Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract - Vol 1 of 2Project No.: TED 4004043
Contract Provisions
Contract No.: CAG-19-001
Award Amount: $1,585,247.60
Award Date: March 11, 2019
Award To: R. W. Scott Construction, Co.
4005 West Valley Hwy #A
Auburn, WA 98001
Renton Avenue South Resurfacing
Federal Aid Number: STP(UL)-1201(023)
Volume 1 of 2
General Bid Information: Builders Exchange of Washington, Inc.
(425) 258-1303
City Contact: Michelle Faltaous
(425) 430-7301
Consultant Contact: Tani Stafford, PE
(206) 284-0860
Appra ed for Bid
City of Renton D te:
Submitted by:
Approved for Construction
City of Renton
3/4/2019 t41--my an oshx-zke, irlur—
CONSULTING ENGINEERS
Date: Gray & Osborne. Inc
1130 Rainier Avenue South, Suite 300
Seattle. Washington 98144
CITY OF
enton W
Public Works Department
Transportation Systems Division
1055 South Grady Way, Renton, Washington 98057
a
CITY OF RENTON
Renton Avenue South Resurfacing
Table of Contents
VOLUME I
I. CALL FOR BIDS
II. INFORMATION AND CHECKLIST FOR BIDDERS
1.
INFORMATION AND CHECKLIST FOR BIDDERS
2.
SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
3.
SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON
III. PROJECT PROPOSAL
1.
*
PROJECT PROPOSAL COVER SHEET
2.
*
PROPOSAL
3.
*
SCHEDULE OF PRICES
4.
*
LOCAL AGENCY CERTIFICATION FOR FEDERAL AID CONTRACTS
5.
*
NON -COLLUSION DECLARATION
6.
*
LOCAL AGENCY SUBCONTRACTOR LIST
7.
*
UDBE UTILIZATION CERTIFICATION
8.
*
UDBE WRITTEN CONFIRMATION DOCUMENT
9.
*
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT
10.
*
CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE — RESPONSIBILITY
CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS
11.
*
PROPOSAL SIGNATURE PAGE
12.
*
PROPOSAL BID BOND
IV. AGREEMENT FORMS
1. ❖ AGREEMENT
2. ❖ CONTRACT BOND TO THE CITY OF RENTON
3. ❖ FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION
* Submit as part of the bid.
❖ Submit within 10 days after Notice of Award.
V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL -AID CONSTRUCTION CONTRACTS
VI. CONTRACT SPECIFICATIONS
1. AMENDMENTS TO THE STANDARD SPECIFICATIONS
2. SPECIAL PROVISIONS
DIVISION 1— GENERAL REQUIREMENTS........................................1-1 TO 1-87
DIVISION 2 — EARTHWORK.............................................................2-1 TO 2-12
Renton Avenue South Resurfacing Table of Contents
Page 1 of 2 2018
DIVISION 3 - AGGREGATE PRODUCTION AND ACCEPTANCE ..................... 3-1
DIVISION 4 - BASES..................................................................................... 4-1
DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS ...............5-1 TO 5-38
DIVISION 6 - STRUCTURES...............................................................6-1 TO 6-4
DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS................7-1 TO 7-43
DIVISION 8 - MISCELLANEOUS CONSTRUCTION ............................8-1 TO 8-38
DIVISION 9 - MATERIALS................................................................9-1 TO 9-65
APPENDICES
A - WAGE RATES
1. WASHINGTON STATE PREVAILING WAGE RATES
2. FEDERAL WAGE RATES
B - BORING LOGS (FOR INFORMATION ONLY)
Renton Avenue South Resurfacing Table of Contents
Page 2 of 2 2018
Addendum No. 1
Renton Avenue South Resurfacing
Federal Aid Number: STP(UL)-1201(023)
Date of Issue:
January
29,
2019
Bid Due Date:
February
5,
2019
(REMAINS UNCHANGED)
Date of Bid Opening:
February
5,
2019
(REMAINS UNCHANGED)
ATTENTION: ALL BIDDERS AND PLAN HOLDERS:
The Bid Documents for the above -named project are modified as described below. Bidders
shall take this Addendum into consideration when preparing and submitting their bids.
Bidders shall attach this addendum to their copy of the Contract Documents, and shall
acknowledge receipt of this Addendum on the Proposal Signature Page. A Proposal may be
considered irregular and may be rejected if the receipt of Addenda is not acknowledged. A
Proposal will be considered irregular and will be reiected if the Schedule of Prices included in
this Addendum is not completed and submitted with the Proposal.
THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS:
1. PROPOSAL— SCHEDULE OF PRICES
REPLACE the Schedule of Prices in the Proposal (5 pages) with the revised Schedule of Prices
(5 pages) attached to this Addendum. The Schedule of Prices was revised to reflect the
following:
• Item No. 25 "ADJUST MANHOLE" quantity was revised.
• Item No. 26 "ADJUST CATCH BASIN" quantity was revised.
• Item No. 48 "PLASTIC CROSSWALK LINE" quantity was revised.
• Item No. 53 "LANDSCAPE BLOCK WALL" quantity was revised.
2. SPECIAL PROVISIONS
The following special provision sections are revised for this contract as follows:
• Section 2-09.3(1) General Requirements, located on page SP 2-11, line 1 is
supplemented as follows:
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 1
January 29, 2019
Page 1 of 5
If the minimum vertical distance between the existing water line and the new utility
pipe is less than 6-inches and such installation is approved by the Water Utility, a
foam pad shall be placed between the pipes.
The pad shall be O.D. x O.D. x 2.5 inches thick minimum or as required to protect the
pipes.
The above O.D. is equal to the outside diameter of the larger pipe.
The pad shall be a polyethylene foam plank per Section 9-05.52.
• Section 9-05.52 Foam Plank, located on page SP 9-57, line 25 is added as follows:
9-05.52 Polyethylene Foam Plank
Section 9-05.52 is a new section:
Foam plank for utility separation shall be a durable polyethylene closed cell foam
plank. It shall meet the following material specifications:
Phvsicul Prur,riic- TestMelhod
Uirertia ViLuc
71ensLty
ASTM 11.3575. Sufiez'a,
f'd Ikgfm')
Niethod &, ISO 045
I 2 ;35.2)
1. i)Mpn lion Set
ASTM f33575. Suffix 6
lrcrtiol
LS()% compr.I;
c 20%
EN156 1656
(23'C, 25'% compr.I
c 1 D%
Carnpreysive Creep
ASTM D3575, Suffix BE
Vcrti—1
c T D'ti 0' 2.5 pi
I ]04D hn UP TIT 123'ClI
L17_5 kpa)
Compressive Ek-Ge Lion
ASTM 03575. Suffix D
.overage
pu fkpa)
0 10%
7 1501
@ 2514.
9 I a51
B 50%
18 f124E
Thermal Stability
ASTM 103575, Suffix S;
c 1.5'%
ISO 2796
c 2%
Thermal Cooductivity
ASTM 03575, Suffix V;
Verti"I
6Tif•infhr-Fr-f
EN 21M1;ISO 25b1
jw/.-Kl
Q; 75T 424'C I
0.42 10.")
(91 2 3 T 4-5-0
0. 37 10.05)
Water Absorption
ASTM D3575, Suffix L,
IWF1' Ikgfm'6
ISO 2096; AST .1 C272
0.3 ; L.SI
hg volume
6uog2at
ASTM D3575, Suffix AA
pcF Lkgfm'y
56193W
Ieniile Strengtb 0. peak
ASTM MY:5, 5offix T;
A"mge
paG Ik.Pu)
LSO 179E
32 12201
Trn & Elccgation
As-rM D3575: Suffix T;
Anrage
50%
L5O 179S
Te2r 517engrh
ASTM f335-5 Suffix c;
A"mK: Ihlin INimmj
19ILT57
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 1
January 29, 2019
Page 2 of 5
3. PLANS (VOLUME 2 OF 2)
REPLACE Site Preparation & TESC Construction Note 2 on Sheets 4/TE-1 through 8/TE-5 with
the following:
"FURNISH AND INSTALL HIGH VISIBILITY SILT FENCE PER DETAIL, SHEET 9/TE-6"
REPLACE High Visibility Fence Standard Plan 1-10.10-01 on Sheets 9/TE-6 with the following:
High Visibility Silt Fence Standard Plan 1-30.17-00
DELETE Paving Note 5 from the Plan view on sheet 15/RD-1 near Sta 101+00 RT and near Sta
9+17 RT.
DELETE Paving Note 10 from the Plan view on sheet 15/RD-1 near Sta 10+35 RT and at Sta
11+70 LT.
DELETE Paving Note 10 from the Plan view on sheet 16/RD-2 near Sta 12+30 RT and Sta
16+65 RT and Sta 16+90 LT.
ADD Paving Note 10 in the Plan view on sheet 16/RT-2 at the existing catch basin near Sta
200+60 LT.
REPLACE Paving Note 15 in the Plan view on sheet 16/RT near Sta 13+10 RT with Paving
Note 13.
DELETE Paving Note 10 from the Plan view on sheet 17/RD-3 near Sta 21+10 RT and Sta
22+80 LT, Sta 24+25 LT, Sta 24+95 LT, 26+45 LT and Sta 27+65 LT.
DELETE Paving Note 10 from the Plan view on sheet 18/RD-4 in its entirety.
DELETE Paving Note 5 from the Plan view on sheet 18/R-4 in its entirety.
DELETE Paving Note 10 from the Plan view on sheet 19/RD-5 in its entirety.
DELETE Paving Note 5 from the Plan view on sheet 19/RD-5 near Sta 36+00 RT.
REPLACE Channelization Note 10 on sheets 33/CH-1 to 37/CH-5 with the following:
"CONTRACTOR SHALL PAINT ISLAND CURBS WHITE WHERE LOCATED ALONG THE RIGHT-
HAND EDGE OF THE TRAVEL LANES, AND SHALL PAINT ISLAND CURBS YELLOW WHERE
LOCATED ALONG THE LEFT-HAND EDGE OF THE TRAVEL LANES."
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 1
January 29, 2019
Page 3 of 5
REPLACE General Note 3 on sheets 33/CH-1 to 37/CH-5 with the following:
"ALL PAVEMENT MARKINGS SHALL BE THERMOPLASTIC UNLESS INDICATED
OTHERWISE."
DELETE the plastic crosswalk lines from the S 13211 Street leg of the Renton Ave S/132nd
Street intersection on sheet 34/CH-2.
DELETE the R1-6A signs from the median island at the Renton Ave S/132nd Street
intersection on sheet 34/CH-2.
ADD the following sentences to the end of General Note #3 on sheet 34/CH-
"NOTE PEDESTRIAN SIGNAL HEAD 29 IS MOUNTED ON POLE #4 (NOT POLE #3 AS
SHOWN ON 138.2). WIRING SHALL BE ADJUSTED ACCORDINGLY."
REPLACE Legend Item "DECORATIVE SIGNAL POLE, TYPE PPB OR I" on sheet 44/TS1 with the
following:
"DECORATIVE SIGNAL POLE, TYPE PPB".
SHIFT pedestrian signal head #29 on sheet 44/TS1 from signal pole #3 to signal pole #4.
REPLACE Construction Note #3 on sheet 44/TS1 with the following:
"NOT USED".
ADD the following to the end of General Note #2 on sheet 44/TS1:
", EXCEPT SIGNAL HEAD ASSIGNMENT NOTE #2 SHALL STATE MOUNTING TYPE "E"
INSTEAD OF MOUNTING TYPE "D"."
DELETE Conduit Run 16 from the plan on sheet 44/TS1.
SHIFT pedestrian signal head #29 on sheet 45/TS2 from signal pole #3 to signal pole #4 in
the NE Corner Detail.
REPLACE Construction Note #3 in the NE Corner Detail on sheet 45/TS2 with Construction
Note #2
REPLACE Wire Note #3 in the NE Corner Detail on sheet 45/TS2 with Wire Note #4.
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 1
January 29, 2019
Page 4 of 5
REPLACE Wire Note #1 in the Wiring Schedule on sheet 45/TS2 with the following:
"THREE (3) V/P HEAD 5C AND ONE (1) GROUND #8 CONDUCTORS."
REPLACE Wire Note #3 in the Wiring Schedule on sheet 45/TS2 with the following:
"NOT USED".
DELETE Conduit Run 16 from the Wiring Schedule on sheet 45/TS2.
DELETE the Type PS Ped Head Standard elevation near the center of the Sheet 46/TS3.
REPLACE the pole Type for signal pole #3 on sheet 46/TS3 with "PPB".
DELETE the G1 Pole Attachment Point Angle for signal pole #3 on sheet 46/TS3 of the word
"TOP".
ADD "270" to the G1 Pole Attachment Point Angle for signal pole #4 on sheet 46/TS3.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
CITY OF RENTON
Robert . Hanson, P.E.
Transportation Design Manager
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 1
January 29, 2019
Page 5 of 5
ADDENDUM NO. 1
SCHEDULE OF PRICES
►� '� Renton Avenue South Resurfacing
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.
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
SCHEDULE A - ROADWAY RESURFACING
1
Unexpected Site Changes
(1-04.4(1))
CALC
1
$10,000.00
$10,000.00
2
Record Drawings (Minimum Bid $500)
(1-05.18)
LS
1
3
Roadway Surveying
(1-05.4)
LS
1
4
Licensed Surveying
(1-05.4)
FA
1
$2,000.00
$2,000.00
5
ADA Feature Surveying
(1-05.4)
LS
1
6
SPCC Plan
(1-07.15(1))
LS
1
7
Mobilization
(1-09.7)
LS
1
8
Portable Changeable Message Sign
(1-10.5)
HR
3,720
9
Project Temporary Traffic Control
(1-10.5)
LS
1
10
Clearing and Grubbing
(2-01.5)
AC
0.21
11
Removal of Structures and Obstructions
(2-02.5)
LS
1
12
Roadway Excavation, Incl. Haul
(2-03.5)
Cy
310
13
Gravel Borrow, Incl. Haul
(2-03.5)
TN
110
14
Unsuitable Foundation Excavation, Incl. Haul
(2-03.5)
Cy
10
15
Locate Existing Utilities
(2-09.5)
LS
1
16
Controlled Density Fill
(2-09.5)
Cy
10
Renton Avenue South Resurfacing
Schedule of Prices
Page 1 of 5R
2018
ADDENDUM NO. 1
SCHEDULE OF PRICES
►� '� Renton Avenue South Resurfacing
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.
17
Crushed Surfacing Top Course
(4-04.5)
TN
320
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
18
Planing Bituminous Pavement
(5-04.5)
Sy
21,000
19
Pavement Repair Excavation, Incl. Haul
(5-04.5)
SY
420
20
HMA Cl. 1/2" PG 64-22
(5-04.5)
TN
4,050
21
Job Mix Compliance Price Adjustment
(5-04.5)
CALC
1
$0.00
$0.00
22
Compaction Price Adjustment
(5-04.5)
CALC
1
$0.00
$0.00
23
CPEP Storm Sewer Pipe, 12 In. Diam. (Incl.
