5 J 1 1 M 8 L V i e w
Truck Drivers Dump Truck $78.56 1 5 J 1 1 M 8 L V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 27/28
Truck Drivers Dump Truck & Trailer $79.40 1 5 J 1 1 M 8 L V i e w
Truck Drivers Other Trucks $79.40 1 5 J 1 1 M 8 L V i e w
Truck Drivers - Ready Mix Transit Mix $79.40 1 5 J 1 1 M 8 L V i e w
Well Drillers & Irrigation Pump
Installers
Irrigation Pump Installer $17.71 1 V i e w
Well Drillers & Irrigation Pump
Installers
Oiler $16.66 1 V i e w
Well Drillers & Irrigation Pump
Installers
Well Driller $18.00 1 V i e w
3/28/25, 10:25 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 28/28
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
1 | Page
************************************************************************************************************
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-
ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten
(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on holidays shall be paid at double the hourly rate of wage.
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.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
2 | Page
Overtime Codes Continued
1. 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.
O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
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.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
3 | Page
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
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.
M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the
hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1-1/2) times the regular rate of pay.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a 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.
K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
4 | Page
Overtime Codes Continued
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be 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
C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times
the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-
day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first
eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
5 | Page
Overtime Codes Continued
4. J. The first eight (8) hours worked on a 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 a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work
performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday
through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and
one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations).
All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed
on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without
at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours.
Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic
straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special
Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an hour. When due to conditions beyond
the control of the employer or when an owner (not acting as the contractor), a government agency or the contract
specifications require more than four (4) hours of a special shift can only be performed outside the normal 6am to 6pm
shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee
works on a special shift, they shall be paid the special shift premium for each hour worked unless they are in overtime
or double-time status. (For example, the special shift premium does not waive the overtime requirements for work
performed on Saturday or Sunday).
U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
6 | Page
Overtime Codes Continued
4. X. 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. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).
Al l work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work
performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight
time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of
work.
When an e mployee returns to work without at a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Overtime Codes Continued
11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
and all hours on Sunday 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. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00
am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage.
D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and
the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
7 | Page
Overtime Codes Continued
11. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-
day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8)
hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid
at double the hourly rate of wage.
G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of nine (9) hours or more. When an employee
returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period.
H. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of ten (10) hours or more. When an employee
returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period.
J. All hours worked on holidays shall be paid at double the hourly rate of wage.
K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8)
hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day
Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double
the hourly rate of wage.
L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all
hours worked that shift. All hours worked on holidays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
8 | Page
Overtime Codes Continued
11. M. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay.
Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2)
times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple
shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of
that day's operation shall be completed at that rate. When due to conditions beyond the control of the Employer or
when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to
6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable.
The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours
work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts.
On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate
of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours,
and all work performed on holidays shall be paid at double the straight time rate of pay.
Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm
and 5:00 am shall receive an additional two dollars ($2.00) per hour.
N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at
double the straight time rate.
Any time worked over eight (8) hours on Saturday shall be paid double the straight time rate, except employees
assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on
Saturday over 10 hours.
O. All work performed on Saturdays, Sundays, and Holidays shall be paid at one and one half (1-1/2) times the straight
time rate of pay.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
9 | Page
Overtime Codes Continued
11. P. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established
and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate.
Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2)
times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of multiple
shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of
that day’s operation shall be completed at that rate. When due to conditions beyond the control of the Employer or
when contract specifications require that work can only be performed outside the regular day shift of 5:00 a.m. to
6:00 p.m., then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable.
The starting time of work will be arranged to fit such conditions of work. Such shifts shall consist of eight (8) hours
work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten -hour shifts.
In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at
the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double
(2x) the straight time rate of pay.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Q. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 35% over the hourly rate of wage. Work performed on Sundays shall be paid at double time. All hours
worked on holidays shall be paid at double the hourly rate of wage.
R On Monday through Saturday hours worked outside 6:00 am and 7:00 pm, and all hours after eight (8) hours worked
shall be paid at one and one-half times the hourly rate. All hours worked on Sundays and Holidays shall be paid at
double the hourly rate of wage.
When a holiday falls on a Saturday, the Friday before shall be the observed holiday. When a holiday falls on a
Sunday, the following Monday shall be the observed holiday.
S. The first ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the
event the job is down due to weather conditions, or other conditions beyond the control of the Employer, then
Saturday may be worked at the straight time rate, for the first eight (8) hours, or the first ten (10) hours when a four
day ten hour workweek has been established.
All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
10 | Page
11. T. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay.
On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate
of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions
outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of
pay.
All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two
(2) times the straight time rate of pay.
U. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay.
On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate
of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions
outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of
pay.
All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two
(2) times the straight time rate of pay.
If, due to conditions beyond the control of the Employer or when contract specifications require that work can only
be performed outside the regular day shift, then a Special Shift may be worked, Monday through Friday, at the
straight-time rate. The starting time of work for the Special Shift will be arranged to fit such conditions of work.
Such Special Shift shall consist of eight (8) hours of work for eight (8) hours of pay or ten (10) hours of work for
ten(10) hours of pay on a four-ten workday schedule.
Holiday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
11 | Page
Holiday Codes Continued
5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).
S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7).
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).
Holiday Codes Continued
6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve
Day (11).
H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating
Holiday (10).
T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And
Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
12 | Page
Holiday Codes Continued
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
Holiday Codes Continued
7. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
13 | Page
Holiday Codes Continued
7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year’s Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence
Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday
shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
14 | Page
Holiday Codes Continued
15. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the
listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated
accordingly.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). Any holiday which falls on a Sunday
shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding
Friday shall be a regular work day.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a
regular work day.
M. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day (9). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day,
the Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed
as a holiday on the following Monday.
O. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, the day before Christmas day, and Christmas
Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
15 | Page
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued
by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over
101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet.
Over 221' - $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’
- $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.
W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates
would apply to meters not fitting this description.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
16 | Page
Note Codes Continued
X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require
that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
Note Codes Continued
9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require
that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A) – 130’ to 199’ – $0.50 per hour over their classification rate.
(B) – 200’ to 299’ – $0.80 per hour over their classification rate.
(C) – 300’ and over – $1.00 per hour over their classification rate.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
17 | Page
Note Codes Continued
9. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the
State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.
D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or
anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or
manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic
reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,
Level B: $0.75, Level C: $0.50, And Level D: $0.25.
F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere
abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
H. One (1) person crew shall consist of a Party Chief. (Total Station or similar one (1) person survey system). Two (2)
person survey party shall consist of a least a Party Chief and a Chain Person. Three (3) person survey party shall
consist of at least a Party Chief, an Instrument Person, and a Chain Person.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
18 | Page
9. I. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet.
Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over
220 feet. Over 221' - $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’
- $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.
Employees may be required to perform any combination of work within the Diving team/crew, (with the exception
of dive Supervisor) provided they are paid at the highest rate at which he/she has worked for the shift.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
APPENDIX B
CONSTRUCTION SAFETY & PHASING PLAN (CSPP)
INTENTIONALLY LEFT BLANK
March 2025
RENTON MUNICIPAL AIRPORT (RNT)
GATE AND SECURITY UPGRADES
City of Renton Contract No. CAG-25-012
Construction Safety & Phasing Plan
Prepared by:
DOWL
15325 SE 30th Pl, Suite 300
Bellevue, WA 98007
425-869-2670
www.dowl.com
INTENTIONALLY LEFT BLANK
CONSTRUCTION SAFETY
AND PHASING PLAN (CSPP)
RENTON MUNICIPAL AIRPORT (RNT)
GATE AND PERIMETER SECURITY UPGRADES
CITY OF RENTON CONTRACT NO. CAG-25-012
RENTON, WA
Prepared for:
Renton Municipal Airport(RNT)
243 W Perimeter Rd
Renton, WA 98057
Prepared by:
15325 SE 30th Place, Suite 300
Bellevue, WA 98007
www.dowl.com
March 2025
Page i
Introduction ........................................................................................................................................... iii
Safety Plan Compliance Document (SPCD)............................................................................................. iv
Airport Closure Information................................................................................................................... iv
List of Acronyms ...................................................................................................................................... i
1.0 Coordination .............................................................................................................................. 1
2.0 Phasing ....................................................................................................................................... 3
3.0 Areas and Operations Affected by Construction Activity ........................................................... 7
4.0 Navigational Aid (NAVAID) Protection ....................................................................................... 8
5.0 Contractor Access ....................................................................................................................... 8
6.0 Wildlife Management .............................................................................................................. 11
7.0 Foreign Object Debris (FOD) Management ............................................................................... 12
8.0 Hazardous Materials (HAZMAT) Management ......................................................................... 12
9.0 Notifications of Construction Activities .................................................................................... 13
10.0 Inspection Requirements ......................................................................................................... 16
11.0 Underground Utilities ............................................................................................................... 17
12.0 Penalties................................................................................................................................... 17
13.0 Special Conditions .................................................................................................................... 17
14.0 Runway and Taxiway Visual Aids ............................................................................................. 17
15.0 Marking and Signs for Access Routes ....................................................................................... 18
16.0 Hazard Marking, Lighting and Signing ...................................................................................... 18
Page ii
17.0 Work Zone Lighting for Nighttime Construction ....................................................................... 20
18.0 Protection of Runway and Taxiway Safety Areas ..................................................................... 20
19.0 Other Limitations on Construction ........................................................................................... 22
Appendix A – Phasing Plan Drawings
Appendix B – CSPP Checklist
Appendix C – Preliminary Contact List
Appendix D
Appendix E
–
–
Construction Project Daily Safety Inspection Checklist
FAA Guide to Ground Vehicle Operations
Page iii
Introduction
The Federal Aviation Administration (FAA) issued an Advisory Circular (AC) 150/5370-2G Operational
Safety on Airports During Construction (Safety AC) to address airport construction safety.
It can be downloaded online here: http://www.faa.gov/airports/resources/advisory_circulars/
This Safety AC mandates the format and content of both the Construction Safety and Phasing Plan (CSPP)
and the Safety Plan Compliance Document (SPCD) which must be prepared by the Contractor. All
references to construction safety plans, security plans, and construction phasing or staging plans in the
Contract Specifications and the project manual refer to this CSPP and SPCD. The Contractor’s work
schedule, including the critical path method schedule, is included in the Safety Plan Compliance
Document, under Section 2, Phasing. See AC 150/5370-2G.
The FAA intends the CSPP and SPCD to be standalone documents that can be circulated to the relevant
sections of the FAA for review and approval within the Safety Management System which is also
undergoing current development. Additionally, the CSPP and the SPCD are both enforceable parts of the
contract documents.
CSPP sheets within the project plans are referred to in the CSPP and SPCD as CSPP Drawings, as dictated
by the Safety AC. The FAA requires the CSPP, as submitted for their review, include those plans as an
appendix. The Contractor can find these sheets in the project plans and as an appendix to the CSPP.
This CSPP shall be used during construction activity for the Gate and Perimeter Security Upgrades Project
at Renton Municipal Airport (RNT). This plan shall be used in conjunction with the project construction
drawings and contract documents. The purpose of this plan is to presen t information needed for safe
airport operations during construction activities, to minimize disruption to operations of air and ground
traffic, and to facilitate completion of construction in the shortest time possible. All work to be completed
by this project is considered not FAA AIP eligible work, as detailed below:
AIP Eligible Work
• None – all work is funded by the City of Renton.