Bedding)
(5-04.5)
LF
90
24
Catch Basin, Type 1
(7-05.5)
EA
2
25
Adjust Manhole
(7-05.5)
EA
2
26
Adjust Catch Basin
(7-05.5)
EA
8
27
Trench Excavation Safety Systems
(7-08.5)
LS
1
28
Bank Run Gravel for Trench Backfill
(7-08.5)
TN
60
29
Trench Excavation, Incl. Haul
(7-08.5)
Cy
55
30
Removal of Unsuitable Material (Trench)
(7-09.5)
Cy
5
31
Television Inspection
(7-12.5)
LS
1
32
Adjust Meter Box
(7-15.5)
EA
3
33
Adjust Valve Box
(7-15.5)
EA
3
Renton Avenue South Resurfacing
Schedule of Prices
Page 2 of 5R
2018
ADDENDUM NO. 1
SCHEDULE OF PRICES
►� '� Renton Avenue South Resurfacing
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.
34
Seeding, Fertilizing and Mulching
(8-01.5)
Sy
100
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
35
Erosion/Water Pollution Control
(8-01.5)
LS
1
36
Topsoil, Type A
(8-02.5)
Cy
60
37
Cement Conc. Traffic Curb and Gutter
(8-04.5)
LF
990
38
Cement Conc. Driveway Entrance
(8-06.5)
Sy
40
39
Cement Conc. Driveway Repair
(8-06.5)
Sy
10
40
Raised Pavement Marker, Type 1
(8-09.5)
HD
39
41
Raised Pavement Marker, Type 2
(8-09.5)
HD
5
42
Adjust Monument Case and Cover
(8-13.5)
EA
2
43
Cement Conc. Sidewalk
(8-14.5)
Sy
215
44
Cement Conc. Curb Ramp
(8-14.5)
EA
9
45
Video Detection
(8-20.5)
LS
1
46
Permanent Signing
(8-21.5)
LS
1
47
Plastic Line
(8-22.5)
LF
660
48
Plastic Crosswalk Line
(8-22.5)
SF
107
49
Plastic Stop Line
(8-22.5)
LF
60
50
Plastic Traffic Arrow
(8-22.5)
EA
10
Renton Avenue South Resurfacing
Schedule of Prices
Page 3 of 5R
2018
ADDENDUM NO. 1
SCHEDULE OF PRICES
►� '� Renton Avenue South Resurfacing
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.
51
Plastic Yield Lane Symbol
(8-22.5)
EA
6
ITEOM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
SECTION
Temporary Pavement Marking —Short
52
(8-23.5)
LF
16,500
Duration
53
Landscape Block Wall
(8-24.5)
SF
60
TOTAL BID AMOUNT, SCHEDULE A =
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
SCHEDULE B - WATER SYSTEM IMPROVEMENTS
100
Trench Excavation Safety Systems
(7-09.5)
LS
1
101
Bank Run Gravel for Trench Backfill
(7-09.5)
TN
300
102
Trench Excavation, Incl. Haul
(7-09.5)
CY
400
103
DI Water Main Pipe, 8 In. Diann.
(7-09.5)
LF
540
104
Connection to Existing Water Main
(7-09.5)
EA
2
105
Additional Ductile Iron Fittings
(7-09.5)
LB
500
106
Gate Valve, 8 In.
(7-12.5)
EA
1
107
Tapping Sleeve and Valve Assembly
(7-12.5)
EA
1
108
Fire Hydrant Assembly
(7-14.5)
EA
2
109
Service Connection, 1 In. Diann.
(7-15.5)
EA
5
Renton Avenue South Resurfacing
Schedule of Prices
Page 4 of 5R
2018
ADDENDUM NO. 1
SCHEDULE OF PRICES
►� '� Renton Avenue South Resurfacing
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.
TOTAL BID AMOUNT, SCHEDULE B =
I'EOM ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION
>CHEDULE C - HAWK SIGNAL
200 Pedestrian Hydbrid Beacons (Hawk) Signal (8-20.5) LS 1
System, Complete
TOTAL BID AMOUNT, SCHEDULE C =
TOTAL BID AMOUNT, SCHEDULES A, B AND C =
*NOTE: All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1) and WAC 458-20-171.
Renton Avenue South Resurfacing Schedule of Prices
Page 5 of 5R 2018
POST- SEE STD.
SPEC. 8-01.3(9)A
NOTES
i
�Z
GEOTEXTILE
BACKFILLED &
COMPACTED
NATIVE SOIL
BURY GEOTEXTILE
IN TRENCH
Ic .I
FASTEN GEOTEXTILE TO
POST EVERY 6" (IN.) O.C.
4
a
SELF-LOCKING TIE -NYLON 6/6 (MIN. GRADE),
120# MIN. TENSILE STRENGTH, UV STABILIZED
a
�2
NOTE
DURING EXCAVATION, MINIMIZE DISTURBING THE GROUND
AROUND TRENCH AS MUCH AS IS FEASIBLE, AND SMOOTH
SURFACE FOLLOWING EXCAVATION TO AVOID CONCENT-
RATING FLOWS. COMPACTION MUST BE ADEQUATE TO
PREVENT UNDERCUTTING FLOWS.
TYPICAL INSTALLATION DETAIL
4
N
(STEEL POSTS SHOWN)
SEE NOTE 1 Q�
1. Install the ends of the high visibility silt fence to point slightly upslope
to prevent sediment from flowing around the ends of the fence.
2. Perform maintenance in accordance with Standard Specifications
8-01.3(9)A and 8-01.3(15).
3. Splices shall never be placed in low spots or sump locations. If
splices are located in low or sump areas, the fence may need to be
reinstalled unless the Project Engineer approves the installation.
4. Install silt fencing parallel to mapped contour lines.
SEE NOTE 1
GEOTEXTILE FOR HIGH VISIBILITY SILT FENCE
COLOR - ORANGE - SEE STANDARD
SPECIFICATION SECTION
9-33.2 (1), TABLE 6
POST -
WOOD OR STEEL
(TYPICAL)
TYPICAL HIGH VISIBILITY SILT FENCE
WITHOUT BACKUP SUPPORT
ISOMETRIC
(STEEL POSTS SHOWN)
FASTEN GEOTEXTILE TO
POST EVERY 6" (IN.) O.C.
FABRIC (GEOTEXTILE)
(TYPICAL)
HIGH VISIBILITY
SILT FENCE
/ a STANDARD PLAN 1-30.17-00
SHEET 1 OF 1 SHEET
SPLICED FENCE SECTIONS SHALL BE CLOSE ENOUGH TOGETHER
TO PREVENT SILT LADEN WATER FROM ESCAPING THROUGH THE APPROVED FOR PUBLICATION
FENCE AT THE OVERLAP. JOINING SECTIONS SHALL NOT BE PLACED
IN LOW SPOTS OR IN SUMP LOCATIONS. Pasco Bakoflch III 3122113
STATE DESIGN ENGINEER DATE
SPLICE DETAIL
T Washington State Department of Transportation(WOOD POSTS SHOWN) -„
Date of Issue:
Bid Due Date:
Date of Bid Opening
Addendum No. 2
Renton Avenue South Resurfacing
Federal Aid Number: STP(UL)-1201(023)
February 1, 2019
February 12, 2019 (CHANGED FROM DATE IN CALL FOR BIDS)
February 13, 2019 (CHANGED FROM DATE IN CALL FOR BIDS)
ATTENTION: ALL BIDDERS AND PLAN HOLDERS:
The Bid Documents for the above -named project are modified as described below. Bidders
shall take this Addendum into consideration when preparing and submitting their bids.
Bidders shall attach this addendum to their copy of the Contract Documents, and shall
acknowledge receipt of this Addendum on the Proposal Signature Page. A Proposal may be
considered irregular and may be rejected if the receipt of Addenda is not acknowledged. A
Proposal will be considered irregular and will be rejected if the Schedule of Prices included in
this Addendum is not completed and submitted with the Proposal.
THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS:
1. BID DUE DATE AND BID OPENING DATE
Sealed bids will be received by the City of Renton, at the City Clerk's Office, located on
the 7th floor of Renton City Hall, until 10:30 AM on Tuesday, February 12, 2019. All
supplemental documents, that are allowed to be submitted after this date and time, shall
be delivered to the City Clerk's Office. The bids will be opened and publicly read at 11:30
AM on Wednesday, February 13, 2019 in room #511, located on the 5th floor of Renton
City Hall. Renton City Hall is located at 1055 South Grady Way, Renton, WA 98057.
2. FUTURE ADDENDA
A future addendum is planned the week of Monday, February 3, 2019, that will be revising
select sections of the Special Provisions and the Schedule of Prices.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 2
February 1, 2019
Page 1 of 2
CITY Of RENTON
'Robert M. Hanson, P.E.
Transportation Design Manager
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 2
February 1, 2019
Page 2 of 2
Date of Issue:
Bid Due Date:
Date of Bid Opening
Addendum No. 3
Renton Avenue South Resurfacing
Federal Aid Number: STP(UL)-1201(023)
February 5, 2019
February 12, 2019 (CHANGED FROM DATE IN CALL FOR BIDS)
February 13, 2019 (CHANGED FROM DATE IN CALL FOR BIDS)
ATTENTION: ALL BIDDERS AND PLAN HOLDERS:
The Bid Documents for the above -named project are modified as described below. Bidders
shall take this Addendum into consideration when preparing and submitting their bids.
Bidders shall attach this addendum to their copy of the Contract Documents, and shall
acknowledge receipt of this Addendum on the Proposal Signature Page. A Proposal may be
considered irregular and may be rejected if the receipt of Addenda are not acknowledged. A
Proposal will be considered irregular and will be rejected if the Schedule of Prices included in
this Addendum is not completed and submitted with the Proposal.
THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS:
1. PROPOSAL— SCHEDULE OF PRICES
REPLACE the Schedule of Prices in the Proposal (5 pages) with the revised Schedule of
Prices (5 pages) attached to this Addendum. The Schedule of Prices was revised to reflect
the following:
• Item No. 108 "FIRE HYDRANT ASSEMBLY" quantity was revised.
• Item No 201 "WIRELESS INTERCONNECT" bid item was added.
• Sales Tax was added to Schedule B
2. SPECIAL PROVISIONS
The following special provision sections are revised for this contract as follows:
• Section 1-10.3(3)M Uniformed Police Officer, located on page SP 1-86, line 6 is ADDED
as follows:
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 1 of 10
"1-10.3(3)M Uniformed Police Officer
Section 1-10.3(3)M is a new section:
The Contractor shall arrange for uniformed police officers that are off duty to be
present for the following:
1. For all activities within 150 feet of signalized intersections where the
operation of the signal will be adversely affected.
2. Countermanding a traffic signal indication at a signalized intersection.
3. Directing vehicle and pedestrian traffic when a traffic signal indication is
turned off or inoperative.
4. For all other conditions where the Engineer deems it necessary for
safety, including Work during hours of darkness.
The Contractor shall identify the use of uniformed police officers on the Traffic
Control Plan(s). The Contractor shall obtain approval from the Engineer prior to
use of uniformed police officers.
The Contractor may contact the City of Renton Police Department to inquire
about uniformed police officers that may be interested in performing off duty
work or contract with a business, licensed in the State of Washington, that
provides Security Guards and Patrol Services."
• Section 6-07.2 Materials, located on page SP 6-2, between line 5 and 6 DELETE the table
"Paint Color/Paint System Table" and all paragraphs "Galvanizing, Decorative Signal
Poles, Decorative Luminaires" below and REPLACE with the following:
Paint Color/Paint System Table
Specification
Section
Item
Paint Color
Paint System
9-29.6(1)A
Decorative Signal Poles Type II
RAL 9005TX
Refer to specification
and III and associated sub-
"Jet Black"
below
assemblies and terminal
cabinets
9-29.6(1)B
Decorative Luminaire Poles
RAL 9005TX
Refer to specification
and Bases
"Jet Black"
below
9-29.6(1)C
Decorative Signal Poles Type
RAL 9005TX
Refer to specification
PPB and associated sub-
"Jet Black"
below
assemblies
9-29.10(2)
Decorative Luminaires
RAL 9005TX
Refer to specification
"Jet Black"
below
9-29.18(3)
Video Detection System
RAL 9005TX
Refer to specification
"Jet Black"
below
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 2 of 10
Decorative Signal and Luminaire Poles and Sub -Assemblies Paint Specifications
Steel poles and sub -assemblies shall be factory galvanized, primed and painted
with polyester.
Powder coating per Section 6-07 and Section 9-08 of the Standard
Specifications. The Contractor is to purchase a one gallon sample from the pole
manufacturer for use as a color match for the Engineer's approval prior to
factory finish coating.
Decorative Luminaires, Terminal Cabinets, and Video Detection Systems Paint
Specifications
All decorative luminaire housings, signal pole terminal cabinets shall be factory
primed and painted with polyester powder coating to meet ASTM-B-117/D-2247
requirements to salt spray and humidity resistance. The video detection system
mounting hardware shall be painted by manufacturer's recommendations. The
Contractor shall provide a sample to the Engineer for approval prior to factory
finish coating. Contractor shall provide one gallon of touch-up paint to the City.
Galvanizing
All fabricated steel components and materials to be galvanized per ASTM 123.
All steel hardware components and materials to be galvanized per ASTM 153.
Aluminum materials surface shall be prepared per ASTM D1730 — 09 and factory
powder coated per Section 9-08.2 of the Standard Specifications.
• Section 7-05.3(1) Adjusting Manholes and Catch Basins to Grade, the seventh paragraph
of this Section on page SP 7-6, lines 16 through 39 is DELETED and REPLACED with the
following:
In asphalt concrete pavement: manholes shall not be adjusted until the
pavement is completed, at which time the center of each manhole shall be
carefully located from references previously established by the Contractor. The
pavement shall be cut in a restricted area and base material shall be removed to
permit removal of the cover per Standard Plan — 106 except note 1 shall be
replaced with "REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE FOOT. ADJUST
CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS AND MORTAR."
The manhole shall then be brought to proper grade utilizing the same methods
of construction as for the manhole itself. The cast iron frame shall be placed on
a full course of mortar and adjusted to finish grade. The excavated material
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 3 of 10
shall be replaced and completed per the City of Renton Standard Plan 106 in the
Plans. The complete patch shall match the existing paved surface for texture,
density and uniformity of grade. The joint between the patch and the existing
pavement shall then be carefully painted with hot asphalt cement or asphalt
emulsion and shall be immediately covered with dry paving sand before the
asphalt cement solidifies per Standard Plan 106. All joints between the cone,
adjustment rings, and frame shall be fully mortared and struck clean with a
trowel. The use of shims, wedges, or blocks is prohibited.
• Section 8-20.4 Measurement, on page SP 8-32, lines 25 through 29 are DELETED and
REPLACED with the following:
When shown as lump sum in the Plans or in the proposal as "Wireless
Interconnect" no specific unit of measure will apply, but measurement shall be
for the sum total of all items for a complete system to be furnished and installed
per lump sum.
• Section 8-20.5 Payment, on page SP 8-32, lines 38 through 42 are DELETED and
REPLACED with the following:
"Pedestrian Hybrid Beacon (HAWK) Signal System, Complete", per lump sum.