Non-AIP Eligible Work
• Airport Vehicle and Pedestrian Gate Upgrades. This project involves improvements to pedestrian
and vehicle gates throughout the airport, including repair or replacement of gates and associated
hardware, repair or replacement of adjacent fencing, re-grading of gate approaches, and
elimination of line-of-sight limitations. Vehicles gates V1, V8, and V10 will be replaced with new
automated vehicle gates. All automated gates will receive new card readers on each side of the
gate, and a new networked access control system will be installed to connect to all automated
vehicle and networked pedestrian gates with the main server and control station located in the
airport administration building.
• Airport Perimeter Security Upgrades. New high-resolution cameras will be installed at each
vehicle and pedestrian gate and at other locations around the airport perimeter. All new cameras
will be networked to a new control and monitoring station located in the airport administration
building.
Page iv
Safety Plan Compliance Document (SPCD)
The Contractor shall review this CSPP and submit an SPCD to the Engineer prior to the preconstruction
conference. The SPCD will detail how the Contractor will comply with this CSPP, and will identify specific
hazard equipment and lighting, contractor points of contact, construction equipment heights, and any
other project specific information not included in this CSPP.
Airport Closure Information
Access to/from Renton Municipal Airport must be maintained at all times. Access to active runways,
taxiways, and aircraft aprons must be maintained at all times. No work will be allowed within a Runway
Safety Area.
Page i
List of Acronyms
AC FAA Advisory Circular
AOA Airport Operations Area
ARFF Aircraft Rescue Fire Fighting
ASOS Automated Surface Observing System
ATCT Air Traffic Control Tower
ATO Air Traffic Organization
CSPP Construction Safety and Phasing Plan
CTAF Common Traffic Advisory Frequency
FAA Federal Aviation Administration
FOD Foreign Object Debris
FSS Flight Service Station
GCP General Contract Provision
GS Glideslope
IC Incident Commander
ILS Instrument Landing System
LOC Localizer
MALS Medium Intensity Approach Lighting System
NAVAIDs Navigational Aids
NOTAM Notice to Air Missions
OE/AAA Obstruction Evaluation / Airport Airspace Analysis
OFA Object Free Area
PAPI Precision Approach Path Indicator
REIL Runway End Identifier Lights
RNT Renton Municipal Airport
RPZ Runway Protection Zone
RSA Runway Safety Area
RWY Runway
SPCD Safety Plan and Compliance Document
TSA Taxiway Safety Area
TWY Taxiway
TL Taxilane
VSR Vehicle Service Road (Drive Lane)
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 1
1.0 Coordination
Construction on an active airport requires intense coordination efforts early in the project to ensure
construction proceeds in a smooth and orderly fashion. This effort will provide a safe work environment
for construction and minimize disruption to the airport’s daily operations. The coordination effort
continues throughout the project to help guarantee changes during construction can be dealt with by all
parties concerned and minimize or eliminate any negative impacts to airport operation, safety, and
security.
The Airport Manager holds the primary responsibility for all aspects of the airport’s operation, safety, and
security. Your point of contact with the Airport Manager is through the Resident Project Representative
(RPR) or Principal Engineer. The Principal Engineer will provide training to you and your Subcontractors to
provide for proper access, airport security, radio communication, vehicle operation, and any safety
procedures or precautions. Plan your first meeting with the Principal Engineer, through the RPR, prior to
preparing the SPCD and CSPP that must be submitted prior to the preconstruction conference.
Throughout this construction project, the following safety and operational practices should be observed:
• Operational safety will be a standing agenda item during progress meetings throughout the
construction project.
• The Airport, Engineer, and Contractor will thoroughly discuss the entire project, process, and
safety related aspects of this CSPP during the pre-construction meeting. Subsequent meetings will
be held as necessary if items need to be addressed or further information becomes known during
the project.
• The Contractor and Engineer must perform frequent onsite inspections throughout the project,
with immediate remedy of any deficiencies, whether caused by negligence, oversight, or project
scope change.
• The appropriate NOTAMs will be issued by the airport with the appropriate lead times to inform
the public of the appropriate airport and runway closures and other construction related
activities.
• Closed areas on the airport will be appropriately marked and barricaded as described during the
construction operations. These barricades must conform to the standards set forth here within
and not be more than 18-inches in height.
• Contractor shall ensure that all employees, subcontractors, suppliers and other personnel
associated with the project do not enter any airport area that is hazardous to themselves or may
create a hazard for airport operators, or into an area which they are not authorized.
• Contractor shall ensure that all unauthorized persons are restricted from entering unauthorized
areas that the Contractor has direct control over.
• Contractor shall ensure that no construction operations or associated personnel are allowed
within the boundary of the safety area of an open or active runway or taxiway when an aircraft is
on approach or departing. During construction of this project, specific permission, with the
appropriate precautions and NOTAMs and radio communications necessary, may be given to
allow the Contractor to perform construction next to an open runway.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 2
• The Engineer, Airport Manager or other designated airport representative may order the
contractor to immediately suspend operations; move personnel, equipment, and materials to a
safe location in the event of an emergency.
• Contractor personnel shall comply with all airport safety and security measures as described
herein and use good judgement at all times.
• Additional restrictions are contained in the Contract General Provisions that outline additional
security restrictions and limitations of operations that the Contractor should be familiar with.
1.1 Coordination through the Engineer
When the project documents call for coordination, notification, contact, or other interaction with FAA,
airport management, maintenance and operations, airport users, any local, state, or federal agency,
group, or association, or the general public, such activity shall be done through, in the presence of, or with
the written approval of the Engineer. Allow sufficient time for coordination and approvals within proposed
work schedules.
Plan work activities in advance of when they are needed to be performed. The Airport cannot
accommodate last minute requests to allow access or close portions of the active Airport Operations Area
(AOA) except in emergencies. Work that will impact any instrument approach procedures will require
Notice to Airmen (NOTAMs) coordinated through the Flight Data Center. Any requests must be initiated
through the Engineer a minimum of ten (10) business days prior to conducting work, for processing and
issuance of NOTAMs.
The inability of the Airport, or other entities to meet these requests shall not constitute a delay to the
contractor’s work effort or entitlement to further compensation.
1.2 Meetings and Conferences
A pre-bid conference will be held to allow prospective bidders to ask questions and establish a clear
understanding of the project requirements. This meeting will be held with prospective bidders,
subcontractors, and material suppliers.
Prior to the start of construction, a pre-construction conference will be held with the Airport Manager,
the Contractor, their subcontractors and the Engineer or their representative. The meeting is to occur
after the contract has been awarded and prior to issuance of the notice to proceed (NTP).
Weekly progress meetings will be held with the Contractor, their subcontractors, and the Engineer at
the time and place agreed to at the preconstruction conference. At a minimum, representatives from
the following will be invited to attend the weekly meeti ngs:
• Airport Management and/or Airport Operations
• Parties expressing interest from the airport stakeholders list
Airport safety and security will be a standing agenda item for the meetings. All interested parties will be
kept informed of status and changes of airport surfaces in relation to aircraft and ground traffic. Detailed
drawings indicating routes for aircraft and ground traffic movement and areas closed for construction
will be provided and updated as needed throughout construction.
Facilities will be provided so that people may attend the meeting by telephone. Approved meeting
minutes and drawings will be delivered by email when required.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 3
1.3 Scope or Schedule Changes
Scope or schedule changes shall be addressed in accordance with Section 40 and Section 80 of the FAA
General Provisions. Scope and schedule changes must be approved in writing by the Engineer. Changes
to either scope or schedule may require additional coordination with the FAA, Airport Management,
airport stakeholders, other local, state, or federal agencies, or the public. The Contractor will not begin
work that will result in a change in scope or schedule without coordinating with the Engineer and
obtaining written approval.
1.4 FAA ATO Coordination
Coordination with FAA Air Traffic Organization (ATO) will not be required for this project. If required,
the Airport Sponsor will submit the FAA Form entitled Airport Sponsor Strategic Event Submission Form
including all date, time and/or duration changes via email to 9-AJV-SEC-WSA@faa.gov. The
determination received from the FAA will be provided to the Contractor upon request.
2.0 Phasing
2.1 Construction Phasing
Construction is expected to begin in the summer of 2025. This Safety and Phasing Plan covers work that
will occur within the Airport Operations Area (AOA). The contractor shall coordinate this work with the
Engineer. The Contractor is required to prepare a schedule including detail for work that will occur
within the AOA; see Section 3.0, Areas and Operations Affected by Construction, for more details.
The project will be built in one construction season. Contact time will be 40 working days. Work is
divided into two work areas for work west and east of the runway, as detailed below.
Work Area 1 – West of Runway 16-34
Work Area 1 includes work west of Runway 16-34 at the perimeter fence adjacent to West Perimeter
Road. Work will generally include repair and replacement of existing vehicle and pedestrian gates and
associated pavement removal, trenching for new conduit and cable, construction of new vehicle and
pedestrian gates, installation of a new access control system with card reader pedestals, new cameras,
and associated equipment, new pavement construction, and seeding of disturbed areas.
Allowed Duration: 40 Working days (concurrent with work in Work Area #2)
Allowed Work Hours: 7:00 am – 7:00 pm
Runway Status: Runway 16/34 Open
Taxiway & Taxilane Status: No Impacts/Taxilanes Open
Apron Status: One aircraft parking position temporarily closed at V1
Specific phasing elements are detailed on the Phasing Plans included in Appendix A.
Additional restrictions withing Work Area #1 include the following:
1. Work at Vehicle Gate V7 shall not begin until Vehicle Gate V7 has been relocated to position
shown in the plans under separate contract (by others). Coordinate the start of work at
Vehicle Gate V7 with Engineer.
2. Work at Vehicle Gate V7 shall not occur until new Vehicle Gate V1 is installed, operational,
and available for use by vehicle traffic that normally uses vehicle gate V7 for access to the
airport Vehicle Service Road (VSR)/Drive Lane.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 4
3. Either the new Vehicle Gate V1 or existing Vehicle Gate V7 shall be fully operational
throughout construction for vehicle access on the west side of the airport to the VSR/Drive
Lane.
4. Contractor shall maintain access to either Vehicle Gate V3 or Vehicle Gate V4 at all times for
medevac access. Contractor shall coordinate closure of each gate with Engineer a minimum
of 72-hours prior to closure. Contractor shall install temporary signage to reroute medevac
traffic to the alternate gate V3 or V4.
5. Vehicle Gate V7 is a critical vehicle gate. When work begins on a critical veh icle gate it must
progress continuously to substantial completion and provide a fully functional vehicle gate
with access control system prior to beginning work at a new vehicle gate in order to minimize
downtime of that vehicle gate.
Work Area 2 – East of Runway 16-34
Work Area 2 includes work east of Runway 16-34 at the perimeter fence adjacent to East Perimeter
Road. Work will generally include repair and replacement of existing vehicle and pedestrian gates and
associated pavement removal, trenching for new conduit and cable, construction of new vehicle and
pedestrian gates, connection of new and existing gates to the new access control system with card
reader pedestals, new cameras, and associated equipment, new pavement construction, and seeding
of disturbed areas.
Allowed Duration: 40 Working days (concurrent with work in Work Area 1)
Allowed Work Hours: 7:00 am – 7:00 pm
Runway Status: Runway 16/34 Open
Taxiway & Taxilane Status: No Impacts/Taxilanes Open
Apron Status: No Impacts
Additional restrictions withing Work Area #1 include the following:
1. Vehicle Gates V8 and V10 are critical vehicle gates. When work begins on a critical vehicle
gate it must progress continuously to substantial completion and provide a fully functional
vehicle gate with access control system prior to beginning work at a new vehicle gate in order
to minimize downtime of that vehicle gate.