"Wireless Interconnect", per lump sum.
• Section 8-20.5 Payment, on page SP 8-32, lines 44 and 45 REPLACE the phrase
"Installation of Pedestrian Hybrid Beacon (HAWK) Signal System, Complete" with the
following:
"Pedestrian Hybrid Beacon (HAWK) Signal System, Complete"
• Section 8-20.5 Payment, on page SP 8-33, lines 27 through 31 are DELETED and
REPLACED with the following:
"Wireless Interconnect" lump sum shall be full pay for the construction of a
partial wireless interconnect system at the Pedestrian Hybrid Beacon (HAWK)
Signal System location at the intersection of Renton Avenue South and S 132nd
Street as specified in Section 9-29.22 to include furnishing, installing, and testing
all equipment for a partial wireless interconnect system.
• Section 9-29.2(1)A Standard Duty Junction Boxes, on page SP 9-3, after line 11 ADD the
following:
Junction boxes shall be marked for use in accordance with the following
schedule:
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 4 of 10
System Type: Legend
Illumination: LT
Traffic Signal: TS
Interconnect Only: COMM
• Section 9-29.3(2)J Cable for Vehicle Video Detection Cameras, on page SP 9-5, DELETE
lines 33 through 41 in its entirety.
• Section 9-29.6(1)C Signal Poles Type PPB, on page SP 9-7, ADD the following:
9-29.6(1)C Signal Poles Type PPB
Section 9-29.6(1)C is added as follows:
Type PPB signal poles shall be as noted on the approved Plans.
Pole and its subassemblies color shall be per Section 6-07 of these
Special Provisions.
• Section 9-29.13 Traffic Signal Controllers, on page SP 9-9, DELETE this Section in its
entirety and REPLACE with the attached (24 pages) Section 9-29.13 Control Cabinet
Assemblies.
• Section 9-29.16(2) Conventional Traffic Signal Heads, on page SP 9-41, REVISE the first
paragraph as shown below (added text is italicized):
Vehicular signal heads shall have McCain 12-inch lens sizes or approved
equivalent unless shown otherwise on the signal Plans.
• Section 9-29.16(2) Conventional Traffic Signal Heads, on page SP 9-41, DELETE the
second paragraph in its entirety.
• Section 9-29.18 Vehicle Detector, on page SP 9-45, ADD the following new section:
9-29.18 VEHICLE DETECTOR
9-29.18(3) Video Detection System
This Section is a new section:
The video detection camera mounting hardware shall be painted per
Section 6-07 of these Special Provisions. The fully functional video
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 5 of 10
detection systems shall be provided and installed by the Contractor. The
Contractor shall submit complete equipment list to the City Engineer for
approval prior to the system's purchase. The video detection system shall
be capable of providing presence vehicle detection and shall be
expandable without removing or replacing existing units. All materials
furnished during construction for temporary and permanent detection
shall be new, unused, current production models and shall be items
currently in distribution. The video detection system shall have a
minimum 18-month warranty (from the time of permanent installation)
against manufacturing defects in materials and workmanship from the
date of shipment. The Contractor shall supply the warranty and all
documentation necessary to maintain and operate the system to the COR
Transportation Operations Maintenance Representative prior to approval
of the video detection system by the Transportation Operations
Maintenance Manager.
The Video Detection System shall consist of ITERIS video detection
equipment, auxiliary equipment, cameras, housings, and mounts, and all
required mounting hardware, cables, connectors, and wiring. The video
detection equipment shall be of the quantities shown in the Plans, and
shall meet the following specifications (The contractor shall submit to
the COR Transportation Maintenance Shop Representative a detailed
summary of video detection equipment prior to placing an order):
Camera: Vantage Vector color camera with video and
radar sensor fusion and with integrated
weatherproof housing or approved equivalent.
Mounting: The camera shall be mounted on a mast arm per
manufacturer's recommendations. The
Contractor shall have approval for the mounting
location from the Transportation Operations
Maintenance Manager prior to installation.
Video Detection Board: Iteris Dual Camera Processor or approved
equivalent that operable with the Vantage
Vector Camera
Monitoring: Include (1) shelf mounted 9" LCD color monitor
and (1) computer optical USB mouse at each
signal.
Modem: Edge Connect Network Modem
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 6 of 10
Surge Suppression: Each camera assembly shall have a surge
suppressor which shall be installed inside the
traffic signal controller cabinet. The surge
suppressor shall be an EDCO CX06-BNCY or
approved equivalent meeting these
specifications:
Peak Surge Current
5Ka
Technology
Hybrid, Solid State
Attenuation
0.1dB @ 10 Mhz
Response Time
<1 nanosecond
Protection
Line to Ground
Clamp Voltage
6 V
Connectors
BNC
Impedance
75 ohms
Environmental
-40°F to 185°F
Mechanical
4%" x 1%" x 1%"
• Section 9-29.22 Wireless Interconnect, the seventh paragraph of this Section on page
SP 9-47, ADD the following on line 42:
9-29.22 Wireless Interconnect (New Section)
This section is supplemented with the following:
Contractor shall furnish, install and test a partial wireless interconnect
system to include radio, antenna, antenna mount and connecting cable
at:
• Renton Ave S/S 132nd St (Pedestrian Hybrid Beacon)
The Contractor shall demonstrate that the wireless interconnect
components installed function properly (i.e., radio and antenna
operation and connectivity).
Wireless interconnect shall be Intuicom's Integrated Nitro58n wireless
interconnect system, including all equipment for a functioning wireless
interconnect system, or approved equivalent.
The wireless interconnect system shall be a broadband product capable
of the following specifications.
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 7 of 10
General Specifications:
• PoE Standard: IEEE 802.3af/at
• Ethernet:10/100/1000base-TX
• Geolocation: Embedded GPS
• Size: 13.2 inches X 13.2 inches x 3.5 inches
• Weight 4.0 Ibs
• Antenna Included: Dual Polarized Panel
• Environmental: -40 to +70 degrees C (IP67)
Wireless Interface:
• Wireless Protocols: IEEE 802.11a/n
• Frequency Range: 5.150 — 5.825Ghz
• Data Rate: 300Mbps/600Mbps (dual)
• Receive Sensitivity: -97 to -74dBm
• Channel Widths 20, 40MHz
• Modulations: OFDM, BPSK, QPSK, 16QAM, 64QAM
• MIMO:2x2:2
• Topology: Point -to -Point, Point-to-Multipoint
• Dynamic Frequency Selection: Automatic or User Configurable
Security:
• Capable of being secured with multiple types of encryption to
prevent
non -authorized access
0
802.11i WPA-PSK
0
802.11i WPA2-PSK
0
802.11i WPA-EAP
0
802.11i WPA2-WAP
0
802.11i TKIP
0
802.11i AES-CCM
0
802.11i 802.1X
0
802.11i —RSN
0
Radius authentication
0
Mac Access Control List
0
128/256 Encryption
The connecting cable between the radio unit in the signal controller cabinet
and the antenna shall be a shielded Category 5 cable provided by the
manufacturer.
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 8 of 10
The antenna mounting bracket shall be per manufacturer's
recommendation. It shall be fully articulating and capable of mounting
to a signal mast arm or shaft of a signal standard.
• Section 9-30.4 Construction Requirements, located on page SP 9-57, lines 2 through 10
are DELETED and REPLACED with the following:
Relocated signs shall be installed on new galvanized steel posts per the detail
shown in the Plans or attached to light poles where noted on the Plans.
3. PLANS (VOLUME 2 OF 2)
• ADD Site Preparation & TESC Construction Note 12 to the Plan view 8/TE-5 at Sta
35+80, 35' LT and at Sta 36+70, 34' LT.
• ADD the following to the detail title for Modified Standard Plan 103 on sheet 23/RD-9:
"AND PAVEMENT REPAIR DETAIL"
• ADD Construction Note 10 to sheet 44/TS1 as follows:
"INSTALL WIRELESS INTERCONNECT EQUIPMENT PER MANUFACTURER'S
RECOMMENDATIONS. RADIO UNIT SHALL BE INSTALLED IN CONTROLLER CABINET.
ANTENNA WITH MOUNTING SHALL BE INSTALLED ON SIGNAL MAST ARM OF SIGNAL
STANDARD #1 ONE FOOT AWAY FROM SIGNAL STANDARD SHAFT. CABLE SHALL BE
INSTALLED FROM RADIO TO ANTENNA THROUGH CONDUIT RUNS 2 AND 6 IN
WIRING SCHEDULE."
• ADD Construction Note 10 label to NW Corner Detail on 45/TS2 at signal standard #1
adjacent to Construction Note 1.
• ADD Construction Note 10 label to NW Corner Detail on 45/TS2 at controller cabinet
adjacent to Construction Note 5.
4. FUTURE ADDENDA
• A future addendum is planned that will update Appendix A — Wage Rates.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 9 of 10
CITY OF RENTON
'fiobert M. Hanson, P.E.
Transportation Design Manager
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 3
February 5, 2019
Page 10 of 10
Addendum No. 3
9-29.13 CONTROL CABINET ASSEMBLIES
9-29.13(1) Environmental, Performance and Test Standards for Solid State
Traffic Controller
This Section is supplemented by adding the following:
s
The traffic signal controller assemblies, including the traffic signal controller,
auxiliary control equipment and cabinet shall be shop tested to the satisfaction
of the Engineer. Testing and check-out of all timing circuits, phasing and signal
operation shall be at the City of Renton Signal Shop, Renton, Washington. The
contractor shall give the city of Renton Signal Shop at least one week notice
in advanced for lead time to delivery. The contractor shall deliver the controller
and cabinet to the shop and shall pick up the units at the end of the test period,
deliver to the job site, and install. Allow for three weeks for testing.
The Signal Shop will make space available to the Contractor for the required
test demonstrations. The Contractor shall assemble the cabinet and related
signal control equipment ready for testing. A complete demonstration by the
Contractor of all integrated components satisfactorily functioning shall start the
test period. Any malfunction shall stop the test period until all parts are
satisfactorily operating. The test shall be extended until a minimum of 72 hours
continuous satisfactory performance of the entire integrated system has been
demonstrated. The demonstration by the Contractor to the Engineer of all
components functioning properly shall not relieve the Contractor of any
responsibility relative to the proper functioning of all aforestated control gear
when field installed.
9-29.13(2) Traffic Signal Controller Assembly Testing
This Section is supplemented with the following:
The Contractor shall give fourteen (14) calendar days written notice to the
Engineer prior to delivering the signal control equipment to the COR
Transportation Maintenance Shop. The equipment shall be delivered far
enough in advance of actual need to allow for testing by the COR
Transportation Maintenance Shop. This may involve retesting because of
failures or rejections. The COR Transportation Maintenance Shop may require
thirty-five (35) calendar days for testing the signal control equipment. This time
will increase if the equipment does not meet the contract requirements or is
incomplete. If more than thirty-five (35) calendar days are required for any
individual testing or retesting by the COR Transportation Maintenance Shop,
an extension of time will be considered in accordance with Section 1-08.8.
Addendum No. 3
Tests in environment chamber will only be run as needed for type changes.
Upon successful completion of testing by the COR Transportation
Maintenance Department, the signal controller equipment shall be available
for pickup. A certificate verifying environmental testing, if required, shall be
supplied in the cabinet to the COR Transportation Maintenance Shop for each
respective control cabinet.
The Contractor shall notify the COR Transportation Maintenance Shop in
writing a minimum of fourteen (14) calendar days before the Contractor is
ready to pick up the signal controller cabinet. The Contractor shall not pick up
the controller cabinet from COR Transportation Maintenance Shop until the
electrical service is energized and all site preparation required to install the
controller cabinet is complete.
Documentation
A complete documentation set shall be furnished with the control equipment
prior to the start of testing. It shall include the following:
• Serial numbers when applicable.
• Written certification that equipment of the same make and model has
been tested according to NEMA Environmental Standards and Test
Procedures, and has met or exceeded these standards. The certificate
shall include equipment model number and where, when, and by whom
the tests were conducted. This certificate shall accompany each
shipment of controllers.
• The Contractor shall provide wiring diagrams, including a USB flash
drive containing the diagrams for all controllers in AutoCAD Release
2018 or later and two blue -tone prints for each controller and cabinet
supplied. The sheet size shall be 22 inches by 34 inches.
• Wiring diagrams for all auxiliary equipment furnished. One set per
cabinet.
• Complete operations and maintenance manuals including complete
and correct software listing and flow charts, five sets of operations and
maintenance manuals per cabinet, and five sets of software listings and
flow charts.
• Complete operations and maintenance manuals for all auxiliary
equipment. One set per cabinet.
• The operational and maintenance manuals for each traffic signal
controller supplied including as a minimum, but not to be limited to the
following: Detailed instructions for maintaining all hardware
components, controller, and auxiliary equipment; a complete parts list
detailing all manufacturer's identification codes; detailed wiring
2
Addendum No. 3
diagrams and schematics indicating voltage levels and pictorial
description, part name, and location for all hardware components,
controller, and auxiliary equipment.
The supplier has 5 working days to repair or replace any components that fail
during the testing process at no cost to the Contracting Agency. All failed or
rejected equipment shall be removed from the COR Transportation
Maintenance Shop within seven (7) calendar days following notification;
otherwise, the failed or rejected equipment will be returned, freight collect, to
the Contractor.
9-29.13(3) Traffic Signal Controller
This Section is revised with the following:
The NEMA controller shall be a Siemens Eagle Model EPAC300-M62 with a
USB Data module with a hand-held Display Unit. Two Input/Output
configurations shall be provided:
a. NEMATS-2 Type 1 for serial connection to cabinet Bus Interface Unit.
b. NEMA TS-2 Type 2 for direct parallel connection to load switches and
detectors.
In addition to NEMA requirements, the controller shall provide the following:
a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front
panel.
b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical
and Electronic Engineers (IEEE), one unique IP address for each
controller.
C. Built-in Infrared (IR) wireless port compatible with Microsoft Windows
for Pocket PC Infrared RAW mode.
d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is
optional per Agency specification. Choice of 2 or 4 wire operation per
Agency specification.
e. Built-in EIA-232 port for uploading and downloading applications
software, as well as to update the operating system.
3
Addendum No. 3
f. Built-in C60 connector for use with removable Keyboard and Display,
Personal Computer COM1 or Personal Digital Assistant (PDA). C60
protocol per Joint NEMA/AASHTO/ITE ATC standard.
9-29.13(4) Traffic Signal Controller Software
This Section is supplemented as follows:
The controller shall have Siemens SE -PAC HAWK 10 Firmware 3.34G and
shall also be completely operable with TACTICS central system.
9-29.13(5) Flashing Operations
The following items in this Section are revised as follows:
2. Police Panel Switch. When the flash -automatic switch located behind
the police panel door is turned to the flash position, the signals shall
immediately revert to flash and remove power from the controller.
When the switch is placed on automatic, power shall be applied to the
controller to initiate start-up sequence.
3. Cabinet Switches. When the flash -automatic switch located inside the
controller cabinet is placed in the flash position, the signals shall
immediately revert to flash; however, the controller shall continue to
function. When the flash -automatic switch is placed in the automatic
position, the controller shall immediately resume normal cyclic
operation. Adjacent to the flash -automatic switch shall be a controller
on -off switch. If the flash -automatic switch is in the automatic position
and the controller on -off switch is placed in the OFF position, the signals
shall immediately revert to flash.
5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory
operation voltages, the conflict monitor shall immediately cause the
signal to revert to flash; however, the controller shall stop time at the
point of conflict. After the conflict monitor has been reset, the controller
shall immediately take command of the signal displays.
The following is a supplement:
6. Flash unit shall be a two -circuit type, capable of switching loads up to
1,000 watts per circuit alternately at a rate of 60 flashes per minute per
circuit, plus or minus two flashes per minute.
n
Addendum No. 3
9-29.13(6) Emergency Pre-emption
This Section is replaced with:
Immediately after a valid call has been received, the preemption controls shall
cause the signals to display the required clearance intervals and subsequent
preemption intervals. Preemption shall sequence as noted in the contract.
Preemption equipment shall be installed so that internal wiring of the controller,
as normally furnished by the manufacturer, is not altered. Termination of the
pre-emption sequence shall NOT place a call on all vehicle and pedestrian
phases. Pre-emption indicators, if required, shall turn on when the controller
reaches the pre-empted phase.
Emergency vehicle pre-emption shall be furnished as modules that plug
directly into a rack wired to accept GTT Opticom discriminator type units. The
pre-emption system operation shall be compatible with the 764 GTT company
"Opticom" system which the City of Renton is currently using and shall be
capable of being activated by the same transmitters and GPS opticom
antenna.
The optical signal discriminator system shall enable an authorized vehicle to
remotely control traffic control signals from a distance of up to 1800 feet (0.54
kilometers) along an unobstructed "line of sight" path or within range of the
antenna if the vehicle is equipped with a GPS receiver. The system shall cause
the traffic signals controller to move into an appropriate fire pre-emption
program. This optical discriminator shall interface to the 562 software, for field
programmability. It shall consist of the following components:
Optical energy detectors which shall be mounted on the traffic signal
mast arms and shall receive the optical energy emitter's signal. There
shall also be a GPS antenna on the signal pole located closest to the
traffic signal controller cabinet and shall receive a GPS signal.
2. Discriminators which shall cause the signal controller to go into internal
pre-emption which will give the authorized vehicle the right of way in the
manner shown on the phase sequence diagram.
3. Pre-emption Indicator Lights.
Optical Detector
Shall be of solid state construction.
4".
Addendum No. 3
2. Fittings shall meet the specifications of the system manufacturer to
facilitate ease of installation.
3. Shall operate over an ambient temperature range of -40°F to +180°F (-
40°C to +85°C).
4. Shall have internal circuitry encapsulated in a semi -flexible compound
and shall be impervious to moisture.
5. Shall respond to the optical energy impulses generated by a pulsed
Xenon source with a pulse energy density of 0.8 micro joule per square
meter at the detector, a rise time less than one microsecond and half
power point pulse width on not less than thirty microseconds.
Discriminator
When a pre-emption detector detects an emergency vehicle, the phase
selector shall hold the controller in the required phase or advance directly to
that phase after observing all vehicle clearances. The phase selector shall
hold the controller in the phase selected until the detector no longer detects
the emergency vehicle.
When the phase selector is responding to one detector, it shall not respond to
any other detector until calls from the first detector are satisfied. Indicator lights
shall indicate power on, signal being received, channel called. Switches shall
control system power and simulate detector calls for each phase.
Phase selectors shall be able to validate both IR detectors and GPS enabled
receivers.
9-29.13(7) Wiring Diagrams
This Section is modified and supplemented by retaining the first three sentences and
replacing the remainder with:
The controller cabinet shall have a waterproof envelope with a side access
attached to the inside of the cabinet door. There shall be four complete sets of
controller cabinet schematics as well as manuals for all assemblies and sub-
assemblies. The controller cabinet schematics shall include the intersection
name, and an intersection diagram that shall include intersection phasing and
loop assignments. There shall be a USB flash drive containing the controller
cabinet schematics in AutoCAD Release 2018 or later digital file format.
Addendum No. 3
9-29.13(9) Radio Interference Suppressors
This Section is supplemented by adding the following:
A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or approved
equivalent shall be used to filter the A.C. power. Additionally, all power supplies
shall have noise immunity from other devices within the cabinet.
9-29.13(10) NEMA, Type 170E, 2070 Controllers And Cabinets
The following auxiliary equipment shall be furnished and installed in each cabinet for
NEMAtraffic-actuated controllers:
Flasher
The cabinet shall come with one (1) flasher. The flasher shall be discrete type
and have LED indications. The flasher shall be PDC model SSF-87 or
approved equivalent.
Flasher Transfer Relay
The cabinet shall come with eight (8) heavy duty flash transfer relays. The
relays shall be Detrol Controls model 295 or approved equivalent.
Load Switches
The cabinet shall come with sixteen (16) load switches. All load switches shall
be discreet type and have LED indications for both the input and output side
of the load. The load switches shall be PDC model SSS-871/0 or approved
equivalent.
Bus Interface Unit (BIU700)
The cabinet shall come with four (4) bus interface units (BIU) 1/2 width. These
shall meet all the requirements of NEMATS-2 1988 standards. In addition, all
BIUs shall provide separate front panel indicator LEDs for DC power status
and SDLC Port 1 transmit and receive status. The BIUs shall be Eberle Design,
Inc. model BIU700H or approved equivalent.
Power Supply (PS)
The cabinet shall come with a shelf -mounted cabinet power supply meeting at
minimum TS 2-2003 standards. It shall be a heavy duty device that provides
+12VDC at 5 Amps / +24VDC at 2 Amps / 12VAC at .25 Amp, and line
7
Addendum No. 3
frequency reference at 50 mA. The power supply shall provide a separate front
panel indicator LED for each of the four outputs. Front panel banana jack test
points for 24VDC and logic ground shall also be provided. The power supply
shall provide 5A of power and be able to cover the load of four (4) complete
detector racks. The PS shall be Eberle Design, Inc. model PS250 or approved
equivalent.
BBS System
The cabinet shall come with a complete uninterruptable power system (BBS)
which shall include at a minimum a UPS module with SNMP, ATS assembly,
batteries, battery heater mats, battery cables, and a battery management
system. All other ancillary equipment for a complete functioning UPS system
shall be included.
The key BBS system components include:
UPS Module
The cabinet shall come with one FXM 110OW uninterruptible power
supply that supplies clean reliable power control and management. It
shall have Automatic Voltage Regulation (AVR), an Ethernet SNMP
interface, and a control and power connection panel that is rotatable for
viewing in any vertical or horizontal orientation. It shall have nominal
dimensions of 5.22 inches by 15.5 inches by 8.75 inches and come with
mounting brackets. The UPS module shall be an Alpha model 017-201-
23 or equivalent.
UATS/UGTS Assembly
The cabinet shall come with one universal automatic transfer switch
and universal generator transfer switch connected between the UPS
module and the batteries. It shall have surge protection, have
dimensions of 3.25 inches by 15.5 inches by 6.00 inches, and come
with mounting brackets. The ATS module shall be an Alpha model 020-
168-25 or equivalent.
UPS Batteries
The cabinet shall come with eight high performance extreme
temperature Absorbed Glass Mat (AGM) technology AlphaCellTM XTV
Glass Mat Cell batteries with 56Ah runtime. The BBS batteries shall be
Alpha model 100XTV or equivalent.
Addendum No. 3
UPS Battery Harness
The cabinet shall come with a battery "Y" cable, two (2) battery cables
10 feet long wired for four (4) batteries each. The battery harness shall
be Alpha model 740-628-27 or equivalent.
Battery Management System
The cabinet shall come with an AlphaGuardTm battery charge
management system which extends battery operational life. It shall be
an Alpha model 012-306-21 or approved equivalent.
Malfunction Management Unit (MMU)
The cabinet shall come with a MMU that meets all the requirements of NEMA
TS2-2003 while remaining downward compatible with NEMATS1. It shall have
two high contrast LCD displays and an internal diagnostic wizard. It shall come
with a 10/100 ethernet port. It shall come with software to run flashing yellow
arrow operation. The MMU shall be an Eberle Design, Inc. model MMU2-
16LEip or approved equivalent.
Ethernet Switch
The cabinet shall come with a 10-port Ethernet switch. Eight ports of 10/100TX
and two ports of 1,000-base single -mode fiber with LC ports with 10km
distance. The Ethernet switch shall support all of the following minimum
requirements: rapid spanning tree protocol (IEEE 802.1w), quality of service
(IEEE802.1p), virtual local area networks (VLAN) tagging (IEEE 802.1q),
IGMP snooping, port mirroring, broadcast storm filtering, and simple network
management protocol (SNMP). The Ethernet switch shall be a RuggedCom
model RS940G-HI-D-2SFP-XX or approved equivalent. The following cables
and cords shall be supplied with the Ethernet switch:
• Two single mode patch cords (LC to LC); two meters
• One 16-gauge, 3-conductor power adapter
• Four Cat6 patch cables; five meters
Opticom
The cabinet shall come with one 4-channel, rack -mounted OpticomTM phase
selector. This device shall be capable of receiving encoded signals from
Opticom series 700 emitters and detectors. The OpticomTM phase selectors
shall be Global Traffic Technologies model 764 or approved equivalent. One
OpticomTm 768 auxiliary interface panel or approved equivalent shall be
supplied for each OpticomTM phase selector supplied.
X
Addendum No. 3
Cabinet Quality
The cabinet shall be compliant to both mechanical and function specification
prior to being shipped to owner.
1. Cabinet and hardware will comply with project specification.
2. Function compliance will be tested with power applied.
3. All cabinet and loadbay functions will pass point-to-point tests including
expansion requirements.
4. All field detector inputs must be checked from field connection point to
controller.
Cabinet issues and clarifications need to be documented and addressed prior
to delivery. This agency will NOT provide QAor testing service for the delivered
cabinet. Testing done by this agency is not in lieu of manufacturer test
requirements.
9-29.13(10)C NEMA Controller Cabinets
The standard traffic signal controller cabinet shall be a TS2 — Type 1 Stretch M36+
(SM36+). The traffic signal cabinet(s) built to NEMA TS2 — Type 1 M standards with
modifications as required to include separate compartment with BBS and shall be
supplied in compliance with Section 9-29.13, Traffic Signal Cabinet of the Standard
Specification and modified as stated herein.
All new traffic signals located within a signal interconnect system shall be connected
to said system.
The following are minimum requirements for all cabinets:
1. The cabinet shall have nominal dimensions of 60 inches high by 36
inches wide by 17 inches deep and meet the footprint dimensions as
specified in Section 7.3, Table 7-1 of NEMA TS2 standards for a Type
M36 cabinet. The cabinet base shall have continuously welded interior
mounting reinforcement plates with the same anchor bolt hole pattern
as the footprint dimensions.
2. The cabinet shall be fabricated from 5052-H32 0.125-inch-thick
aluminum.
3. The cabinet shall be double -flanged where it meets the cabinet door.
10
Addendum No. 3
4. The top of the cabinet shall be sloped 1 inch towards the rear to facilitate
water runoff. And shall bend at a 90-degree angle at the front of the
cabinet. Lesser slope angles are not allowed.
5. The inside of the cabinet shall have two separate compartments. The
main compartment shall be accessible from the front door and shall
house the cabinet load facilities and electronics. The BBS compartment
shall be accessible from the side door and shall contain the UPS system
batteries. The UPS system inverter and ATS assembly shall be
mounted in the BBS compartment but shall be accessible when the
front door is open.
6. The inside of the cabinet shall utilize C channel rails. Two welded on
the back wall on 19-inch center and two welded on each side wall on
08-inch center. The C channel rails on the back wall shall be 52 inches
in length and start 5 inches from the bottom of the cabinet interior. The
C channel rails on the side walls shall be 52 inches in length and start
5 inches from the bottom of the cabinet interior. Adjustable rails are not
allowed.
7. The Cabinet shall be supplied with the following finishes: the interior
natural mill finish and the exterior natural mill finish.
8. All external fasteners shall be stainless steel. Pop rivets shall not be
allowed on any external surface.
9. The front door handle shall be 3/4-inch-round stock stainless steel bar.
The side door shall use a recessed hexagonal socket in lieu of a door
handle. All door handle mechanisms shall be interchangeable and field
replaceable.
10. The front door shall contain two flush -mounted locking recessed
compartments. The upper compartment that houses a police door and
a lower compartment that houses a generator bypass receptacle. A
stiffener plate shall be welded to the inside of the front door to prevent
flexing. It shall have a two -position, three-point door stop that
accommodates open -angles at 90 degrees, 125 degrees, and 150
degrees. A louvered air entrance located at the bottom of the main door
shall satisfy NEMA rod entry test requirements for 3R ventilated
enclosures. Bearing rollers shall be applied to ends of door latches to
discourage metal -on -metal surfaces from rubbing. The main front door
lock assembly shall be positioned so the door handle does not cause
interference with the key when opening the door.
11
Addendum No. 3
11. The police door compartment shall come with a conventional police
lock.
12. The generator bypass receptacle compartment shall be equipped with
a universal lock bracket capable of accepting a BestTM style lock and a
Corbin #2 tumbler series lock. The lock shall be a tapered lock using a
Best TM style lock or Corbin #2 series core. The door shall have an
integrated door slide mechanism that allows the door to be closed and
locked after a generator has been connected to the internal receptacle.
This compartment is used by maintenance personnel for emergency
generator operation in the absence of service power or BBS control.
13. The side door shall be one-piece construction without any recessed
compartments. It shall have a three -position, two -point door stop that
accommodates open -angles at roughly 80 degrees, 100 degrees, and
120 degrees. A louvered air entrance located at the bottom of the side
door shall satisfy NEMA rod entry test requirements for 3R ventilated
enclosures. Bearing rollers shall be applied to ends of door latches to
discourage metal -on -metal surfaces from rubbing. Lock assembly shall
be positioned so handle does not cause interference with key when
opening the door.
14. Closed -cell, neoprene gaskets shall be bonded to the inside of the
cabinet doors. The gaskets shall cover all areas where the doors
contact the double -flanged cabinet housing exterior and be thick
enough to provide a watertight seal.
15. A complete set of keys shall be supplied providing access to the cabinet
front door, cabinet side door, the police door, and the generator
receptacle door.
16. The cabinet shall be equipped with universal lock brackets capable of
accepting a Best TM style lock and a Corbin #2 tumbler series lock. The
cabinet shall come equipped with a BestTM style locks and green cores.
17. The cabinet shall be supplied with one door switch which controls the
cabinet interior lighting circuits.
18. All exterior seams shall be manufactured with a neatly formed
continuously welded construction. The weld for the police and
generator bypass box door shall be done on the inside of the cabinet
door. All welds shall be free from burrs, cracks, blowholes, or other
irregularities.
12
Addendum No. 3
19. The fan baffle panel seams shall be sealed with RTV sealant or
equivalent material on the interior of the cabinet.
20. The cabinet shall be UL listed.
21. The cabinet shall come with lifting ears affixed to the upper exterior of
the cabinet. These ears shall utilize only one bolt for easy reorientation.