2. Vehicle Gate V10 provides the only access to the Windsock apron and hangars north of the
South Bridge. Contractor shall maintain single lane access through the work area at Vehicle
Gate V10 when practicle and shall coordinate closures with the Engineer a minimum of 10-
days prior to beginning work.
2.2 Phasing Elements
Areas to be Closed to Aircraft Operations
No phase of work includes closures to areas of aircraft operations. Work is at near the existing
perimeter fence. One aircraft parking position may be impacted near Vehicle Gate V1 during
construction.
Duration of Closures
Closure durations for each phase are detailed in the Phasing Plans included as Appendix A. Prior to
any closures, the Contractor will be required to issue the appropriate NOTAM and follow the
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 5
procedures for installing barricades and temporary traffic cones at the locations detailed in the
Phasing Plans. Prior to re-opening, the Contractor will be required to remove all construction debris
from surfaces opening to air traffic. The Contractor must also fill out and submit a Construction
Phasing Daily Safety Inspection Checklist (included in Appendix D) each day to the Engineer.
Taxi Routes
See Phasing Plans included in Appendix A for a detailed breakdown of the work areas, phases, closed
airfield areas, haul routes, and available taxi routes for each phase. No reduced TSA or TOFA
dimensions are proposed throughout construction.
ARFF Access Routes
There is no ARFF at the airport. Emergency vehicles from outside of the AOA will enter the airport
along their existing routes or on the construction haul routes, if necessary. Access routes for
emergency vehicles will be maintained throughout construction.
Construction Staging Areas
Staging areas will be outside of all safety areas and object free areas. The proposed staging areas are
shown on the Phasing Plans included in Appendix A. In general, staging areas are located at the north
end of the airport, directly inside the fence at gate V1, and west of the traffic control tower, in the
adjacent parking lot. Any adjustments to staging area locations must be shown on the Contractor’s
SPCD and will require approval by the Engineer and the airport.
Construction Access and Haul Routes
Access to the construction areas will be via existing access roads at the airport. All construction traffic
will enter the airport either via Gate V10 located on E Perimeter Road or Gate V7 off W Perimeter Rd.
Orange constructions signs will be used to designate the haul route, as necessary. Access points and
haul routes are shown on the Phasing Plans included in Appendix A.
Impacts to NAVAIDs
There are no anticipated impacts to the Airport’s Navaids.
Lighting, Marking and Signing Changes
Lighting Changes. No lighting changes are proposed as a part of this project.
Marking Changes. No marking changes are proposed as a part of this project.
Available Runway Length
Not applicable.
Declared Distances
Not applicable.
Required Hazard Marking and Lighting
Low-profile barricades will be installed during each phase as shown in the Phasing Plans included in
Appendix A. These barricades will be in accordance with the requirements listed in Section 2.20.2.1
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 6
of FAA AC 150/5370-2G. Traffic cone or candlestick type barricades commonly used in road
construction will not be allowed to be used for traffic control within the AOA, but may serve as
supplemental barricades along haul routes and areas outside of the AOA . Low-profile barricades will
be equipped with red flashing lights for nighttime closures, and will be placed to provide a complete,
high-visibility barrier to vehicles and aircraft, and will be spaced no more than 4-feet apart across the
entire width of the closure surface. Barricades may also be supplemented with alternating orange and
white flags at least 20 in. by 20 in. square and securely fastened to eliminate FOD. Low-profile
barricades will be properly weighted and anchored, to not be affected by expected wind or
turbulence. The Contractor will coordinate with the Engineer prior to the deployment of any markers
or barricades for each phase of work.
Lead Times for Required Notifications
The Contractor will coordinate their planned activities with the Airport and the Engineer. The
Contractor will give firm notification to the Airport within ten (10) working days of construction
related activity requirement a NOTAM. This will allow the Airport to provide appropriate NOTAM’s
seventy-two (72) hours in advance of any closures or construction activity. The Contractor will give
the Engineer and Airport a minimum of 72 hours’ notice before proceeding to other phases of work.
2.3 Construction Safety Drawings
The Construction Safety Drawings, or Construction Safety and Phasing Plans are included in Appendix
A of this document. The Construction Safety and Phasing Plan overview sheet shows the overall work
area for each phase, and the location of the contractor staging areas and material stockpile areas. A
separate sheet is included in the Construction Safety and Phasing Plan for each significant phase of work,
and includes active work areas, stockpile and staging areas, and low-profile barricade installation areas.
The Phasing Plan drawings are available electronically in Autodesk format (*.dwg) and as Adobe (*.pdf),
through the Engineer. The Contractor shall modify these drawings to fit the proposed means and
methods to complete the project as needed. The Contractor shall submit the construction safety
drawings, and any revisions, along with a work schedule and SPCD for approval 10-days prior to the
preconstruction conference.
Requirements and details for the SPCD can be found in FAA Advisory Circular (AC) 150/5370-2G
Operational Safety on Airports During Construction . The latest edition of this AC and most others can be
obtained free of charge from the FAA online:
http://www.faa.gov/airports/resources/advisory_circulars/
The CSPP (this document) is also available through the Engineer in either Microsoft Word (*.docx) or
Adobe (*.pdf) formats upon request.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 7
3.0 Areas and Operations Affected by Construction Activity
3.1 Identification of Affected Areas
The Aircraft Operations Area (AOA) is defined by the perimeter fence surrounding the airfield.
Construction signs will be placed along haul routes at airport entrances to warn construction traffic they
are entering the AOA. Work areas are shown on the Phasing Plan drawings included in Appendix A.
Work areas will be confined by low-profile barricades. Known affected areas are shown on the Phasing
Plans included in Appendix A of this document and in the construction plans. If other affected areas
become known during the construction process, they must be added to the drawings and submitted to
the Engineer for approval. Work in other affected areas is prohibited until the written approval of the
revised SPCD and construction safety drawings is received from the Engineer.
Closing, or Partial Closing, of Runways, Taxiways and Aprons
There are no anticipated closures to Runway 16-24, taxiways, or aprons.
Closure of ARFF Access Routes
There is no ARFF at the Renton Municipal Airport. Emergency vehicle access routes will not be
impacted. The contractor shall maintain all existing access routes used by emergency vehicles at the
airport.
Closing of Access Routes Used by Airport and Airline Support Vehicles
Vehicle Gates V1, V8, and V10 will be temporarily closed while reconstructing the VSR pavement
sections and removing and installing new chain-link fence, gate and all associated equipment.
Coordination with airport staff shall occur during the pre-construction meeting to ensure all affected
parties are aware of the gate closure. Other significant impacts are not anticipated and if minor route
changes are required, they shall be coordinated with affected parties at least 7-days prior to the
beginning the work which will affect them.
Interruption of Utilities, including Water Supplies for Fire Fighting
There are no anticipated interruptions to any utilities that serve the airport, including water systems.
Approach/Departure Surfaces Affected by Heights of Objects
No work is anticipated to occur on either runway threshold. No work or other activities will be allowed
within the limits of the approach or departure surfaces of an active runway.
Construction Areas, Storage Areas, & Access Routes Near Airfield Movement Areas
All Contractor staging and storage areas are located outside of safety areas and object free areas.
Active construction areas will be within closed portions of airfield movement areas and will be clearly
delineated with low-profile barricades. Access routes to construction areas are shown on the Phasing
Plans and will be delineated by the Contractor throughout construction. Temporary orange
construction signage will be installed to alert the contractor that they are entering the AOA.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 8
3.2 Mitigation of Effects
The effects of construction will be mitigated to the maximum extent feasible. No closures of Runway
16/34 are anticipated to complete this project. The following specific procedures will be followed
throughout construction:
Temporary Changes to Runway and/or Taxiway Operations
Changes to runway, taxiway, taxilane and apron operations will be clearly defined via NOTAM’s. Active
work areas will be clearly delineated with low-profile barricades.
Detours for ARFF and Other Airport Vehicles
No ARFF facilities exist at the airport. Local emergency vehicles and airport vehicles, including
maintenance staff, will coordinate with the Contractor and Engineer for access to areas that may be
impacted by construction. These detours are expected to be minimal. Any detours will be scheduled
at least 7-days in advance.
Maintenance of Essential Utilities
All essential utilities will be maintained throughout construction to the maximum extent feasible.
Temporary Changes to Air Traffic Control Procedures
No changes are anticipated to the procedures of the Air Traffic Control Tower at the Renton Municipal
Airport.
4.0 Navigational Aid (NAVAID) Protection
All NAVAIDs are owned and operated by Renton Municipal Airport. NAVAID shutdowns will be
coordinated with the Airport and FAA ATO as required. NOTAMs will be issued in accordance with Section
9.0-B. The Contractor will be responsible for protecting existing underground utilities associated with the
NAVAIDs during construction activities, as described in Section 11.0. Impacts to NAVAIDs are described
below.
Runway 16/34 PAPI
A 2-light PAPI serves each end of Runway 16/34. No change to the PAPI units is expected throughout the
duration of the project. No impacts are anticipated.
Runway 16/34 REIL
REILs serve each end of Runway 16/34. No change to the REILs is expected throughout the duration of the
project. No impacts are anticipated.
Airport Beacon
The airport beacon is located on top of Air Traffic Control Tower and is clear of all construction activities
and will remain operational throughout construction.
5.0 Contractor Access
The Contractor will have access to work areas as required to complete construction, further detailed
below.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 9
5.1 Location of Stockpiled Construction Materials
The Contractor’s Staging and Stockpile Area will be on airport property as shown on the phasing plans. No
materials will be stockpiled within any OFA. All excavated material will be loaded directly into trucks and
hauled off site or stockpiled at an approved stockpile location.
5.2 Vehicle and Pedestrian Operations
Construction Site Parking
Contractor vehicle parking will be in the stockpile and staging area, or existing parking lots shown on
the Phasing Plans included in Appendix A, or off site. No person shall be allowed to enter the AOA, or
any other restricted area, except authorized personnel assigned to duty therein. Contractor personnel
and vehicles are only authorized in the areas where the contract work is occurring, and onl y on the
designated haul routes to and from that area.
Construction Equipment Parking
Construction equipment parking will be within the Contractor’s Staging and Stockpile Area shown on
the Phasing Plans included in Appendix A. All parking areas are located outside of safety areas, object
free areas, and approaches. Before occupying a temporary use/staging area, mark the staging area
limits with lath and flagging or other measure and then arrange a joint inspection with the Engineer
to record the area’s original condition. Do not stage motorized equipment on dirt surfaces in the
staging area without a drip pan. Equipment not actively employed in the work is to be removed from
all runway and taxiway OFAs and moved to the approved Staging Area locations. When the Staging
Area is no longer needed, arrange a joint inspection with the Engineer to e nsure the area has been
returned to an acceptable improved condition. All disturbed areas of the staging area shall be restored
and seeded by the contractor at no expense to the airport.
Access and Haul Roads
Access and haul roads are shown on the Phasing Plans included in Appendix A. The Contractor shall
not use any access or haul roads other than those approved by the Engineer. Access routes used by
Contractor vehicles shall be clearly marked to prevent inadvertent entry to areas open to aircraft
operations. All proposed gate and fence work will be enclosed in temporary fence placed on the
restricted side of the work areas and secured to the existing fence. This will effectively push the work
areas outside of the AOA. New Vehicle Gates V1 will provide access to the VSR during construction at
Gate V7.
Marking and Lighting of Vehicles
Any Contractor or employee vehicles that enter the AOA during daylight hours only must be equipped
with an orange and white checkered flag meeting AC 150/5210-5, Painting, Marking and Lighting of
Vehicles Used on an Airport, or an amber flashing beacon. Any vehicle operating within the AOA during
hours of darkness or reduced visibility must be equipped with an amber flashing beacon. Contractor
vehicles shall be clearly marked with logos or badging that identifies them as Contractor vehicles.
Contractor vehicle marking and lighting is the sole responsibility of the Contractor. The Airport will
not provide markings or lights. No unused equipment shall be left idle in any ROFA or TOFA.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 10
Description of Proper Vehicle Operations
All personnel that will operate vehicles within the AOA are required to familiarize themselves with the
FAA Guide to Ground Vehicle Operations, found in Appendix E, and have prior approval from the
Airport Manager. If a vehicle becomes lost or has a radio failure, the vehicle operator should vacate
the runways and taxiways as quickly and safely as possible, then immediately advise the Contractor’s
superintendent of the situation, and wait for further instruction. If an emergency condition occurs,
the Contractor’s staff should meet at a location designated by the Contractor’s safety officer.
Required Escorts
Contractor personnel that have not reviewed the FAA Guide to Ground Vehicle Operations must be
escorted by approved drivers that have reviewed the FAA Guide to Ground Vehicle Operations, found
in Appendix E.
Training Requirements for Vehicle Drivers
The Contractor and all workers operating vehicles within the AOA shall familiarize themselves with
the FAA Guide to Ground Vehicle Operations, included as Appendix E prior to beginning work onsite.
Truck drivers may not be required to review the guide if they are under escort by qualified contractor
personnel when operating within the AOA.
The Contractor must be aware that aircraft always have the right-of-way.
Situational Awareness
Vehicle drivers shall ensure by visual observation that no aircraft is approaching, either in the air or
on the ground, when crossing a runway, taxiway, or any other area open to aircraft operations.
Aircraft always have the right-of-way.
Two-Way Radio Communication Procedures
Contractor personnel engaged in activities within the AOA must observe the proper procedures for
communications, including using the appropriate radio frequency (RNT ground frequency is 121.6
MHz). When operating vehicles on or near open runways or taxiways, construction personnel must
announce their intentions and continue to monitor aircraft operations. This is for advisory only; no
work shall occur near runways or taxiways.
Any vehicles crossing into or operating within the AOA without previous authorization by the Airport
must have a working two-way radio, be under the direction of contractor furnished flaggers, or be
escorted by an approved vehicle with a radio. All drivers shall confirm that no aircraft is approaching
their vehicle position. The driver shall monitor the RNT Ground Control Frequency on 121.6 MHz and
announce their intentions to enter any movement area. The driver must announce their intentions
prior to entering the movement areas, while moving within movement areas, and upon exiting the
movement areas.
RNT Ground Control Frequency: 121.6 MHz
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 11
Additional requirements and recommendations are contained in the FAA’s Guide to Ground Vehicle
Operation Rules, included in Appendix E.
Maintenance of the Secured Area of the Airport
The perimeter fence at Renton Municipal Airport defines the AOA. Where contractor haul routes cross
existing airport gates the Contractor shall keep a gate guard at that gate to distribute orange and
white checkered flags, perform radio checks, and coordinate movements on the airport prior to entry,
or ensure the gate is closed and secured after each opening for vehicle traffic.
All Contractor personnel seeking access to restricted areas shall receive familiarization training before
authorization from the Airport Manager will be granted to enter restricted areas.
The Contractor shall notify the Airport Manager within 24 hours whenever an authorized person is
terminated for any reason.
Fencing and Gates
Renton Municipal Airport has fencing and gates surrounding the airfield of several types. In general,
access to the apron areas will be through existing automated gates V1 and V7 on W. Perimeter Rd and
through V8 and V10 on E Perimeter Road. During work on any pedestrian or vehicle gate, or
installation of new chain-link fence, temporary fence shall be used to close any openings in the
perimeter fence when contractor personnel are not on site at that work area. All temporary chain-
link fence shall be securely fastened to the existing fence at the end of each workday and shall be the
same height as existing perimeter fence and shall have 3-strand barbed wire. Only authorized persons
or vehicles will have access to the AOA. The Contractor will be reminded to ensure the gate has closed
before driving off to prevent “piggy backing” behind another person or vehicle.
Badging Requirements
Each driver authorized to operate a vehicle within the AOA on the airport as part of this project will be
required to attend the Airport’s ground vehicle training course. After successful completion, a gate access
card will be provided only to the Contractor’s Superintendent or Foreman. Coordinate required driver
training with the Airport Manager.
6.0 Wildlife Management
The primary wildlife safety concerns at Renton Municipal Airport are birds and small animals. Birds are
attracted by sources of food, or areas that may provide shelter. The Contractor shall report the presence
of birds or animals within the airport property to the Airport Manager. Do not attempt to disperse birds
or animals.
6.1 Trash
Control and contain trash within all work areas, especially within the airport property. It is the
responsibility of all personnel who work at Renton Municipal Airport to pick up trash and debris on the
airfield. When the source of the attractant is the result of a failure to properly secure garbage or food
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 12
in an enclosed facility or container, the Airport Manager will contact the responsible party in an effort
to remedy the situation. If removal or securing the attractant does not cause the birds to leave the area,
a member of the Wildlife Patrol will be contacted to disperse the birds. All construction personnel will
dispose of food scraps and trash in closed refuse provided by the Contractor. The Contractor will empty
all containers in an approved landfill off site.
Animal carcasses that attract birds or wildlife can be a safety hazard. Report the presence of animal
carcasses to the Airport Manager, or their representative for removal.
6.2 Standing Water
The contractor shall minimize areas of standing water throughout construction. This includes ensuring
existing drainage pathways are maintained, and drainage paths are provided when water ponds on
excavated areas or other areas under construction. Areas of standing and flowing water on and
surrounding the airfield contribute to the presence of numerous species of hazardous wildlife. Standing
water in construction areas will not be allowed. Provide adequate drainage, and erosion and sediment
control measures to avoid attracting birds and other wildlife.
6.3 Poorly Maintained Fencing and Gates
It is imperative that the Contractor be responsible for ensuring the gates remain closed at all times when
not transiting through or actively relocating them to prevent access by unauthorized persons. Any
damage to existing fencing or gates by the Contractor or their representatives will be repaired at the
Contractor’s expense.
6.4 Wildlife Habitat
The contractor will immediately notify the Engineer or Airport Manager of any wildlife observed within
the AOA.
7.0 Foreign Object Debris (FOD) Management
The Contractor shall not leave or place FOD or debris on or near active aircraft movement areas. Loose
materials and debris tracked onto these areas by vehicles or foot must be removed immediately. Materials
capable of creating FOD shall be continuously removed during the construction project. Contractor shall
also be mindful of nuts, bolts, sweeper brush bristles, clevis pins or any miscellaneous items that may fall
off equipment. The gate guard or other contractor personnel shall perform a visual inspecti on of all
inbound construction traffic to ensure that potential sources of FOD are identified and mitigated prior to
entry onto the airport. For more details, reference AC 150/5210-24, Foreign Object Debris (FOD)
Management.
8.0 Hazardous Materials (H AZMAT) Management
The Contractor shall develop a Hazardous Materials Control Plan (HMCP), and Spill Prevention, Control
and Countermeasure (SPCC) Plan as required by the contract documents. The Contractor shall prepare
the HMCP for prevention of pollution from storage, use, containment, cleanup, and disposal of all
HAZMAT, including petroleum products related to construction activities and equipment. The Contractor
shall include the HMCP as an appendix to the Storm Water Pollution Prevention Plan (SWPPP). The
Contractor shall compile Material Safety Data Sheets (MSDS) in one location and reference that location
in the HMCP. For more details, reference AC 150/5320-15, Management of Airport Industrial Waste.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 13
The Contractor shall designate a Contractor’s Spill Response Field Representative with 24-hour contact
information. The Contractor shall also designate a Subcontractor Spill Response Coordinator for each
subcontractor. The Superintendent and Contractor’s Spill Response Field Representative must have 24-
hour contact information for each Subcontractor Spill Response Coordinator and the Utility Spill Response
Coordinator.
The Contractor shall list and give the location and estimated quantities of HAZMAT (including materials or
substances listed in 40 CFR 117 and 302, and petroleum products) to be used or stored on the Project.
HAZMAT must be stored in covered storage areas. The Contractor shall include secondary containment
for all HAZMAT storage areas. The Contractor shall identify the locations where fueling and maintenance
activities will take place, describe the activities, and list controls to prevent the accidental spi llage of
petroleum products and other HAZMAT. Controls include placing absorbent pads or other suitable
containment under fill ports while fueling, under equipment during maintenance or repairs, and under
leaky equipment.
The Contractor shall list the types and approximate quantities of response equipment and cleanup
materials available on the Project. Include a list and location map of cleanup materials, at each different
work site and readily available off site (materials sources, material processing sites, disposal sites, staging
areas, etc.) Spill response materials must be stored in sufficient quantity at each work location,
appropriate to the hazards associated with that site.
The Contractor shall describe procedures for containment and cleanup of HAZMAT. Describe a plan for
the prevention, containment, cleanup, and disposal of soil and water contaminated by spills. Describe a
plan for dealing with contaminated soil and water en countered during construction. Clean up spills or
contaminated surfaces immediately.
The Contractor shall describe methods of disposing of waste petroleum products and other HAZMAT
generated by the Project, including routine maintenance. The Contractor shall identify haul methods and
final disposal areas. The Contractor shall assure final disposal areas are permitted for HAZMAT disposal.
Prepare and implement an SPCC Plan when required by 40 CFR 112; when both of the following conditions
are present on the Project:
• Oil or petroleum products from a spill may reach navigable waters (as defined in 40 CFR 112); and
• Total above ground storage capacity for oil and any petroleum products is greater than 1,320 gallons
(not including onboard tanks for fuel or hydraulic fluid used primarily to power the movement of a
motor vehicle or ancillary onboard oil-filled operational equipment, and not including containers with
a storage capacity of less than 55 gallons).
The Contractor shall reference the SPCC Plan in the HMCP and SWPPP.
9.0 Notifications of Construction Activities
Contractor shall immediately notify the airport operator or Engineer of any conditions adversely affecting
the operational safety of the airport.
9.1 List of Responsible Representatives
Jointly develop a list of contacts consisting of Contractor personnel, Airport personnel, and Engineer’s
personnel. Although the primary contacts for all matters involving safety and security remain the Airport
Manager, Engineer, and Contractor Superintendent, certain issues may warrant the delegation of
response to individuals capable of taking immediate action. These contacts may be required to be
available 24 hours a day, as specified to address the following issues:
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 14
• Accidental utility interruption, or airport emergency response. (See section 9.3 below for non-
airport related emergencies)
• HAZMAT Spill Response.
• Maintenance of temporary airport lighting.
• Repair of erosion sediment control measures.
• FOD cleanup.
• Other airport security issues, including loss of keys, dismissed Contractor employees.
• Other points of contact, as specified, or as directed by the Engineer.
A preliminary list of responsible representatives is included as the Preliminary Contact List included as
Appendix C.
9.2 Notices to Air Mission (NOTAMs)
Before beginning any construction activity, coordinate with the Airport Manager through the Engineer
to provide information for NOTAMS, as required. Work that requires issuance of a NOTAM cannot begin
until confirmation and approval of the Airport Manager is received by the Engineer. Include drawings,
in a format acceptable to the Engineer, that show areas open or closed to aircraft operations. Show
designated taxi routes and include other information on the drawings as directed. Modify the drawings
as directed. Coordinate further, as required, to determine the cancellation of notices issued as NOTAMS.
Plan work activities ahead of when they are needed to be performed. The Airport cannot accommodate
last minute requests to allow access or close portions of the active Airport Operating Area (AOA) except
in emergencies. The inability of the Airport, or other entities to meet these requests shall not constitute
a delay to your work effort or entitlement to further compensation.