(The cabinet lifting ears shall not be used when the batteries are
installed.)
22. The cabinet shall come with one dual -ply DustlockTM Media polyester,
disposable air filter; and the filter performance shall conform to listed UL
900 Class 2 and conform to MERV-8 & ASHRAE Standard 52.2-1999.
The filter element shall be secured to louvered entrance on the main
door with a metal filter cover. The filter and metal cover shall be secured
to the entrance on the main door by two (2) horizontally -mounted
restraints.
23. All cabinet doors shall be mounted with a single continuous stainless
steel piano hinge that runs the length of the door. The hinge shall be
attached via stainless steel tamper resistant bolts.
24. All steel incorporated in the cabinet shell shall be manufactured in the
United States of America, and shall meet the requirements of Section
1605 of the American Recovery and Reinvestment Act of 2009.
25. The cabinet enclosure shall be a SM36+ style Western Systems Part #
3025505000 or approved equivalent.
Labels
A permanent printed thermo vinyl, engraved, or silk screened label shall be provided
for all terminals and sockets. Labels shall be legible and shall not be obstructed by
cabinet wiring, panels, or cables. All labels shall conform to the designations on the
cabinet wiring prints.
Shelves
Shelves shall come with two double -beveled shelves 10 inches deep that are
reinforced welded with V channel, fabricated from 5052-H32 0.125-inch-thick
aluminum with double flanged edges rolled front to back. Slotted hole shall be inserted
every 7 inches for the purpose of tying off wire bundles. The BIBS compartment shall
come with four shelves designed to hold batteries and capable of supporting 75 Ibs
each.
13
Addendum No. 3
Cabinet Layout
The shelves shall be populated as follows: The controller and monitor shall be placed
on the bottom shelf. The two detector racks and power supply shall be placed on the
top shelf.
The roll out drawer shall be mounted under the bottom shelf.
Load bay shall be mounted on the back wall with 5 inches of clearance to the bottom
of the cabinet.
The detector panel for all field inputs shall be located on the lower left wall.
The SDLC and power supply interface panels shall be located on the left wall between
the shelves.
The load resistor panel shall be mounted on the lower right wall.
The power panel shall be located on the lower right wall above the load resistor panel.
The 768 shall be mounted on the left "C" channel located on back wall. It shall be
placed between the shelves.
The cabinet wiring assembly for the SM+ shall be Western Systems Part #
2525012085 or approved equivalent.
Ventilating Fans
The cabinet shall be provided with two finger -safe fans mounted on the right and left
sides of the cabinet plenum, and shall be thermostatically controlled (adjustable
between 4 to 176 degrees Fahrenheit). The safe touch thermostat fuse holder and
power terminal block(s) shall be rail -mounted on the right side of the cabinet plenum.
Computer Shelf
A slide -out computer shelf 16 inches in length by 12 inches in width by 2 inches in
depth shall be installed below the middle shelf underneath the controller. The shelf
shall be mounted just right of center so that controller cables will not interfere with the
operation of the shelf when equipment is installed. The shelf shall have a hinged cover
that opens from the front and shall be powder -coated black. It shall be a General
Devices Part # VC4080-99-1168 or approved equivalent. The door when fully
extended shall hold up to 50 lbs.
14
Addendum No. 3
Main Panel Configuration (Load -Bay)
The design of the panel shall conform to NEMA TS2 Section 5, Terminals and
Facilities, unless modified herein. This panel shall be the termination point for the
controller unit (CU) MSA, (MMU) MSAand B cables, bus interface units 1 and 2 (BIU),
and field terminal facilities. The terminal and facilities layout shall be arranged in a
manner that allows all equipment in the cabinet and all screw terminals to be readily
accessible by maintenance personnel.
The load -bay shall be fully wired and meet the following requirements:
• The load -bay shall have the following dimensions; constructed from
aluminum with a nominal thickness of 0.125 inch, a maximum height of
25.5 inches and maximum width of 23 inches. The field terminals width
shall be 24 inches, including attached wiring bundles.
• The entire assembly shall roll down and provide access to all of the
back of the panel wiring. All solder terminals shall be accessible when
the load -bay is rolled down. The assembly shall be able to roll down
without requiring other components, cables, or switches to be removed.
• The load -bay shall be designed so that all other cabinet screw terminals
are accessible without removing cabinet electronics.
• All the controller (CU) and malfunction management (MMU) cables
shall be routed through the back of the load -bay so that they will not be
subject to damage during load -bay roll down.
• The top of the load -bay panel shall attach directly to "C" channel and
detach without the use of tools or loose hardware for roll -down purpose.
• The load -bay shall be balanced such that it will not roll down when the
top of the load bay is detached from the "C" channel, even when fully
loaded with BIU load switches, flashers, and flash transfer relays.
• The load -bay facility shall be wired for 16 channels. Load switch(s) 1-8
shall be vehicle phases 1-8; load switch(s) 9-12 shall be pedestrian
phases 2, 4, 6, and 8; load switches 13-16 shall be overlaps A, B, C,
and D. Load switches 1-8 and 13-16 shall be routed through a flash
transfer relay.
Sixteen load switch sockets in two rows of eight spaced on 2-inch
center per NEMATS2 section 5.3.1.2, figure 5-2.
Six flash transfer relay sockets.
15
Addendum No. 3
• One flasher socket.
• All load switches and flashers shall be supported by a bracket extending
at least 1 /2 the length of the load switch.
• Two bus interface unit rack slots for BIUs 1 and 2. The main panel BIU
racks shall be left of the load switches, placed vertically with BIU 1 on
top and BIU 2 on bottom.
• BIU wires connection to the PCB shall be two 34-pin connectors. These
connectors shall have locking latches.
• All BIU wiring shall be soldered to backside of a screw terminal. The
screw terminals provide access to all functions of BIUs.
• Wiring for one Type-16 MMU. All MMU wiring shall be soldered to
backside of a screw terminal. The screw terminals provide access to all
functions of the MMU.
• All 24-VDC relays shall have the same base socket, but it shall be
different from the 120-VAC relays.
• All 120-VAC relays shall have the same base socket, but it shall be
different from the 24-VDC relays (not applicable to flash transfer relays).
• Shall have a relay that drops +24 VDC to load switches when the
cabinet is in flash.
• There shall be a wire between the pedestrian yellow field terminals and
another terminal on the load bay. The MMU channel 9-12 yellows shall
terminate next to said pedestrian yellows terminal.
• The load -bay shall be silkscreened on both sides. Silkscreen shall be
numbers and functions on the front side, and numbers only on the back
side.
• The field terminals shall be labeled with 300 series for load bay wiring
proposes and with WSDOT 600 and 700 series for landing field wiring.
Wiring chart:
Red: 611, 621, 631, 641, 651, 661, 671, 681, 6A1, 6131, 6C1, 6D1
Yellow: 612, 622, 632, 642, 652, 662, 672, 682, 6A2, 6132, 6C2, 61D2
16
Addendum No. 3
Green: 613, 623, 633, 643, 653, 663, 673, 683, 6A3, 6B3, 6C3, 6D3
Don't Walk: 711, 721, 731, 741, 751, 761, 771, 781
Ped Yellow: 712, 722, 732, 742, 752, 762, 772, 782
Walk: 713, 723, 733, 743, 753, 763, 773, 783
• Field wiring terminations shall be per channel across the bottom of the
load -bay. Each channel shall have three terminations corresponding to
the appropriate vehicle phase Red, Yellow, and Green. Default wiring
shall be left to right Red, Yellow, Green, vehicle phases 1-8; pedestrian
phases 2, 4, 6, and 8; and overlap channels A, B, C, and D following
the order of the load switches. Field terminals shall be #10 screw
terminal and be rated for 600V.
• All cable wires shall be terminated. No tie -off of unused terminals will
be allowed.
• Shall be 100% manufactured in the United States of America.
All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors shall
conform to military specification MIL-W-16878D, Electrical insulated high heat wire,
type B. Conductors #14 or larger shall be permitted to be UL type THHN. Main panel
wiring shall conform to the following colors and minimum wire sizes:
Vehicle green load switch output
Vehicle yellow load switch output
Vehicle red load switch output
Pedestrian Don't Walk switch
Pedestrian Walk switch
Pedestrian Clearance load switch
Vehicle green load switch input
Vehicle yellow load switch input
Vehicle red load switch input
Pedestrian Don't Walk input
Pedestrian Walk input
Pedestrian Clearance input
Logic Ground
+24V DC
+12V DC
AC+ Line
AC- Line
Earth Ground
AC line (load bay)
AC neutral (load bay)
Controller A cables
14 gauge brown
14 gauge yellow
14 gauge red
14 gauge orange
14 gauge blue
14 gauge yellow
22 gauge brown
22 gauge yellow
22 gauge red
22 gauge orange
22 gauge blue
22 gauge yellow
18 gauge white with red tracer
18 gauge red with white tracer
18 gauge pink
14 gauge black
14 gauge white
16 gauge green
12/14 gauge black
12/14 gauge white
22 gauge blue with the exception of power
wires (AC+ Black, AC- White, and Earth
17
Addendum No. 3
Ground Green). These wires shall be
18AWG.
MMU A & B cables 22 gauge orange with the exception of
power wires (AC+ Black, AC- White, and
Earth Ground Green Start Delay Relay
Common Black, Normally open Black, and
Normally Closed Black) These wires shall
be 18AWG.
Four conductors will supply alternating current (AC) power to the load switch sockets.
The load switch sockets shall be supplied 1-4, 5-8, 9-12, and 13-16 by each
conductor.
The vehicle and overlap field terminal blocks shall have a screw Type No. 10 post
capable of accepting no less than three No. 12 AWG wires fitted with spade
connectors. Three 12-position terminal blocks shall be provided in a single row across
the bottom of the main panel. Spade lugs from internal cabinet wiring are not allowed
on field terminal screws. There shall be a second row of three 12-position terminal
blocks with screw type #10 above the field terminal blocks. These blocks shall operate
the flash program. It shall be changeable from the front of the load bay.
The power terminal blocks shall have a screw Type No. 10 post capable of accepting
no less than three No. 12 AWG wires fitted with spade connectors. One 12-position
terminal block shall be provided vertically on the right side of the load bay. The
placement of the power terminal block on any other panel shall not be allowed.
The pedestrian terminal blocks shall have a screw Type No. 10 post capable of
accepting no less than three No. 12 AWG wires fitted with spade connectors. One 12-
position terminal block shall be provided vertically on the right side of the load bay,
below the power terminal block. The placement of the power terminal block on any
other panel shall not be allowed.
All load switches, flasher, and flash transfer relay sockets shall be marked and
mounted with screws. Rivets and clip -mounting is unacceptable.
Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the
eyelet or terminal block post prior to soldering to ensure circuit integrity. All wires shall
have lugs or terminal fittings when not soldered. Lap joint/tack on soldering is not
acceptable. All soldered connections shall be made with 60/40 solder and non-
corrosive, non-conductive flux. All wiring shall be run neatly and shall use mechanical
clamps, and conductors shall not be spliced between terminations. Cables shall be
sleeved in braided nylon mesh, and wires shall not be exposed.
Addendum No. 3
Load -Bay and Panel Wire Termination
All wires terminated behind the main panel or on the back side of other panels shall
be SOLDERED. No pressure or solder -less connectors shall be used. Printed circuit
boards shall only be used on the load bay where connecting to the bus interface units
(BIU).
Cabinet Light Assembly
The cabinet shall have an LED lighting fixture with 15 high power LEDs using a cool
white color emitting 3001m min @ 12VDC/750mA. The LED shall be a Rodeo
Electronics TS-LED-05M02. The LED fixture shall be powered by a Mean Well class
2 power supply LPV-20-12 that shall be mounted on the inside top of the cabinet near
the front edge. The cabinet light circuit shall be designed so a second LED fixture can
be installed in the cabinet without the need of a second power supply. It shall be
attached under the cabinet drawer so that it remains stationary when the drawer is
extended. An on/off switch that is turned on when the cabinet door is opened and off
when it is closed shall activate the lighting fixture(s) power supply.
Convenience Outlet
The cabinet shall be wired with one convenience outlet with a ground fault interrupter
(GFI) and one quad convenience outlet without ground fault interrupters. The ground
fault outlet (GFI) shall be mounted on the right side of the cabinet on or near the power
panel. The quad outlet shall be mounted on the right side between the UPS invertor
and the bypass. No outlets shall be mounted on the door. The GFI power shall be fed
through the auxiliary breaker (CB2). The quad outlet shall be fed through an EDCO
SHP300-10 or approved equivalent transient voltage suppressor located on the
cabinet power panel.
Auxiliary Panel
The cabinet shall include an auxiliary switch panel mounted to the interior side of the
police panel compartment on the cabinet door. The panel shall be secured to the
police panel compartment by two (2) screws and shall be hinged at the bottom to allow
access to the soldered side of the switches with the use of only a Phillips screwdriver.
Both sides of the panel shall be silkscreened. Silk-screening on the backside of the
switch panel shall be upside down so that when the panel is opened for maintenance
the silk-screening will be right side up. All of the switches shall be protected by a
hinged see -through Plexiglas cover.
At a minimum the following switches shall be included:
Controller ON/OFF Switch: There shall be a switch that renders the controller
and load -switching devices electrically dead while maintaining flashing
operations for purpose of changing the controller or load -switching devices.
19
Addendum No. 3
The switch shall be a general-purpose bat style toggle switch with .688-inch
long bat.
Signals ON/OFF Switch: There shall be a switch that renders the field signal
displays electrically dead while maintaining controller operation for purpose of
monitoring controller operations. The switch shall be a general-purpose bat
style toggle switch with .688-inch long bat.
Stop Time Switch: There shall be a 3-position switch labeled "Normal" (up),
"Off' (center), and "On" (down). With the switch in the "Normal" position, a stop
timing command shall be applied to the controller by the police flash switch or
the MMU (Malfunction Management Unit). When the switch is in its "Off'
position, stop timing commands shall be removed from the controller. The "On"
position shall cause the controller to stop time. The switch shall be a general-
purpose bat style toggle switch with .688-inch long bat. There shall be a red
LED indicator light that illuminates when stop time is applied.
Technician Flash Switch: There shall be a switch that places the field signal
displays in flashing operation while the controller continues to operate. This
flash shall have no effect on the operation of the controller or MMU. The switch
shall be a general-purpose bat style toggle switch with .688-inch long bat.
Vehicle Test Switches: All eight vehicle phase inputs shall have a 2-position
(on, on) test switch. Switches shall be labeled "On" (up) and "Test" (down).
With the switches in the "On" position, normal operations of the vehicle
detection occur. When in the "Test" position, a constant input shall be applied
to the controller. The switches shall directly input a call to the related controller
vehicle phase without routing the call through the detector rack(s) when
activated. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7, and 8.
Pedestrian Test Switches: All eight pedestrian phase inputs shall have a 2-
position (on, on) test switch. Switches shall be labeled "On" (up) and "Test"
(down). With the switches in the "On" position, normal operations of the
pedestrian detection occur. When in the "Test" position, a constant input shall
be applied to the controller. The switches shall directly input a call to the related
controller pedestrian phase. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7,
and 8.