The following guidance will apply regarding NOTAMS:
• The Airport Manager will provide information on closed or hazardous conditions on airport
movement areas to the Flight Service Station (FSS) so it can issue a NOTAM.
• The Airport Manager will coordinate the issuance, maintenance, and cancellation of NOTAMS about
airport conditions resulting from construction activities with tenants and the local air traffic facility.
• Only the Airport Manager may issue or cancel NOTAMS on airport conditions. (The airport
owner/operator is the only entity that has authority to close or open a runway or taxiway.)
• A seventy-two (72) hour notice is required for issuing a NOTAM.
Before beginning any construction, activity which may impact the normal operations at the airport, the
Contractor must ensure, by direct communication with airport personnel, that the activity has been
reported using the FAA’s Notice to Airmen (NOTAM) system. A notice to FAA Flight Service Station (FSS)
is not required – all NAVAIDs are owned and operated by Renton Municipal Airport.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 15
9.3 Emergency Notification Procedures
Renton Municipal Airport and the surrounding area has the following emergency services available:
Police Medical Fire
Renton Police Department
1055 S Grady Way
Renton, WA 98057
https://www.rentonwa.gov/city_hall/
police
425-430-7500
Valley Medical Center
400 S 43rd Street
Renton, WA 98055
https://www.valleymed.org/
425-228-3450
Renton Regional Fire Authority
Station #11
211 Mill Avenue S
Renton, WA 98057
https://rentonrfa.com/
425-276-9500
In the case of an emergency, the Contractor shall notify the Airport Manager who shall act as Airport
Incident Commander (IC). Under emergency conditions involving immediate loss of human life, or threat
to wellbeing, Contractor personnel may allow access to airport property by emergency services. Maintain
airfield security in all other respects. Notify the Engineer, and the Airport Manager immediately following
any emergency call.
9.4 Coordination with ARFF
This project does not include the deactivation or reactivation of water lines or fire hydrants, rerouting
or blocking emergency access routes, or the use of hazardous materials on the airfield. There is not ARFF
equipment or personnel at Renton Municipal Airport. No coordination with emergency services will be
required.
9.5 Notification to the FAA
Part 77
FAA Form 7460-1, Notice of Proposed Construction or Alteration is required for this project.
Part 157—Notice of Construction, Alteration, Activation, And Deactivation of
Airports
Part 157 does not apply to this project, as it does not involve the construction of a new airport; the
construction, realigning, altering, activating, or abandoning of a runway, landing strip, or taxiway, or
deactivation of an airport.
NAVAIDs
There are no NAVAIDS on the airport that are owned or operated by the FAA. No notification will be
provided to FAA ATO/Technical Operations. NAVAID deactivation/reactivation is not anticipated for
this project.
Airport Owned/FAA Maintained
There are no NAVAIDs at Renton Municipal Airport that are owned or operated by the FAA.
FAA Owned
There are no NAVAIDs at Renton Municipal Airport that are owned or operated by the FAA.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 16
10.0 Inspection Requirements
10.1 Daily Inspections
The contractor shall complete daily inspections of all project areas. The Engineer will check all surfaces
after the Contractor has completed FOD cleanup.
The Contractor shall complete daily safety and security inspections at the end of each work shift during
the project. A Construction Project Daily Safety Inspection Checklist is included as Appendix D and shall
be used (at the discretion of the Engineer and Airport) to ensure work areas are clean and secure, and
FOD free. Schedule inspections to not conflict with the active runway safety area (RSA), runway object
free areas (ROFA), and OFZ detailed in section 17 below. No work is allowed inside the active runway or
taxiway areas.
Conduct a joint inspection with the Engineer, or Airport Manager, of any area prior to opening to aircraft
operations. Clean surfaces of all FOD; make sure all lighting is in place, and in serviceable condition.
Safety and security inspections may be attended by the Engineer, and/or Airport Manager or their
representatives. Repair or remedy all safety and security issues immediately. Do not wait until an
inspection to address issues. Inspections are to be used to verify that all required maintenance is being
performed in a timely manner.
Notify the Engineer and Airport Manager regarding any safety or security issues found during the
inspections, regardless of whether they are caused by negligence, oversight, or project scope change.
Include at least the following items in the inspections; other items may be added at the discretion of
the Engineer, or as approved:
• Inspect all runway closure ‘X’ markers, if applicable.
• Inspect all low-profile barricades; ensure red lights are functioning at night.
• Inspect all taxiway closure ‘X’ markers, if applicable.
• Inspect each required crossing of any active surface for the presence of FOD.
• Inspect haul routes for proper markings and barricades. Ensure that vehicles are using only
designated haul routes.
• Inspect access points in existing perimeter fence.
10.2 Interim Inspections
Conduct interim inspections of all areas to be (re)opened to aircraft traffic to ensure the proper
operation of lights and signs, for correct markings, and for the absence of FOD. The Contractor should
ensure that all construction materials have been secured, all pavement surfaces have been swept clean,
all transition ramps have been properly constructed and that all surfaces have been appropriately
marked for aircraft to operate safely. All items on this list shall meet the airport operator’s approval
before the area is opened to aircraft operations.
10.3 Final Inspections
Perform a joint final safety inspection with the Engineer and Airport Manager. Verify that all airport
lighting is serviceable and correct. Remove all FOD as directed, and any other construction related
materials not allowed to remain on airport property. The final safety inspection may become part of the
project completion final inspection detailed under the General Provisions, Section 50-15 FINAL
ACCEPTANCE, at the discretion of the Engineer.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 17
11.0 Underground Utilities
The Contractor is responsible for all utility locates. The Contractor will be responsible for any private
locates required inside the AOA, beyond the extent provided by the Washington 811 Dig Line locate
service. The Contractor shall bear all costs associated with damage and restoration of any utility service
or facility due to their operations for work that is below ground. See Section 9.0 Notifications of
Construction Activities, for issues that may warrant the delegation of response to individuals capabl e of
taking immediate action. Reference the contact list located in Appendix C for contact information of key
personnel.
12.0 Penalties
All Contractor and Subcontractor personnel must abide by this CSPP and other contract requirements.
Penalties can include payment of any fines levied by any federal, state, or local agency having authority,
suspension of the contract, and individual workers are subject to removal from the project.
13.0 Special Conditions
Special conditions may trigger specific safety mitigations, including suspension of construction activities.
These conditions may include adverse weather conditions, aircraft accidents, and security breaches.
Aircraft declaring an emergency will be allowed to land on one of the runways. The work areas may need
to be cleared of people and equipment on extremely short notice (15 minutes or less). Clear the runway
and RSA when directed by the FSS, Airport Manager or other authority in an emergency situation.
13.1 Special Equipment
Use of tall equipment (typically over 15-feet in height), such as cranes or drilling rigs, must be submitted
on form 7460-1 and approved by FAA. See coordination with, and notification of FAA under sections 1.4
and 9.5 above. Typical construction equipment less than 15-feet in height such as dump trucks and
trailers are not considered special equipment requiring a 7460-1.
13.2 Water for Dust Control
Provide water for dust control as required, and as directed. Dust, smoke, steam, or other airborne
particulates caused by Contractor activities may be considered a safety violation as determined by the
Engineer. The Contractor is responsible for all costs associated with obtaining and furnishing water
required for this project. The Contractor shall coordinate with the City of Renton Public Works
Department for any meter boxes or other requirements associated with obtaining water from airport
hydrants or nearby water services.
13.3 Temporary Relocation of Runway Thresholds
Temporary relocation of runway thresholds will not be allowed during this project.
14.0 Runway and Taxiway Visual Aids
14.1 General
Airport lighting and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or
deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or
other wind currents and constructed of materials that will minimize damage to an aircraft in the event
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 18
of inadvertent contact. Lighting must be in compliance with the Contract Plans, Specifications, and FAA
AC 150/5340-30, AC 150/5345-50 and AC 150/5345-53. See the Phasing Plans included in Appendix A
of this document for locations and descriptions of lighting and signs.
14.2 Markings
No temporary or new markings will be applied as a part of this project.
Temporarily Closed Runways
No temporary closure of Runway 16/34 is anticipated for the duration of this project.
Temporarily Closed Taxiways
No temporary closure of any taxiway is anticipated for the duration of this project.
14.3 Lighting and Visual NAVAIDs
The Contractor shall ensure and verify throughout the duration of the project that areas where aircraft
operate are clearly and visibly separated from construction areas at all times.
Permanently Closed Runways and Taxiways
Not Applicable.
Partially Closed Runways and Displaced Thresholds
Not applicable.
Signs
No new airport signing are being installed during this project. Existing lighted airport signage will be
maintained throughout construction.
15.0 Marking and Signs for Access Routes
Within the AOA, signs will be placed intermittently and at areas where the haul routes turn along to ensure
construction traffic stays on designated haul routes. The Contractor shall address signs for access and haul
routes in the SPCD. The construction haul route signage will conform to AC 150/5340-18 and, to the extent
practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD)
and/or WSDOT specifications and standard plans.
16.0 Hazard Marking, Lighting and Signing
The purpose of hazard markings and lighting is to delineate the construction area from the active AOAs.
It also serves as a visual warning to pilots, and airport ground traffic, that to proceed past the markers
could jeopardize safety of persons or equipment, including damage to aircraft or loss of life. Hazard
marking and lighting must not itself become a hazard to the safe operation of aircraft. Hazard markings
and lighting must be separated from active surfaces by a suitable distance usually defined by t he OFA or
OFZ, but depending on work location, type of aircraft expected to be operating, and other factors.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 19
Hazard marking and lighting must also identify open manholes, small areas under repair, stockpiled
material, waste areas, and areas subject to jet blast. Consider less obvious construction-related hazards
and include markings to identify airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas for
Contractor personnel to avoid these areas.
All hazards to personnel, vehicles, and aircraft will be marked prominently with comprehensible warning
indicators. Hazard marking and lighting will also be specified to identify open manholes, areas under
repair, stockpiled material, wasted areas, and areas subject to jet blast. FAA, airport, and National
Weather Service facilities cables and other areas or surfaces will be marked as needed.
16.1 Equipment
Proposed locations of the contractor’s staging and stockpile area that may require hazard markings and
lighting are shown on the Phasing Plans included in Appendix A. Other locations or equipment may be
proposed, or required, depending on the schedule, means and methods employed. The Contractor shall
submit proposed equipment, including signs, markings, and lighting in the SPCD.
Barricades
Low-profile barricades and temporary traffic cones will identify and define the limits of construction
and hazardous areas. Careful consideration must be given to selecting equipment that poses the least
danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash,
and jet blast. The spacing of barricades shall be at a maximum of 4-feet between each barricade and
such that a breach is physically prevented barring a deliberate act. Only low -profile barricades are
allowed to be used within the AOA and are subject to the lighting requirements described below. Low-
profile barricades will also be marked with diagonal, alternating orange and white stripes as shown in
the Phasing Plans included in Appendix A.
Lights
All lights installed on barricades shall be steady burning or flashing red and shall be visible at night to
pilots and airport users. Lights shall be mounted on barricades per manufacturer’s recommendations.
Lights shall be operated between sunset and sunrise and during periods of low visibility whenever the
airport is open for operations. All lights on barricades within the AOA shall be red; lights on barricades
outside of the AOA can be amber flashing lights mounted on barricades as required per WSDOT and
MUTCD requirements.
Signs.
The contractor shall supplement barricades with signs (for example “No Entry,” “No Vehicles”) as
necessary. Signs within the AOA in active airfield surfaces shall be no more than 18-inches in height.