Police Panel
Behind the police panel door there shall be switches for use by emergency personnel.
The wiring for these switches shall be accessible when the auxiliary panel is open.
The following switches shall be included:
20
Addendum No. 3
Flash Switch: There shall be a switch for the police that puts the cabinet into
flashing operations. The switch shall have two positions, "Auto" (up) and
"Flash" (down). The "Auto" position shall allow normal signal operation. The
"Flash" position shall immediately cause all signal displays to flash as
programmed for emergency flash and apply stop time to the controller. When
the police flash switch is returned to "Auto", stop time shall be removed from
the controller except when the MMU has commanded flash operation. The
effect shall be to disable the police panel switch when the MMU has detected
a malfunction and all controller and MMU indications shall be available to the
technician regardless of the position of the police flash switch. The switch shall
be a general-purpose bat style toggle switch with .688-inch long bat.
Signals ON/OFF Switch: There shall be a switch that renders the field signal
displays electrically dead while maintaining controller operation for purpose of
monitoring controller operations. The switch shall be a general-purpose bat
style toggle switch with .688-inch long bat.
Cables
All wire cable bundles shall be encased in flex or expandable braided sleeving along
the entire free length.
All SDLC cables shall be terminated on both ends; securely terminated to the SDLC
interface panel with screw type connection; and professionally routed in the cabinet
interior to easily reach the load bay, controller, malfunction management unit, and
detector racks. All SDLC connectors shall be fully populated with 15 pins each.
Flashing Operation
All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall
alternate between the used vehicle phases 1, 4, 5, 8, OLA & OLD and 2, 3, 6, 7, OLB
& OLC. Flash programming shall be either red, yellow, or no flash simply by changing
wires on the front of the load -bay.
Detector Racks
At a minimum, the cabinet shall be wired to accommodate 32 channels of detection.
One detector rack shall be standard size and support 16 channels of loop detection,
one Buss Interface Unit (BIU), and four channels of OpticomTM. These racks shall be
capable of using both two -channel or -channel detection devices or OpticomTM cards.
One detector rack shall be standard size and support 16 channels of loop detection
and one Buss Interface Unit (BIU). This racks shall be capable of using both two -
channel and four -channel detection devices. The loop cabling shall be connected via
a 37-pin DB connector using spring clips. The Opticom cable shall be connected via
a 24-pin connector using locking latches. The power cable shall be a 6-pin connector.
21
Addendum No. 3
All power wires shall be 18 AWG. The addressing of detector racks shall be
accomplished via dipswitches mounted to the PCB. There shall be the capability to
turn off the TS2 status to the BIU for the uses of TS1 detector equipment via
dipswitches mounted to the PCB. There shall be a 34-pin connector using locking
latches that breaks the output from the detector to the input of the BIU; there shall also
be +24VDC and logic ground on this connector. All racks shall have space at the
bottom front for labeling. All racks shall be designed for horizontal stacking. Separate
racks for detection and preemption are not allowed.
768 Panel
There shall be an OpticomTm GTT 768 or approved equivalent. interface panel
installed in the cabinet. At a minimum, it shall be soldered to the load switch green
outputs and to the advanced vehicle preemption terminal block on the detector panel.
This panel shall have a protective plastic cover. It shall be mounted between the
shelves on the left side of the back wall.
Detection Panel
The detection panel shall support 32 channels of vehicle detection, 4 channels of
emergency vehicle preemption detection, 8 channels or pedestrian detection, and 8
pedestrian returns on a single panel. The loop wires shall be a 22-AWG twisted pair,
color coded as follows. Channel one brown, channel two red, channel three orange,
and channel four yellow. One of the twisted pair wires of all colors shall have a white
tracer and land on the second position terminal of each loop. The emergency preempt
wires shall be color coded as follows: +24VDC orange, preempt inputs yellow, and
ground blue. This panel will be mounted on the left side of the cabinet below the
bottom shelf. The panel shall also include 19-position solid aluminum, tin-plated
neutral, and ground buss bars with raised slotted and torque style screw heads. The
buss bars shall be mounted vertically at the bottom of the panel. The Opticom and
pedestrian terminal blocks shall be labeled as follows:
Opticom + orange: 5A1, 5131, 5C1, 5D1
Opticom Call yellow: 5A2, 5132, 5133, 5134
Opticom — blue: 5A3, 5133, 5C3, 5D3
Pedestrian Calls: 714, 724, 734, 744, 754, 764, 774, 784
Pedestrian Returns: 715, 725, 735, 745, 755, 765, 775, 785
Power Supply Interface Panel
The power supply interface panel shall include terminations for all the cabinet power
supply inputs and outputs. It shall have a protective plastic cover. This panel shall be
mounted on the left wall of the cabinet.
22
Addendum No. 3
Generator Bypass Compartment and Cable
The cabinet front door shall have a locking generator bypass compartment that shall
be used to connect a generator to operate the cabinet during extended loss of service
line power. The generator compartment shall be capable of being closed and locked
while a generator is connected. The mechanism for allowing generator cable access,
while the compartment is closed, shall be an integral part of the generator bypass
door, via a sliding panel that will normally be in the closed position. Inside the
compartment, there shall be a silkscreened panel housing a Hubbell HBL2615
30A/125V flanged inlet receptacle capable of accepting a standard 30-amp generator
plug, a BACO HC52DQG cam switch with split 120-VAC line, and neutral feeds .The
switch shall be a break before make type. Two (2) LED lamps with sockets. One LED
shall be illuminated when the cabinet has service line power available and the other
when the cabinet has generator power available. All LEDs shall be field replaceable
without putting the intersection in flash and shall carry a 5-year manufacturer warranty.
All wiring to and from the generator bypass compartment shall be contained in a single
cable bundle. The cable shall connect to the backside of the electrical components
and shall only be accessible from the inside of the cabinet front door. All electrical
components on the inside of the front door that carry AC voltage shall be covered by
a see -through plexi-glass cover. The generator bypass cable shall terminate at the
same power panel location as service line voltage.
Service Surge Suppression
The cabinet shall be equipped with an EDCO model SHP300-10 or approved
equivalent surge arrestor mounted on the power panel. Power to all cabinet
electronics equipment and power strip shall come through this surge suppression
circuit.
Power Panel
The power panel shall handle all the power distribution and protection for the cabinet
and shall be mounted in the bottom right side of the facility. All equipment shall be
mounted on a 12-inch by 17-inch silkscreened aluminum panel and include, at a
minimum, the following equipment:
A 40-amp main breaker shall be supplied. This breaker shall supply
power to the load bay, load switches, and auxiliary panel. The breaker
shall also supply power via the EDCO SHP300-10 to the controller,
MMU, power supply, detector racks, and quad outlet.
A20-amp auxiliary breaker shall supply powerto the fan, light, and GFI
A 50-amp, 125 VAC radio interference line filter.
23
Addendum No. 3
A normally open, 50-amp, solid-state relay. The relay shall have a green
LED light that is on when energized. (No Mercury Contactors shall be
allowed.)
One see -through plexi-glass cover on stand-offs to protect
maintenance personnel from AC line voltages. It shall cover the top and
front of the power panel. With cover on access to the neutral and ground
busses is possible. It shall also cover the utility power in terminal block.
The protective cover shall have a slot to access the field side of said
power block with a standard screwdriver. This shall be removable by
loosening screws but without removing screws.
Two 19-position solid aluminum, tin-plated neutral buss bar with raised
slotted and torque style screw heads.
One 19-position solid aluminum, tin-plated ground buss bar with raised
slotted and torque style screw heads.
Two MOVs shall be terminated on the 120AC in field terminal. One tied
between line and ground, the other between neutral and ground.
Manuals and Documentation
The cabinet shall be furnished with three complete sets of cabinet prints. All cabinet
wiring, and layout shall come on one E1 size sheet, multiple pages shall not be
allowed. Upon request a USB flash drive with AutoCAD Release 2018 or later cabinet
drawing for the cabinet wiring.
Cabinet mounting and installation
The foundation for a cabinet shall be a concrete pedestal of the same size as the base
of the cabinet with one foot of the foundation above the adjacent grade. The pedestal
shall be poured in place and shall be 12 inches below grade and 12 inches above
grade. A sidewalk shall be provided on all sides of a cabinet and poured in place with
the cabinet foundation. Refer to Cabinet Foundation details on project Plans for
concrete pedestals where multiple cabinets are to be installed on one pad.
24
ADDENDUM NO.3
SCHEDULE OF PRICES
Renton Avenue South Resurfacing
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.
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
SCHEDULE A - ROADWAY RESURFACING
1
Unexpected Site Changes
(1-04.4(1))
CALC
1
$10,000.00
$10,000.00
2
Record Drawings (Minimum Bid $500)
(1-05.18)
LS
1
3
Roadway Surveying
(1-05.4)
LS
1
4
Licensed Surveying
(1-05.4)
FA
1
$2,000.00
$2,000.00
5
ADA Feature Surveying
(1-05.4)
LS
1
6
SPCC Plan
(1-07.15(1))
LS
1
7
Mobilization
(1-09.7)
LS
1
8
Portable Changeable Message Sign
(1-10.5)
HR
3,720
9
Project Temporary Traffic Control
(1-10.5)
LS
1
10
Clearing and Grubbing
(2-01.5)
AC
0.21
11
Removal of Structures and Obstructions
(2-02.5)
LS
1
12
Roadway Excavation, Incl. Haul
(2-03.5)
Cy
310
13
Gravel Borrow, Incl. Haul
(2-03.5)
TN
110
14
Unsuitable Foundation Excavation, Incl. Haul
(2-03.5)
Cy
10
15
Locate Existing Utilities
(2-09.5)
LS
1
16
Controlled Density Fill
(2-09.5)
Cy
10
Renton Avenue South Resurfacing
Schedule of Prices
Page 1 of 5R
2018
ADDENDUM NO.3
SCHEDULE OF PRICES
Renton Avenue South Resurfacing
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.
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
17
Crushed Surfacing Top Course
(4-04.5)
TN
320
18
Planing Bituminous Pavement
(5-04.5)
SY
21,000
19
Pavement Repair Excavation, Incl. Haul
(5-04.5)
Sy
420
20
HMA Cl. 1/2" PG 64-22
(5-04.5)
TN
4,050
21
Job Mix Compliance Price Adjustment
(5-04.5)
CALC
1
$0.00
$0.00
22
Compaction Price Adjustment
(5-04.5)
CALC
1
$0.00
$0.00
23
CPEP Storm Sewer Pipe, 12 In. Diam. (Incl.
Bedding)
(5-04.5)
LF
90
24
Catch Basin, Type 1
(7-05.5)
EA
2
25
Adjust Manhole
(7-05.5)
EA
2
26
Adjust Catch Basin
(7-05.5)
EA
8
27
Trench Excavation Safety Systems
(7-08.5)
LS
1
28
Bank Run Gravel for Trench Backfill
(7-08.5)
TN
60
29
Trench Excavation, Incl. Haul
(7-08.5)
Cy
55
30
Removal of Unsuitable Material (Trench)
(7-09.5)
Cy
5
31
Television Inspection
(7-12.5)
LS
1
32
Adjust Meter Box
(7-15.5)
EA
3
Renton Avenue South Resurfacing
Schedule of Prices
Page 2 of 5R
2018
ADDENDUM NO.3
SCHEDULE OF PRICES
Renton Avenue South Resurfacing
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.
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
33
Adjust Valve Box
(7-15.5)
EA
3
34
Seeding, Fertilizing and Mulching
(8-01.5)
SY
100
35
Erosion/Water Pollution Control
(8-01.5)
LS
1
36
Topsoil, Type A
(8-02.5)
Cy
60
37
Cement Conc. Traffic Curb and Gutter
(8-04.5)
LF
990
38
Cement Conc. Driveway Entrance
(8-06.5)
Sy
40
39
Cement Conc. Driveway Repair
(8-06.5)
Sy
10
40
Raised Pavement Marker, Type 1
(8-09.5)
HD
39
41
Raised Pavement Marker, Type 2
(8-09.5)
HD
5
42
Adjust Monument Case and Cover
(8-13.5)
EA
2
43
Cement Conc. Sidewalk
(8-14.5)
Sy
215
44
Cement Conc. Curb Ramp
(8-14.5)
EA
9
45
Video Detection
(8-20.5)
LS
1
46
Permanent Signing
(8-21.5)
LS
1
47
Plastic Line
(8-22.5)
LF
660
48
Plastic Crosswalk Line
(8-22.5)
SF
107
Renton Avenue South Resurfacing
Schedule of Prices
Page 3 of 5R
2018
ADDENDUM NO.3
SCHEDULE OF PRICES
Renton Avenue South Resurfacing
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.
ITEOM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
SECTION
49
Plastic Stop Line
(8-22.5)
LF
60
50
Plastic Traffic Arrow
(8-22.5)
EA
10
51
Plastic Yield Lane Symbol
(8-22.5)
EA
6
Temporary Pavement Marking — Short
52
(8-23.5)
LF
16,500
Duration
53
Landscape Block Wall
(8-24.5)
SF
60
*TOTAL BID AMOUNT, SCHEDULE A =
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
SCHEDULE B - WATER SYSTEM IMPROVEMENTS
100
Trench Excavation Safety Systems
(7-09.5)
LS
1
101
Bank Run Gravel for Trench Backfill
(7-09.5)
TN
300
102
Trench Excavation, Incl. Haul
(7-09.5)
CY
400
103
DI Water Main Pipe, 8 In. Diam.
(7-09.5)
LF
540
104
Connection to Existing Water Main
(7-09.5)
EA
2
105
Additional Ductile Iron Fittings
(7-09.5)
LB
500
106
Gate Valve, 8 In.
(7-12.5)
EA
1
107
Tapping Sleeve and Valve Assembly
(7-12.5)
EA
1
Renton Avenue South Resurfacing
Schedule of Prices
Page 4 of 5R
2018
ADDENDUM NO.3
SCHEDULE OF PRICES
Renton Avenue South Resurfacing
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.
ITEOM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
SECTION
108
Fire Hydrant Assembly
(7-14.5)
EA
3
109
Service Connection, 1 In. Diam.
(7-15.5)
EA
5
Subtotal Bid Amount, SCHEDULE B =
Sales Tax of 10% =
TOTAL BID AMOUNT, SCHEDULE B =
ITEOM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT PRICE*
EXTENSION
SECTION
SCHEDULE C - HAWK SIGNAL
Pedestrian Hydbrid Beacon (Hawk) Signal
200
(8-20.5)
LS
1
System, Complete
201
Wireless Interconnect
(8-20.5)
LS
1
*TOTAL BID AMOUNT, SCHEDULE C =
TOTAL BID AMOUNT, SCHEDULES A, B AND C =
*NOTE: All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1) and WAC 458-20-171.
Renton Avenue South Resurfacing
Schedule of Prices
Page 5 of 5R
2018
Date of Issue:
Bid Due Date
Date of Bid Opening:
Addendum No. 4
Renton Avenue South Resurfacing
Federal Aid Number: STP(UL)-1201(023)
February 8, 2019
February 19, 2019 (CHANGED FROM DATE IN CALL FOR BIDS)
February 20, 2019 (CHANGED FROM DATE IN CALL FOR BIDS)
ATTENTION: ALL BIDDERS AND PLAN HOLDERS:
The Bid Documents for the above -named project are modified as described below. Bidders
shall take this Addendum into consideration when preparing and submitting their bids.
Bidders shall attach this addendum to their copy of the Contract Documents, and shall
acknowledge receipt of this Addendum on the Proposal Signature Page. A Proposal may be
considered irregular and may be rejected if the receipt of Addenda are not acknowledged
THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS:
1. BID DUE DATE AND BID OPENING DATE
Sealed bids will be received by the City of Renton, at the City Clerk's Office, located on the
7th floor of Renton City Hall, until 10:30 AM on Tuesday, February 19, 2019. All
supplemental documents, that are allowed to be submitted after this date and time, shall
be delivered to the City Clerk's Office. The bids will be opened and publicly read at 11:30
AM on Wednesday, February 20, 2019 in room #511, located on the 5th floor of Renton
City Hall. Renton City Hall is located at 1055 South Grady Way, Renton, WA 98057.
2. APPENDIX A. WAGE RATES, SECTION 2. FEDERAL WAGE RATES:
• The Federal Wage Rates for Construction Type: Highway for this project are deleted in
their entirety and replaced with the new Federal Wage Rates for Construction Type:
Highway dated January 18, 2019.
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO.4
February 8, 2019
Page 1 of 2
3. FUTURE ADDENDA
• No future addenda are planned.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
CITY OF RENTON
l
Robert M. Hanson, P.E.
Transportation Design Manager
Renton Avenue South Resurfacing
TED4003844
ADDENDUM NO. 4
February 8, 2019
Page 2 of 2
Page 1 of 42
General Decision Number: WA190001 01/18/2019 WA1
Superseded General Decision Number: WA20180001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.60 for calendar year 2019 applies to all contracts
subject to the Davis -Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after January
1, 2015. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.60 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2019. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least the
wage rate determined through the conformance process set forth
in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is
higher than the conformed wage rate). The EO minimum wage rate
will be adjusted annually. Please note that this EO applies to
the above -mentioned types of contracts entered into by the
federal government that are subject to the Davis -Bacon Act
itself, but it does not apply to contracts subject only to the
Davis -Bacon Related Acts, including those set forth at 29 CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/04/2019
1 01/18/2019
CARP0001-008 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA
Counties
Rates
CARPENTER
GROUP 1.....................$ 33.40
GROUP 2.....................$ 45.42
GROUP 3.....................$ 34.52
GROUP 4.....................$ 34.52
GROUP 5.....................$ 77.52
Fringes
16.40
18.83
16.40
16.40
16.40
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 2 of 42
GROUP
6.....................$
37.76
16.40
GROUP
7.....................$
38.76
16.40
GROUP
8.....................$
35.52
16.40
GROUP
9.....................$
41.76
16.40
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, Machine Erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, Dock, and Wharf carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby
GROUP 8: Assistant Diver Tender, ROV Tender/Technician
GROUP 9: Manifold Operator -Mixed Gas
ZONE PAY:
ZONE 1 0-60 MILES FREE
ZONE 2 61-100 $4.00/PER HOUR
ZONE 3 OVER 100 MILES $6.00/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 3 of 42
0-25 feet Free
26-300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
CARP0003-006 06/01/2018
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM
Counties.
Rates Fringes
Carpenters:
CARPENTERS ..................$
37.64
16.83
DIVERS TENDERS ..............$
43.73
16.83
DIVERS ......................$
87.73
16.83
DRYWALL .....................$
37.64
16.83
MILLWRIGHTS .................$
38.17
16.83
PILEDRIVERS .................$
38.71
16.83
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 4 of 42
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
----------------------------------------------------------------
CARP0770-003 06/01/2018
Rates
Fringes
CARPENTER
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
CARPENTERS ON CREOSOTE
MATERIAL ...................$
29.15
13.93
CARPENTERS .................$
29.05
13.93
DIVERS TENDER ..............$
48.59
16.12
DIVERS .....................$
97.43
16.12
MILLWRIGHT AND MACHINE
ERECTORS ...................$
45.42
16.12
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING .......
$ 44.17
13.93
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 5 of 42
Seattle
Olympia
Bellingham
Auburn
Bremerton
Anacortes
Renton
Shelton
Yakima
Aberdeen-Hoquiam
Tacoma
Wenatchee
Ellensburg
Everett
Port Angeles
Centralia
Mount Vernon
Sunnyside
Chelan
Pt. Townsend
Zone Pay:
0
-25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius miles
$1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
CARP0770-006 06/01/2018
Rates
Fringes
CARPENTER
WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS (excludes
piledrivers only), MASON,
PACIFIC (North of a
straight line made by
extending the north
boundary line of Wahkiakum
County west to the Pacific
Ocean), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
BRIDGE CARPENTERS ..........
$ 43.92
16.12
CARPENTERS ON CREOSOTE
MATERIAL ...................$
44.02
16.12
CARPENTERS .................$
43.92
16.12
DIVERS TENDER ..............$
48.59
16.12
DIVERS .....................$
97.48
16.12
MILLWRIGHT AND MACHINE
ERECTORS ...................$
45.42
16.12
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING .......
$ 44.17
16.12
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 6 of 42
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Zone
Pay:
0
-25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius
miles
$1.55/hour
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
ELEC0046-001 08/06/2018
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 55.627 3%+20.21
ELECTRICIAN ......................$ 50.57 3%+20.21
----------------------------------------------------------------
* ELECO048-003 01/01/2018
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ......................$ 42.60 22.75
HOURLY ZONE PAY:
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 7 of 42
Astoria
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
----------------------------------------------------------------
ELEC0048-029 01/01/2018
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ......................$ 42.60 22.75
----------------------------------------------------------------
* ELECO073-001 01/01/2019
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 34.10 16.68
ELECTRICIAN ......................$ 34.30 18.88
----------------------------------------------------------------
ELEC0076-002 08/31/2018
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 48.06 23.23
ELECTRICIAN ......................$ 43.69 23.10
----------------------------------------------------------------
ELEC0112-005 06/01/2018
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 45.68 20.60
ELECTRICIAN ......................$ 43.50 20.54
----------------------------------------------------------------
ELEC0191-003 06/01/2018
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 8 of 42
CABLE SPLICER ....................$ 44.23 17.73
ELECTRICIAN ......................$ 44.95 21.42
----------------------------------------------------------------
ELECO191-004 06/01/2018
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 40.82 17.63
ELECTRICIAN ......................$ 42.45 21.34
----------------------------------------------------------------
ENGI0302-003 06/01/2018
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
Zone 1 (0-25 radius miles):
Rates
POWER EQUIPMENT OPERATOR
Group 1A...................$ 44.44
Group 1AA..................$ 45.09
Group 1AAA.................$ 45.73
Group 1.....................$ 43.79
Group 2.....................$ 43.23
Group 3.....................$ 42.74
Group 4.....................$ 40.01
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
Fringes
19.97
19.97
19.97
19.97
19.97
19.97
19.97
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 9 of 42
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers -self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders -overhead under 6 yards; Loaders -plant
feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant;
Motor patrol graders -finishing; Piledriver (other than
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper -self propelled, hard
tail end dump, articulating off -road equipment -under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine -shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps -concrete; Roller, plant mix or multi -lift materials;
Saws -concrete; Scrpers-concrete and carry -all; Service
engineer -equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes -A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller -other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 10 of 42
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
----------------------------------------------------------------
ENG10370-002 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1.....................$
27.51
15.95
GROUP
2.....................$
27.83
15.95
GROUP
3.....................$
28.44
15.95
GROUP
4.....................$
28.60
15.95
GROUP
5.....................$
28.76
15.95
GROUP
6.....................$
29.04
15.95
GROUP
7.....................$
29.31
15.95
GROUP
8.....................$
30.41
15.95
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler -Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 11 of 42
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable -concrete);
Pavement Breaker, Hydra -Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt -type Loader (Euclid, Barber Green
& similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber -tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re -screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 12 of 42
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad -Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber -tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber -tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
----------------------------------------------------------------
ENG10612-001 09/28/2018
PIERCE County
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 13 of 42
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
44.44
19.97
GROUP
1AA..................$
45.09
19.97
GROUP
1AAA.................$
45.73
19.97
GROUP
1.....................$
43.79
19.97
GROUP
2.....................$
43.23
19.97
GROUP
3.....................$
42.74
19.97
GROUP
4.....................$
40.01
19.97
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 14 of 42
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class "D" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class "C" Suit - Base wage rate plus $1.00 per hour.
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 15 of 42
H-3 Class "B" Suit - Base wage rate plus $1.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $2.00 per hour.
----------------------------------------------------------------
ENG10612-012 09/28/2018
LEWIS, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
POWER EQUIPMENT OPERATOR
GROUP 1A...................$ 44.44
GROUP 1AA..................$ 45.09
GROUP 1AAA.................$ 45.73
GROUP 1.....................$ 43.79
GROUP 2.....................$ 43.23
GROUP 3.....................$ 42.74
GROUP 4.....................$ 40.01
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Fringes
19.97
19.97
19.97
19.97
19.97
19.97
19.97
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 16 of 42
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 17 of 42
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class "D" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class "C" Suit - Base wage rate plus $1.00 per hour.
H-3 Class "B" Suit - Base wage rate plus $1.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $2.00 per hour.
----------------------------------------------------------------
ENG10701-002 01/01/2018
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates
POWER EQUIPMENT OPERATOR
GROUP 1.....................$ 41.65
GROUP 1A....................$ 43.73
GROUP 1B....................$ 45.82
GROUP 2.....................$ 39.74
GROUP 3.....................$ 38.59
GROUP 4.....................$ 37.51
GROUP 5.....................$ 36.27
GROUP 6.....................$ 33.05
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00
Zone 3 - $6.00
Fringes
14.35
14.35
14.35
14.35
14.35
14.35
14.35
14.35
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 18 of 42
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1
Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and/or attachments); Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(1751) tower or less and with less than two hundred foot
(200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group lA
Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) ton through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Crane, three
hundred (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
Group 1B
Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2
Asphalt Plant (any type); Asphalt Roto-Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment
(any type); Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and/or Wet
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 19 of 42
Mix one (1) and two (2) drum; Concrete Diamond Head
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required); Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty-five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and/or attachments); Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150') boom (including jib inserts and/or
attachments); Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (130,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
Group 3
Bulldozer, over seventy thousand (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable -Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi -engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (1501) jib (on rail included); Diesel -Electric
Engineer (Plant or Floating); Directional Drill over twenty
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 20 of 42
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade -all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self -unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired
Dozers and Pushers; Scraper, all types; Side -Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber -tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(31) depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
Group 5
Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix); Asphalt, Roto-Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumperete Operator (any type); Concrete, Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Conveyored Material Hauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make); Laser Screed; Loaders,
rubber -tired type, less than twenty five thousand (25,000)
lbs.; Pavement Grinder and/or Grooving Machine (riding
type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size); Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser); Sweeper Self -Propelled;
Tractor, Rubber -Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 21 of 42
Jumbo setting slip forms, etc.
Group 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard);
Broom, self-propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type); Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump
(any power); Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self-propelled; Rigger; Roller
grading (not asphalt); Truck, Crane Oiler -Driver
----------------------------------------------------------------
IRON0014-005 07/01/2018
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 33.18 27.82
----------------------------------------------------------------
IRON0029-002 05/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER .......................$ 37.00 27.87
----------------------------------------------------------------
IRON0086-002 07/01/2018
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 33.18 27.82
----------------------------------------------------------------
IRON0086-004 07/01/2018
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER .......................$ 40.81 28.22
----------------------------------------------------------------
LAB00238-004 06/01/2018
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 22 of 42
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th
Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,
STEVENS & WHITMAN COUNTIES
Rates Fringes
LABORER (PASCO)
GROUP
1.....................$
24.84
12.35
GROUP
2.....................$
26.94
12.35
GROUP
3.....................$
27.21
12.35
GROUP
4.....................$
27.48
12.35
GROUP
5.....................$
27.76
12.35
LABORER (SPOKANE)
GROUP
1.....................$
24.74
12.45
GROUP
2.....................$
26.84
12.45
GROUP
3.....................$
27.11
12.45
GROUP
4.....................$
27.38
12.45
GROUP
5.....................$
27.66
12.45
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 23 of 42
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well -Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non -mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
"splash suit" and air purifying respirator); Jackhammer
Operator; Miner, Class "B" (to include brakeman, finisher,
vibrator, form setter); Nozzleman (to include squeeze and
flo-crete nozzle); Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.); Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers); Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit"); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class "D", (to include raise and shaft miner, laser
beam operator on riases and shafts)
LAB00238-006 06/01/2018
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 24 of 42
Rates Fringes
Hod Carrier ......................$ 27.75 12.25
----------------------------------------------------------------
LAB00242-003 06/01/2018
KING COUNTY
Rates Fringes
LABORER
GROUP
1.....................$
26.05
11.49
GROUP
2.....................$
29.83
11.49
GROUP
3.....................$
37.27
11.49
GROUP
4.....................$
38.19
11.49
GROUP
5.....................$
38.80
11.49
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 25 of 42
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
LAB00252-010 06/01/2018
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP
1.....................$
26.05
11.49
GROUP
2.....................$
29.83
11.49
GROUP
3.....................$
37.27
11.49
GROUP
4.....................$
38.19
11.49
GROUP
5.....................$
38.80
11.49
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 26 of 42
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 27 of 42
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
----------------------------------------------------------------
LAB00292-008 06/01/2018
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates
Fringes
LABORER
GROUP
1.....................$
26.05
11.49
GROUP
2.....................$
29.83
11.49
GROUP
3.....................$
37.27
11.49
GROUP
4.....................$
38.19
11.49
GROUP
5.....................$
38.80
11.49
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 28 of 42
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
LAB00335-001 06/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP
1....................$
31.72
11.49
GROUP
2....................$
32.38
11.49
GROUP
3....................$
32.87
11.49
GROUP
4....................$
33.29
11.49
GROUP
5....................$
28.98
11.49
GROUP
6....................$
26.31
11.49
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 29 of 42
GROUP 7....................$ 22.78 11.49
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 30 of 42
Operators, air tracks, cat drills, wagon drills,
rubber -mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring -down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman -Dinky
Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
----------------------------------------------------------------
LAB00335-019 06/01/2018
Rates Fringes
Hod Carrier ......................$ 31.72 11.49
----------------------------------------------------------------
LAB00348-003 06/01/2018
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP
1.....................$
22.23
11.49
GROUP
2.....................$
25.48
11.49
GROUP
3.....................$
27.89
11.49
GROUP
4.....................$
28.56
11.49
GROUP
5.....................$
29.04
11.49
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 31 of 42
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 32 of 42
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
----------------------------------------------------------------
PAIN0005-002 07/01/2018
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS ....................$ 30.50 15.73
----------------------------------------------------------------
PAIN0005-004 03/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
PAINTER ..........................$ 20.82 7.44
----------------------------------------------------------------
* PAIN0005-006 07/01/2018
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting ............ $
30.19
11.71
Over 30'/Swing Stage Work..$
22.20
7.98
Brush, Roller, Striping,
Steam -cleaning and Spray .... $
22.94
11.61
Lead Abatement, Asbestos
Abatement ...................$
21.50
7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
----------------------------------------------------------------
PAIN0055-003 07/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 33 of 42
Rates Fringes
PAINTER
Brush & Roller ..............$ 23.51 11.94
High work - All work 60
ft. or higher ...............$ 24.26 11.94
Spray and Sandblasting ...... $ 23.51 11.94
----------------------------------------------------------------
PAIN0055-006 07/01/2018
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER .....................$ 35.02 12.06
----------------------------------------------------------------
PLAS0072-004 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
ZONE 1......................$ 29.07 14.13
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
----------------------------------------------------------------
PLAS0528-001 06/01/2018
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON ................$ 42.63 17.44
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE ....... $ 43.13 17.44
TROWLING MACHINE OPERATOR
ON COMPOSITION ..............$ 43.13 17.44
----------------------------------------------------------------
PLAS0555-002 06/01/2017
CLARK, KLICKITAT AND SKAMANIA COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 34 of 42
ZONE 1:
Rates
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 32.87
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD ............ $ 32.87
CEMENT MASONS ...............$ 31.50
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS ... $ 32.19
Zone Differential (Add To Zone 1 Rates):
Zone
2 - $0.65
Zone
3 - 1.15
Zone
4 - 1.70
Zone
5 - 3.00
Fringes
17.62
17.62
17.62
17.62
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
----------------------------------------------------------------
TEAM0037-002 06/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Truck drivers:
ZONE 1
GROUP 1....................$ 28.52
GROUP 2....................$ 28.64
GROUP 3....................$ 28.78
GROUP 4....................$ 29.05
GROUP 5....................$ 29.27
GROUP 6....................$ 29.45
GROUP 7....................$ 29.65
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
Fringes
14.62
14.62
14.62
14.62
14.62
14.62
14.62
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 35 of 42
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver -Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self -Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic -Welder -Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi -Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 36 of 42
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
----------------------------------------------------------------
* TEAM0174-001 01/01/2018
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates
Fringes
Truck drivers:
ZONE A:
GROUP
1:...................$
35.63
18.67
GROUP
2:...................$
34.79
18.67
GROUP
3:...................$
31.98
18.67
GROUP
4:...................$
27.01
18.67
GROUP
5:...................$
35.18
18.67
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM
CENTRALIA
EVERETT
SHELTON
SEATTLE
PORT ANGELES
TACOMA
PORT TOWNSEND
TRUCK DRIVERS CLASSIFICATIONS
RAYMOND OLYMPIA
ANACORTES BELLEVUE
MT. VERNON KENT
ABERDEEN BREMERTON
GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 37 of 42
Two and Four -Wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four -wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks -less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully -
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
TEAM0690-004 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 38 of 42
COUNTIES
Rates
Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1....................$
24.32
17.30
GROUP 2....................$
26.86
17.30
GROUP 3....................$
26.97
17.30
GROUP 4....................$
27.30
17.30
GROUP 5....................$
27.41
17.30
GROUP 6....................$
29.57
17.30
GROUP 7....................$
28.11
17.30
GROUP 8....................$
28.43
17.30
AREA 2:
GROUP 1....................$
26.32
17.30
GROUP 2....................$
28.86
17.30
GROUP 3....................$
28.97
17.30
GROUP 4....................$
29.30
17.30
GROUP 5....................$
29.41
17.30
GROUP 6....................$
29.57
17.30
GROUP 7....................$
28.05
17.30
GROUP 8....................$
30.43
17.30
Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber -tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 39 of 42
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi -Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck -Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel -power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 40 of 42
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)) .