16.2 Airport Operations Area (AOA) – General
Barricades will not be placed in any active safety area. The Contractor shall use flashing or steady
burning red lights as noted above, barricades marked with diagonal, alternating orange, and white
stripes; and/or signs to separate all construction/maintenance areas from the movement area.
Barricades may be supplemented with alternating solid orange or orange and white checkered flags at
least 20-in by 20-in square and securely fastened to the barricade. All barricades adjacent to any open
runway or taxiway safety area or apron, must be as low as possible to the ground, and no more than
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 20
18-inches in height, exclusive of supplementary lights and flags. Barricades shall be of low mass; easily
frangible upon contact with an aircraft or any of its components; and weighted to prevent displacement
from prop wash, jet blast, wing vortex, or other surface wind currents. If sandbags are used to weigh
down barricades, they must be new sandbags and will be checked for breakage at least once per day
and replaced.
16.3 AOA – Runway/Taxiway Intersections
Highly reflective barricades with lights will be used to close taxiway connectors leading to active runway ,
as applicable.
16.4 AOA – Other
The contractor may use standard highway barricades and signage outside of the AOA, or in AOA areas
outside of all active runway, taxiway, taxilane, and apron surfaces.
16.5 Maintenance
The Contractor shall have a person on call 24 hours/day for emergency maintenance of airport hazard
lighting and barricades. Lighting shall be checked once per day. Maintain temporary markings and
hazardous area barriers throughout all phases of construction. Repair damaged or non-functioning
markings, barriers, and flashers immediately upon discovery or notification.
17.0 Work Zone Lighting for Nighttime Construction
Lighting equipment will adequately illuminate the work area for nighttime construction, as required. Light
towers, if utilized, should be positioned and adjusted to aim away from active runways to prevent blinding
effects. Shielding may be necessary. Light towers should be removed from the construction site when the
area is reopened to aircraft operations. If light towers are proposed for use, the Contractor shall indicate
in the SPCD and provide marked-up Construction Phasing Plans showing the approximate locations of
lighting units and their aiming angles in relationship to the active runways and taxiways. No nighttime
work is anticipated for this project.
18.0 Protection of Runway and Taxiway Safety Areas
No changes to existing RSA dimensions are proposed. Before beginning construction in any phase, survey
and mark the RSA’s and the OFA’s for the taxiways and runways, as directed by the Engineer. This will
define a boundary for use of construction equipment during aircraft operations and delineate safe areas
for Contractor personnel and equipment during aircraft operations, if needed. During times when a
runway or taxiway is closed to aircraft, as part of the approved SPCD, the surveying and marking of these
areas is not required.
The recommended action prior to working in each phase is to coordinate complete closure of the affected
AOAs. This project will not reduce RSA’s, TSA, or OFA’s. See the Phasing Plans in Appendix A for graphical
locations and limits of the RSA and Taxiway OFA’s.
18.1 Runway Safety Areas (RSA)
No construction will occur within the existing RSA’s while the runway is open for aircraft operations. No
equipment, vehicles, or personnel will be allowed within an RSA during aircraft operations on that
runway. No material stockpiles will be allowed in the RSA at any time. All work within the RSA will
require the associated runway to be closed. Further de tails regarding RSA impacts are described below.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 21
Runway 16/34 RSA
No work will occur in the Runway 16/34 RSA.
Adjustment of RSA Dimensions
No adjustments to the existing RSA dimensions are proposed.
Excavations within RSA
No open excavations will occur within an RSA.
Erosion Control within RSA
No erosion control measures are anticipated within the RSA.
18.2 Runway Object Free Area (ROFA)
No work will occur within the Runway 16/34 OFA. No equipment or vehicles are to be parked or left
unattended in any OFA at any time.
ROFA Area Dimensions
No temporary adjustments are proposed to existing ROFA dimensions.
18.3 Taxiway/Taxilane Safety Area (TSA)
Construction in the TSA
No construction will occur within any TSA while the taxiway is open for aircraft operations.
TSA Adjustments
No adjustments to TSA dimensions are proposed.
Excavations within TSA
No open excavations will occur within an TSA.
Erosion Control within the TSA
Erosion control measures within the TSA will be maintained as required throughout construction.
18.4 Taxiway/Taxilane Object Free Area (TOFA/TLOFA)
TOFA Area Dimensions
No temporary adjustments are proposed to existing TOFA dimensions.
Offset Taxiway Pavement Markings
Not applicable.
Construction within the TOFA/TLOFA
Not applicable.
18.5 Obstacle Free Zone (OFZ)
No equipment or personnel will be allowed within the OFZ at any time, except during approved runway
closures. No stockpiles will be allowed within the OFZ at any time.
Construction Safety & Phasing Plan Renton, WA
Renton Municipal Airport (RNT) Gate & Security Upgrades (CAG-25-012)
Page 22
18.6 Runway Approach/Departure Areas and Clearways
Construction Activity in a Runway Approach/Departure Area
All personnel, materials, and/or equipment must remain clear of the applicable threshold siting
surfaces, as defined in Chapter 3, Section 303 in AC 150/5300-13A, during times when the runway is
open to traffic.
Partial Runway Closures
No partial runway closures are anticipated during this project.
Displaced Thresholds
No displaced thresholds are proposed as part of this project.
19.0 Other Limitations on Construction
19.1 Prohibitions
Equipment: No use of tall equipment (outside of typical construction equipment up to 15-feet in height)
will be permitted without a 7460-1 determination letter that must be issued for each piece of tall
equipment. Use of light-colored sandbags, or other materials that interfere with the airport marking
system will not be allowed. Yellow sandbags are required for taxiway closure markers.
Use of Tools with Open Flames
No use of open flame welding or torches will be permitted on this project.
Electrical Blasting Caps
Electrical blasting caps will not be permitted on this project.
19.2 Restrictions
The Contractor work hours will be limited during select phases of construction, as described in Section
2: Phasing. Limitations must be placed on work areas to ensure RSA’s, TOFA’s, and approach surfaces
are free of obstructions during operational hours.
Open Trenches, Excavations, and Stockpiles
Prominently mark open trenches, excavations, and stockpiled materials at the construction site and
light these obstacles during hours of restricted visibility and darkness. Constrain stockpiled material
to prevent its movement as a result of the forecast wind conditions. No open trenches are allowed in
the RSA or TSA of an active runway or taxiway respectively.
Discovery of Contaminated Soils
Not applicable.
INTENTIONALLY LEFT BLANK
CSPP Appendix A
Phasing Plan Drawings
INTENTIONALLY LEFT BLANK
J-BOX
J-BOX
J-BOX
J-BOX
J-BOX
RA
M
P
PAV
E
D
PAVED
PAVED
PAVED PARKING
ROCKS
ROCKS
PAVED
PAV
E
D
PAVED
AIR
P
O
R
T
PRO
P
E
R
T
Y
PAVED
PAV
E
D
PAV
E
D
TAXIWAY A
TAXIWAY B
PRO FLIGHT
AVIATION
CEDAR RIVER
B6
B4
B
5
B
7
B3
A6 A4A5
A7
A
3
A2
A1
E. PERIMETER
R
O
A
D
AIRPORT PR
O
P
E
R
T
Y
L
I
N
E
AIRPORT PROPE
R
T
Y
L
I
N
E
AI
R
P
O
R
T
W
A
Y
APRON A
BOEING APRON
D
RUNWAY 16-34
LA
K
E
W
A
S
H
I
N
G
T
O
N
APRON B
APRON CW. PERIMETER RO
A
D
RAINIER AVE N.
RAINIER AVE N.
AIRPORT
MAINTENANCE
WORK AREA 2 - SEE SHEETS C10 TO C11
WORK AREA 1 - SEE SHEETS C4 TO C11
LOG
A
N
A
V
E
N
.
BOEING
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
Know what's below.
before you dig.Call
R
CONSTRUCTION SAFETY AND PHASING PLAN OVERVIEW
C3
CO
N
S
T
R
U
C
T
I
O
N
S
A
F
E
T
Y
A
N
D
PH
A
S
I
N
G
P
L
A
N
O
V
E
R
V
I
E
W
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
PHASING PLAN - PEDESTRIAN GATE P1
C4
CS
P
P
-
G
A
T
E
S
P
1
,
V
1
,
&
P
2
PHASING PLAN - PEDESTRIAN GATE P2/VEHICLE GATE V1
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
PHASING PLAN - PEDESTRIAN GATE P3/VEHICLE GATE V2
C5
CS
P
P
-
G
A
T
E
S
V
2
,
P
3
,
&
P
4
PHASING PLAN - PEDESTRIAN GATE P4
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
PHASING PLAN - PEDESTRIAN GATE P5
C6
CS
P
P
-
G
A
T
E
S
P
5
&
V
3
PHASING PLAN - VEHICLE GATE V3
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
PHASING PLAN - VEHICLE GATE V4
C7
CS
P
P
-
G
A
T
E
S
V
4
&
V
5
PHASING PLAN - VEHICLE GATE V5
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
PHASING PLAN - PEDESTRIAN GATES P6 & P7
C8
CS
P
P
-
G
A
T
E
S
P
6
&
P
7
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
PHASING PLAN - VEHICLE GATE V6 / PEDESTRIAN GATES P8 & P9
C9
CS
P
P
-
G
A
T
E
S
V
6
,
P
8
,
P
9
&
P
1
0
PHASING PLAN - PEDESTRIAN GATE P10
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
PHASING PLAN - VEHICLE GATE V8
C10
CS
P
P
-
G
A
T
E
V
8
&
P
1
1
PHASING PLAN - PEDESTRIAN GATE P11
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
CONCEPTUAL PHASING PLAN - VEHICLE GATE V10
C11
CS
P
P
-
G
A
T
E
V
7
&
V
1
0
CONCEPTUAL PHASING PLAN - VEHICLE GATE V7
C11
MA
T
C
H
L
I
N
E
S
E
E
S
H
E
E
T
C
1
2
65
RE
N
T
O
N
M
U
N
I
C
I
P
A
L
A
I
R
P
O
R
T
(
R
N
T
)
-
R
E
N
T
O
N
,
W
A
GA
T
E
&
P
E
R
I
M
E
T
E
R
S
E
C
U
R
I
T
Y
U
P
G
R
A
D
E
S
WW
W
.
D
O
W
L
.
C
O
M
LOW PROFILE BARRICADE NOTES:
LOW PROFILE BARRICADE
PRE-APPROVED PRODUCTS:
C12
CO
N
S
T
R
U
C
T
I
O
N
P
H
A
S
I
N
G
D
E
T
A
I
L
S
1 LOW PROFILE BARRICADE DETAIL
NOT TO SCALE
2 TEMPORARY CHAIN LINK FOD FENCE DETAIL WITH CONCRETE BARRIER
NOT TO SCALE
3 TEMPORARY CHAIN LINK FENCE DETAIL WITHOUT CONCRETE BARRIER
NOT TO SCALE
CSPP Appendix B
CSPP Checklist
1 Construction Safety and Phasing Plan Checklist
Construction Safety and Phasing Plan Checklist
This checklist is keyed to Section 2 Plan Requirements of AC 150/5370-2G. There may be instances
where the CSPP requires provisions that are not covered by the list in this appendix.
Coordination Reference Addressed Remarks
General Considerations
Requirements for predesign, prebid, and
preconstruction conferences to introduce
the subject of airport operational safety
during construction are specified.
2.5
☒
Yes
☐
No
☐
NA
Operational safety is a standing agenda item for
construction progress meetings. 2.5 ☒
Yes
☐
No
☐
NA
Scheduling of the construction phases is properly
addressed. 2.6 ☒
Yes
☐
No
☐
NA See Phasing Plans.
Any Formal Agreements are established 2.5.3 ☐
Yes
☐
No
☒
NA
Areas and Operations Affected by Construction Activity
Drawings showing affected areas are included. 2.7.1 ☒
Yes
☐
No
☐
NA
See Site Plan and
Phasing Plans.
Closed or partially closed runways, taxiways,
and aprons are depicted on drawings. 2.7.1.1 ☐
Yes
☒
No
☐
NA
Access routes used by ARFF vehicles
affected by the project are addressed. 2.7.1.2 ☐
Yes
☐
No
☒
NA No ARFF at airport.
Access routes used by airport and airline support
vehicles affected by the project are addressed. 2.7.1.3 ☒
Yes
☐
No
☐
NA
Underground utilities, including water
supplies for firefighting and drainage. 2.7.1.4 ☒
Yes
☐
No
☐
NA
Approximate utilities
locations are shown
where available.
Approach/departure surfaces affected by heights
of temporary objects are addressed. 2.7.1.5 ☐
Yes
☐
No
☒
NA
Construction areas, storage areas, and access
routes near runways, taxiways, aprons, or
helipads are properly depicted on drawings.
2.7.1 ☒
Yes
☐
No
☐
NA
See Site Plan and
Phasing Plans.
2 Construction Safety and Phasing Plan Checklist
AC 150/5370-2G
Coordination Reference Addressed Remarks
Temporary changes to taxi operations
are addressed. 2.7.2.1 ☐
Yes
☐
No
☒
NA
No changes to taxiing
operations.
Detours for ARFF and other airport vehicles are
identified. 2.7.2.2 ☒
Yes
☐
No
☐
NA
No ARFF at airport.
Detours for other
airport vehicles shown.
Maintenance of essential utilities and
underground infrastructure is addressed. 2.7.2.3 ☒
Yes
☐
No
☐
NA
Temporary changes to air traffic control
procedures are addressed. 2.7.2.4
☐
Yes
☒
No
☐
NA
NAVAIDS
Critical areas for NAVAIDs are depicted on
drawings. 2.8 ☒
Yes
☐
No
☐
NA
See Site Plan and
Phasing Plans.
Effects of construction activity on the
performance of NAVAIDS, including
unanticipated power outages, are addressed.
2.8 ☒
Yes
☐
No
☐
NA
Protection of NAVAID facilities is addressed. 2.8 ☒
Yes
☐
No
☐
NA
The required distance and direction from each
NAVAID to any construction activity is
depicted on drawings.
2.8 ☒
Yes
☐
No
☐
NA
Procedures for coordination with FAA
ATO/Technical Operations, including
identification of points of contact, are included.
2.8, 2.13.1,
2.13.5.3.1, 2.18.1 ☒
Yes
☐
No
☐
NA
Contractor Access
The CSPP addresses areas to which contractor
will have access and how the areas will be
accessed.
2.9 ☒
Yes
☐
No
☐
NA
See Site Plan and
Phasing Plans.
The application of 49 CFR Part 1542 Airport
Security, where appropriate, is addressed. 2.9 ☒
Yes
☐
No
☐
NA
The location of stockpiled construction
materials is depicted on drawings. 2.9.1 ☒
Yes
☐
No
☐
NA
See Site Plan and
Phasing Plans.
The requirement for stockpiles in the ROFA to
be approved by FAA is included. 2.9.1 ☐
Yes
☐
No
☒
NA
No stockpiles will be
allowed within the
ROFA.
3 Construction Safety and Phasing Plan Checklist
AC 150/5370-2G
Coordination Reference Addressed Remarks
Requirements for proper stockpiling of materials
are included. 2.9.1 ☒
Yes
☐
No
☐
NA
Construction site parking is addressed. 2.9.2.1 ☒
Yes
☐
No
☐
NA
Parking is shown on
Site Plan and Phasing
Plans.
Construction equipment parking is addressed. 2.9.1.2 ☒
Yes
☐
No
☐
NA
Equipment parking
will be in the staging
area.
Access and haul roads are addressed. 2.9.2.3 ☒
Yes
☐
No
☐
NA
See Site Plan and
Phasing Plans.
A requirement for marking and lighting of
vehicles to comply with AC 150/5210-5,
Painting, Marking and Lighting of Vehicles Used
on an Airport, is included.
2.9.2.4
☒
Yes
☐
No
☐
NA
Proper vehicle operations, including requirements
for escorts, are described. 2.9.2.5, 2.9.2.6
☒
Yes
☐
No
☐
NA
Training requirements for vehicle drivers are
addressed. 2.9.2.7 ☒
Yes
☐
No
☐
NA
Two-way radio communications procedures are
described. 2.9.2.9 ☒
Yes
☐
No
☐
NA
Maintenance of the secured area of the airport is
addressed. 2.9.2.10 ☒
Yes
☐
No
☐
NA
Wildlife Management
The airport operator's wildlife management
procedures are addressed. 2.10 ☒
Yes
☐
No
☐
NA
Foreign Object Debris Management
The airport operator's FOD management
procedures are addressed. 2.11 ☒
Yes
☐
No
☐
NA
Hazardous Materials Management
The airport operator's hazardous materials
management procedures are addressed. 2.12 ☒
Yes
☐
No
☐
NA
Notification of Construction Activities
Procedures for the immediate notification of
airport user and local FAA of any conditions
adversely affecting the operational safety of
the airport are detailed.
2.13 ☒
Yes
☐
No
☐
NA
Emergency contact list
included as Appendix
C.
4 Construction Safety and Phasing Plan Checklist
AC 150/5370-2G
Coordination Reference Addressed Remarks
Maintenance of a list by the airport operator of
the responsible representatives/points of
contact for all involved parties and procedures
for contacting them 24 hours a day, seven days
a week is specified.
2.13.1 ☒
Yes
☐
No
☐
NA
Emergency contact list
included in Appendix
C.
A list of local ATO/Technical Operations
personnel is included. 2.13.1 ☒
Yes
☐
No
☐
NA
Airport will contact
ATO, if needed.
A list of ATCT managers on duty is included. 2.13.1 ☒
Yes
☐
No
☐
NA
An ATCT contact list
is included in
Appendix C.
A list of authorized representatives to the OCC is
included. 2.13.2 ☐
Yes
☐
No
☒
NA
Procedures for coordinating, issuing,
maintaining and canceling by the airport
operator of NOTAMS about airport conditions
resulting from construction are included.
2.8, 2.13.2,
2.18.3.3.9
☒
Yes
☐
No
☒
NA
Provision of information on closed or hazardous
conditions on airport movement areas by the
airport operator to the OCC is specified.
2.13.2 ☐
Yes
☐
No
☒
NA
Emergency notification procedures for medical,
firefighting, and police response are addressed. 2.13.3 ☒
Yes
☐
No
☐
NA
Coordination with ARFF personnel for
non-emergency issues is addressed. 2.13.4 ☒
Yes
☐
No
☐
NA No ARFF at airport.
Notification to the FAA under 14 CFR parts
77 and 157 is addressed. 2.13.5 ☒
Yes
☐
No
☐
NA
Reimbursable agreements for flight checks
and/or design and construction for FAA
owned NAVAIDs are addressed.
2.13.5.3.2 ☒
Yes
☐
No
☒
NA
Inspection Requirements
Daily inspections by both the airport operator
and contractor are specified. 2.14.1, 2.14.2 ☒
Yes
☐
No
☐
NA
Contractor will
perform daily
inspections.
Final inspections at certificated airports
are specified when required. 2.14.3 ☐
Yes
☐
No
☒
NA Non-certified airport.
Underground Utilities
Procedures for protecting existing underground
facilities in excavation areas are described. 2.15 ☒
Yes
☐
No
☐
NA
5 Construction Safety and Phasing Plan Checklist
AC 150/5370-2G
Coordination Reference Addressed Remarks
Penalties
Penalty provisions for noncompliance with
airport rules and regulations and the safety plans 2.16 ☒
Yes
☐
No
☐
NA
are detailed. Yes No NA
Special Conditions
Any special conditions that affect the operation
of the airport or require the activation of any
special procedures are addressed.
2.17 ☒
Yes
☐
No
☐
NA
Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs
The proper securing of temporary airport
markings, lighting, signs, and visual NAVAIDs 2.18.1 ☐
Yes
☐
No
☒
NA
is addressed. Yes No NA
Frangibility of airport markings, lighting,
signs, and visual NAVAIDs is specified.
2.18.1, 2.18.3,
2.18.4.2, 2.20.2.4 ☐
Yes
☐
No
☒
NA
The requirement for markings to be in
compliance with AC 150/5340-1, Standards for
Airport Markings is specified.
2.18.2 ☐
Yes
☐
No
☒
NA
Detailed specifications for materials and
methods for temporary markings are provided. 2.18.2 ☐
Yes
☐
No
☒
NA
The requirement for lighting to conform to AC
☐
Yes
☐
No
☒
NA
150/5340-30, Design and Installation Details for
Airport Visual Aids, AC 150/5345-50, 2.18.3 Specification for Portable Runway and Taxiway Lights, and AC 150/5345-53 Airport Lighting
Certification Program is specified.
The use of a lighted X is specified
where appropriate.
2.18.2.1.2,
2.18.3.2
☒
Yes
☐
No
☐
NA
The requirement for signs to conform to AC
☐
☐
☒
Not required.
150/5345-44, Specification for Runway and
Taxiway Signs, AC 50/5340-18, Standards for 2.18.4
Airport Sign Systems, and AC 150/5345-
53, Airport Lighting Certification Program,
is specified.
Yes No NA
Marking and Signs For Access Routes
The CSPP specifies that pavement markings and
signs intended for construction personnel should
conform to AC 150/5340-18 and, to the extent
practicable, with the MUTCD and/or State
highway specifications.
2.18.4.2 ☒
☐
☐
Signs will meet FAA,
WSDOT, & MUTCD
requirements as
required. Yes No NA
Hazard Marking and Lighting
Prominent, comprehensible warning
indicators for any area affected by
construction that is normally accessible to
aircraft, personnel, or vehicles are specified.
2.20.1 ☒
Yes
☐
No
☐
NA
Construction areas will
be clearly marked
closed to all airport
users.
6 Construction Safety and Phasing Plan Checklist
AC 150/5370-2G
Coordination Reference Addressed Remarks
Hazard marking and lighting are specified to
identify open manholes, small areas under repair,
stockpiled material, and waste areas.
2.20.1 ☒
Yes
☐
No
☐
NA
The CSPP considers less obvious
construction-rated hazards. 2.20.1 ☒
Yes
☐
No
☐
NA
Equipment that poses the least danger to
aircraft but is sturdy enough to remain in place
when subjected to typical winds, prop wash and
jet blast is specified.
2.20.2.1
☒
Yes
☐
No
☐
NA
The spacing of barricades is specified such that
a breach is physically prevented barring a
deliberate act.
2.20.2.1 ☒
Yes
☐
No
☐
NA
Red lights meeting the luminance requirements
of the State Highway Department are specified. 2.20.2.2 ☒
Yes
☐
No
☐
NA
Barricades, temporary markers, and other objects
placed and left in areas adjacent to any open
runway, taxiway, taxi lane, or apron are
specified to be as low as possible to the ground,
and no more than 18 in high.
2.20.2.3 ☒
Yes
☐
No
☐
NA
Barricades are specified to indicate construction
locations in which no part of an aircraft may
enter. 2.20.2.3
☒
Yes
☐
No
☐
NA
Highly reflective barriers with lights are
specified to barricade taxiways leading to
closed runways.
2.20.2.5 ☒
Yes
☐
No
☐
NA
Markings for temporary closures are specified. 2.20.2.5 ☒
Yes
☐
No
☐
NA
The provision of a contractor's representative on
call 24 hours a day for emergency maintenance of
airport hazard lighting and barricades is specified. 2.20.2.7 ☒
Yes
☐
No
☐
NA
See Contact List –
Appendix C.
Work Zone Lighting for Nighttime Construction
If work is to be conducted at night, the CSPP
identifies construction lighting units and their
general locations and aiming in relationship to the
ATCT and active runways and taxiways.
2.21 ☐
Yes
☒
No
☐
NA
Protection of Runway and Taxiway Safety Areas
The CSPP clearly states that no construction may
occur within a safety area while the associated
runway or taxiway is open for aircraft operations.
2.22.1.1,
2.22.3.1 ☒
Yes
☐
No
☐
NA
See Phasing Plans.
7 Construction Safety and Phasing Plan Checklist
AC 150/5370-2G
Coordination Reference Addressed Remarks
The CSPP specifies that the airport operator
coordinates the adjustment of RSA or TSA
dimensions with the ATCT and the
appropriate FAA Airports Regional or District
Office and issues a local NOTAM.
2.22.1.2, 2.22.3.2 ☐
Yes
☐
No
☒
NA
Adjustments to the
RSA/TSA are not
proposed.
Procedures for ensuring adequate distance for
protection from blasting operations, if required
by operational considerations, are detailed.
2.22.3.3 ☐
Yes
☐
No
☒
NA
Blasting is not
permitted.
The CSPP specifies that open trenches or
excavations are not permitted within a safety
area while the associated runway or taxiway is
open.
2.22.1.4
☒
Yes
☐
No
☐
NA See Phasing Plans
Appropriate covering of excavations in the RSA
or TSA that cannot be backfilled before the
associated runway or taxiway is open is detailed.
2.22.1.4 ☒
Yes
☐
No
☐
NA See Phasing Plans
The CSPP includes provisions for prominent
marking of open trenches and excavations at
the construction site.
2.22.1.4 ☒
Yes
☐
No
☐
NA
Grading and soil erosion control to maintain
RSA/TSA standards are addressed. 2.22.3.5 ☒
Yes
☐
No
☐
NA
See Phasing Plans
The CSPP specifies that equipment is to be
removed from the ROFA when not in use. 2.22.2 ☒
Yes
☐
No
☐
NA
Equipment will be
staged outside of OFA.
The CSPP clearly states that no construction
may occur within a taxiway safety area while the
taxiway is open for aircraft operations.
2.22.3 ☒
Yes
☐
No
☐
NA
Appropriate details are specified for any
construction work to be accomplished in
a taxiway object free area.
2.22.4 ☒
Yes
☐
No
☐
NA See Phasing Plans.
Measures to ensure that personnel, material,
and/or equipment do not penetrate the OFZ or
threshold siting surfaces while the runway is
open for aircraft operations are included.
2.22.4.3.6 ☒
Yes
☐
No
☐
NA
See Phasing Plans.
Provisions for protection of runway
approach/departure areas and clearways
are included. 2.22.6 ☒
Yes
☐
No
☐
NA
Other Limitations on Construction
The CSPP prohibits the use of open flame
welding or torches unless adequate fire safety
precautions are provided and the airport operator
has approved their use.
2.23.1.2 ☒
Yes
☐
No
☒
NA
No open flame welding
or torches are
permitted.
The CSPP prohibits the use of electrical blasting
caps on or within 1,000 ft (300 m) of the airport
property.
2.23.1.3 ☒
Yes
☐
No
☐
NA
No blasting caps
permitted.
INTENTIONALLY LEFT BLANK
CSPP Appendix C
Preliminary Contact List
PROJECT CONTACT LIST
Name Role Phone Cell Email
Manny Cruz Airport Manager 425-430-7476 mcruz@rentonwa.gov
William Adams Project Manager 425-430-7471 206-775-6862 wadams@rentonwa.gov
DOWL (Civil)
Wes Holden, PE Project Manager, Civil EOR 425-406-7129 206-566-3747 wholden@dowl.com
Brooke Baker, EIT Airport Designer bbaker@dowl.com
DEA (Electrical)
Dean Ralphs, PE Project Engineer, Electrical EOR 206-267-3047 206-499-9834 dean.ralphs@deainc.om
TBD Project Manager
TBD Project Superintendent
TBD Project Foreman
Main Line 206-764-6632
Public Works - Utility Systems 425-430-7339
Puget Sound Energy 1-888-225-5773
Puget Sound Energy 1-888-225-5773
Xfinity 360-757-2256
Emergency All Emergencies 911
Valley Medical Center Hospital 425-228-3450
Renton Regional Fire Authority
Station #11 Fire 425-276-9500
Renton Police Department Police 425-430-7500
Washington Poison Center Poison Control 800-222-1222
Emergency Services
Electrical Utilities
Gas Utilities
Telephone Utilities
Sponsor: Renton Municipal Airport - City of Renton
Engineer: DOWL (Civil), David Evans & Associates (Electrical)
Contractor: To Be Determined
FAA Airports District Office
Air Traffic Control Tower
Water and Sewer Utilities
\\dowl.com\j\Projects\72\15192-03\50Design\CSPP\Appendices\Appendix C - RNT Contact List.xlsx
CSPP Appendix D
Construction Project Daily Inspection Checklist
Appendix D
Construction Project Daily Safety Inspection Checklist
The situations identified below are potentially hazardous conditions that may occur. This checklist
shall be completed each day by the contractor to aid in identifying and correcting potentially hazardous
conditions.
Item
Action Required (Describe)
No Action
Required
(Check)
Excavation adjacent to runways, taxiways, and aprons
improperly backfilled.
☐
Mounds of earth, construction materials, temporary
structures, and other obstacles near any open runway,
taxiway, or taxi lane; in the related Object Free area and
aircraft approach or departure areas/zones; or obstructing
any sign or marking.
☐
Runway resurfacing projects resulting lips exceeding 3-inch
pavement edges and ends.
□
Heavy equipment (stationary or mobile) operating or idle
near AOA, in runway approaches and departures areas, or
in OFZ.
□
Equipment or material near NAVAIDs that may degrade or
impair radiated signals and/or the monitoring of
navigation and visual aids. Unauthorized or improper
vehicle operations in localizer or glide slope critical areas,
resulting in electronic interference and/or facility
shutdown.
□
Tall and especially relatively low visibility units (that is,
equipment with slim profiles) – cranes, drills, and similar
objects – located in critical areas, such as OFZ and approach
zones.
□
Improperly positioned or malfunctioning lights or unlighted
airport hazards, such as holes or excavations, on any apron,
open taxiway, or open taxi lane or in a related safety,
approach, or departure area.
□
Obstacles, loose pavement, trash, and other debris on or
near AOA. Construction debris (gravel, sand, mud, paving
materials) on airport pavements may result in aircraft
propeller, turbine engine, or tire damage. Also, loose
materials may blow about, potentially causing personal
injury or equipment damage.
□
Inappropriate or poorly maintained fencing during
construction intended to deter human and animal intrusions
into the AOA. Fencing and other markings that are
inadequate to separate construction areas from open AOA
create aviation hazards.
□
Improper or inadequate marking or lighting of runways
(especially thresholds that have been displaced or runways
that have been closed) and taxiways that could cause pilot
confusion and provide a potential for a runway incursion.
Inadequate or improper methods of marking, barricading,
and lighting of temporarily closed portions of AOA create
aviation hazards.
□
Wildlife attractants — such as trash (food scraps not
collected from construction personnel activity), grass seeds,
tall grass, or standing water — on or near airports.
□
Obliterated or faded temporary markings on active
operational areas.
□
Misleading or malfunctioning obstruction lights. Unlighted
or unmarked obstructions in the approach to any open
runway pose aviation hazards.
□
Failure to issue, update, or cancel NOTAMs about airport or
runway closures or other construction related airport
conditions.
□
Failure to mark and identify utilities or power cables.
Damage to utilities and power cables during construction
activity can result in the loss of runway / taxiway lighting;
loss of navigation, visual, or approach aids; disruption of
weather reporting services; and/or loss of communications.
□
Restrictions on ARFF access from fire stations to the runway
/ taxiway system or airport buildings.
□
Lack of radio communications with construction vehicles in
airport movement areas.
□
Objects, regardless of whether they are marked or flagged, or
activities anywhere on or near an airport that could be
distracting, confusing, or alarming to pilots during aircraft
operations.
□
Water, snow, dirt, debris, or other contaminants that
temporarily obscure or derogate the visibility of
runway/taxiway marking, lighting, and pavement edges. Any
condition or factor that obscures or diminishes the visibility
of areas under construction.
□
Spillage from vehicles (gasoline, diesel fuel, oil) on active
pavement areas, such as runways, taxiways, aprons, and
airport roadways.
□
Failure to maintain drainage system integrity during
construction (for example, no temporary drainage provided
when working on a drainage system).
□
Failure to provide for proper electrical lockout and tagging
procedures. At larger airports with multiple maintenance
shifts/workers, construction contractors should make
provisions for coordinating work on circuits.
□
Failure to control dust. Consider limiting the amount of area
from which the contractor is allowed to strip turf.
□
Exposed wiring that creates an electrocution or fire ignition
hazard. Identify and secure wiring and place it in conduit or
bury it.
□
Site burning, which can cause possible obscuration. □
Construction work taking place outside of designated work
areas and out of phase.
□
RENTON MUNICIPAL AIRPORT (RNT)
GATE AND PERIMETER SECURITY UPGRADES PROJECT
RUNWAY REOPENING INSPECTION CHECKLIST
Complete this checklist prior to reopening Runway 16-34 after ALL runway closure phases.
PHASE:
DATE:
TIME:
Item: Actions Required No Action
Required (check)
Slopes within RSA/TSA are a maximum of
5%
Runway lighting/signing reenergized
(coordinate with Airport Operations)
PAPIs reenergized (Coordinate with FAA
through Airport Operations)
Localizer reenergized (coordinate with
FAA through Airport Operations)
All equipment is removed from ROFA.
Idle equipment may be parked in work
area, outside of the ROFA)
Runways and taxiways are clear of FOD
(rocks, debris, etc.)
Project site is clear of trash (wrappers,
plastic bottles, etc.)
Barricades are placed as shown per the
phasing plans (if required)
Taxiway closure 'X's are placed per the
phasing plans (if required)
Runway closure 'X's removed
CONTRACTOR'S REPRESENTATIVE (PRINTED)
SIGNATURE
RENTON MUNICIPAL AIRPORT (RNT)
GATE AND PERIMETER SECURITY UPGRADES
PROJECT
INTERIM INSPECTION CHECKLIST
Complete this checklist at the end of every major phase.
PHASE:
DATE:
TIME:
Item: Actions Required No Action
Required (check)
Slopes within RSA/TSA are a maximum
of 5%
Barricades and sandbags are removed
Mesh taxiway closure 'X's are removed
Existing taxiway lighting is reenergized
New LED taxiway lighting is energized
Work area is clear of trash (wrappers,
plastic bottles, etc.)
Runway and taxiways are clear of FOD
Disturbed areas have been seeded, if
required
Updated schedule submitted to the
Engineer
CONTRACTOR'S REPRESENTATIVE (PRINTED)
SIGNATURE
CSPP Appendix E
FAA Guide to Ground Vehicle Operations
City of Renton
Contract Provisions for
Gate & Perimeter Security Upgrades
______________________________________________________________________________
VOLUME II – PLANS
INTENTIONALLY LEFT BLANK