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 41 of 42
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 1000 of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 42 of 42
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
I. CALL FORBIDS
CAG-19-001
CITY OF RENTON
Renton Avenue South Resurfacing
CALL FOR BIDS
Sealed bids will be received by the City of Renton, at the City Clerk's Office, located on the 7th floor of
Renton City Hall, until 10:30 AM on Tuesday, February 19, 2019. All supplemental documents, that are
allowed to be submitted after this date and time, shall be delivered to the City Clerk's Office. The bids will
be opened and publicly read at 11:30 AM on Wednesday, February 20, 2019 in room #511, located on
the 5th floor of Renton City Hall. Renton City Hall is located at 1055 South Grady Way, Renton, WA 98057.
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 bxwo.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).
Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance.
The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.
2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A,
Office of the Secretary, Part 21, Nondiscrimination in Federally -Assisted programs of the Department
of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure
that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises
as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation
and will not be discriminated against on the grounds of race, color, national origin, or sex in
consideration for an award.
The improvement for which bids will be received is described below:
Construct the Renton Avenue South Resurfacing Project. The work includes but is not limited to:
excavation; grading; sawcutting; removal of pavement; removal of concrete curb, gutter and sidewalk;
trench excavation and backfill, water main improvements, fire hydrants, water services, a HAWK signal,
street light improvements, planing pavement; forming and placement of concrete curb, gutter, sidewalk
and ADA wheelchair ramps; paving with asphalt; adjustments to utility frames, grates and covers;
installation of street channelization and video detection; property restoration and all other work
necessary to complete the Work as specified and shown in the Contract Provisions.
Jason A. Seth, City Clerk
Published: January 10, 2019 and January 17, 2019
Renton Avenue South Resurfacing Call for Bids
2018
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
II. INFORMATION AND CHECKLIST FOR BIDDERS
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. Wages. This project includes federal funding. The State Prevailing Wages and Federal
Wage Rates in effect at time of Advertisement are provided in Appendix A. 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) business
days preceding the bid opening to allow a written reply to 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 City Hall — Transportation Systems, 1055 S Grady
Way, Renton, WA 98057, Attn: Michelle Faltaous, or
• Submit questions via e-mail: mailto: MFaltaous@Rentonwa.gov. Put "Renton Avenue
South Resurfacing" 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 used 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 Avenue South Resurfacing Information and Checklist for Bidders
Page 1 of 3 2018
9. Bidding Checklist
Each bid must be submitted in a sealed envelope bearing on the outside the name 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 documents are
missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain 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 used; 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. Local Agency Certification for Federal -Aid Contracts.
e. Non -Collusion Declaration —The form included in these Bid Documents must be used; no
substitute will be accepted.
f. Local Agency Subcontractor List - This form is available at
http://wsdot.wa.gov/forms/pdfForms.htm1. Bidder may download, print and complete
the form to include with Bid. The DOT Form, DOT Form Number and revision 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.
g. Underutilized Disadvantaged Business Enterprise Utilization Certification.
h. UDBE Written Confirmation Document.
i. Proposal for Incorporating Recycled Materials into the Project — The form included in
these Bid Documents must be used: no substitute will be accented.
j. Contractor Certification, Wage Law Compliance — Responsibility Criteria, Washington
State Public Works Contracts — This form is available at
http://wsdot.wa.gov/forms/pdfForms.htm1. Bidder may download, complete, print and
sign the form to include with Bid. The DOT Form, DOT Form Number and revision date
Renton Avenue South Resurfacing Information and Checklist for Bidders
Page 2 of 3 2018
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.
k. 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 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.
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 Contract 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. 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 insurance
policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions.
Renton Avenue South Resurfacing Information and Checklist for Bidders
Page 3 of 3 2018
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 4085
It is the policy of the City of Renton to promote and provide equal treatment and service
to all citizens and to ensure equal employment opportunity to all persons without regard
to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non-discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
based on job -related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of
March 1Z011
CITY RENTON
n
Denis Law, Mayor
Attest:
Bonnie I. Walton, City Clerk
RENTON CITY COUNCIL
until Pr sident
JV.
SEAL)Z_*',
2018 Street Patch and Overlay with Curb Ramps
TED4004007
Summary of Fair Practices Policy
2018
CITY OF RENTON
SUI6SARY OFAMEWCANS W= DISABILITIES ACT POLICY
ADOPTED B Y RESOL U17ON NO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines-
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) CGOPEl2ATION _WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and corrm►issions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services, activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY - The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equivable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th
dory of October 1993.
C RENTON
-" '�� (�n
" ,
Mayor
Attest -
City Clerk
RENTON CITY COUNCIL:
ouncil President
2018 Street Patch and Overlay with Curb Ramps
TED4004007
Summary of American Disabilities Act Policy
2018
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
Ill. PROJECT PROPOSAL
Project Name: Renton Avenue South Resurfacing
Federal Aid Number: STP(UL)-1201(023)
City Contract Number: CAG-19-001
Company: P6�1'Qy,, /77-
r
i
Telephone No.: q7, c�J 5 1 �OQQ
Fax No.: of S3 .3s ,
Total Bid Amount: 5?5-
rovided to Builders Exchango of WA, Inc. For usage Conditions Agreement see w,ww:bxwa.cuM - Always Verify Scal
PROPOSAL
• Renton Avenue South Resurfacing
TO THE CITY OF RFNTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and
construction details of the proposed work, has read and thoroughly understands the Contract
Documents governing the work, and the nature of the work, and the method by which
payment will be made for said work. Bidder hereby proposes to undertake and complete the
work detailed in and in accordance with these Contract Documents, for the Total Bid Amount
shown on the attached Schedule of Prices.
The Bidder understands that the quantities mentioned herein are approximate only and are
subject to increase or decrease, and hereby proposes to perform all quantities of work as either
increased or decreased in accordance with the Contract Documents.
As evidence of good fa'th, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the
form of (check one) 4bid bond, or ❑ cashier's check (made payable to the City of Renton), or
❑ postal money order (made payable to the City of Renton), in an amount equal to five percent
(5%) of the Total Bid Amount, is attached hereto.
If a bid bond is signed by an attorney -in -fact, Bidder agrees that 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.
Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after
the opening of bids, as specified in Section 1-03.2 of the Standard Specifications.
Bidder further understands that should Bidder fail to enter into this contract in accordance with
his or Mier Bid and furnish a contract bond within a period of ten (10) days from the date at which
he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be
forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352
Bidder hereby agrees to complete the Physical Work in all respects within 60 working days.
Contract time shall begin on the first working day following the Notice to Proceed date.
Renton Avenue South Resurfacing proposal
2018
Provided to Builders Exchange of WA, Znr�. For usage Conditions Agreement see www.bxwa.cora - Always Verify Scat
ADDENDUM NO. 3
SCHEDULE OF PRICES
Renton Avenue South Resurfacing
0 ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for ali items. all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars
and cents to two 12) 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.
ITEM
NO.
ITEM DESCRIPTION S SPEC,UNIT
QUANTITY
UNIT PRICE*
EMTENSION
SCHEDULE A - ROADWAY RESURFACING
1
Unexpected Site Changes
(1-04,4(1))
CALC
1
510,00000
$10,00000
2
Record Drawings (Minimum Bid $50G)
(1-05,18)
LS
1
s
3
Roadway Surveying
(1 U5,4)
L5
1
/ JWV
/
4
Licensed Surveying
(1-05 4►
FA
1
$2,000.00
5522,000.00
5
�ADA Feature Surveying
(1-05.4)
LS
1
yo
�O�D
6
SPCC Plan
(1-07.15f i))
LS
1
®SAD r7t7
_ S q�
7
Mobilization
(1-09.7)
LS
I
S
PortaNe Changeable Mesa e Sign
(1-10.5)
HR
3,720
r �a
9
Project Temporary Traffic Control
(1-10.5)
LS
1
1
10
Clearing and Grubbing
(2-01.S}
AC
0,21
11
Removal of Structures and Obstructions
(2-02 5)
LS
1
�- d%
All
12
Roadway Excavation, Inc, Haul
(2-03.S)
CY
310
�1 —,57W
13
Gravel Borrow, Incl. Haul
{2-03.5)
TN
i1a�lp"?=
14
Unsuitabie Foundation Excavation, Incl. Haul
(2-03.5)
Cy
10
pGYli s
15
Locate Existing Utilities
(2-09.5)
LS
1
15
Controlled Density Fill
(2-09.5)
CYrio
Renton Avenue South Resurfacing Schedule of Prices
Page 1 of SR 2018
r
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scal
ADDENDUM NO. 3
SCHEDULE OF PRICES
+ Renton Avenue South Resurfacing
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 tota9s shall be corrected to conform thereto.
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE"
EXTENSION
17
Crushed Surfacing Top Course
(4-04.5)
TN
320
012 0�
18
Planing Bituminous Pavement
(5-04.5)
SY
21,000
19
Pavement Repair Excavation, Incl. Haul
(5-04.5)
SY
420
,W
20
HMA Cl. 112° PG 64-22
(5-04.5)
TN
4,050
21
lob Mix Compliance Price Adjustment
(5-04.5)
CA LC
1
$00.00
$0.00
22
Compaction Price Adjustment
(5-04.5)
CALC
1
$0.00
$0.00
23
CPEP StBedding)orm Sewer Pipe, 12 In. Diam. (Intl.
(5.04.5►
LF
90
,dY9
" ,/V ®�
24
Catch Basin, Type 1
(7-05.5)
EA
2
a 6?„9
25
Adjust Manhole
(7-05 5)
EA
2
26
Adjust Catch Basin
(7-05.5(
EA
8
27
Trench Excavation Safety Systems
{7-08.5)
LS
1
G7�
nD
28
Bank Run Gravel for Trench Backfilt
(7-08.5)
TN
60
7 Q�
29
Trench Excavation, Incl. Haul
(7-08.5)
Cy
55
30
Removal of Unsuitable Material (Trench)
(7-09.5)
CY
5
31
Teievision Inspection
(7-12.5)
L5
1
FW
SW
32
Adjust Meter Box
(7-15.5)
EA
3
Renton Avenue South Resurfacing Schedule of Prices
Page 2 of SR 201E
7
Provided to Builders Exchange of WA, inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
ADDENDtTNI NO. 3
SCHEDULE OF PRICES
+ Renton Avenue South Resurfacing
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 betweenthe unit price and the total amount
specified for any item, the unit price shall prevail, and totats shall be corrected to conform thereto.
ITEOM
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE'
EXTENSION
33
Adjust Valve Box
(7-15,S)
EA
3mg
34
Seeding, Fertilizing and Mulching
(8-01,5)
SY
100
35
Erosion/Water Pollution Control
(8-01.5)
LS
1
®�40
36
Topsoil, Type A
(8-02.5)
CY
60
S -��
37
Cement Conc. Traffic Curb and Gutter
(8-04.5)
LF
990
38
Cement Conc. Driveway Entrance
(8-06.5)
SY
40
, �/�
�Tfjep
39
Cement Conc. Driveway Repair
(8-06.5)
SY
10
40
Raised Pavement Marker, Type 1
(8-09.5)
HD
39
41
Raised Pavement Marker, Type 2
(8-09.5)
HD
5
42
Adjust Monument Case and Cover
{8-13 5)
EA
2
43
Cement Conc. Sidewalk
(8-14 5)
SY
215
44
Cement Conc. Curb Ramp
{8-14.5)
EA
9
—77jV
�✓
45
Video Detection
(8-20.5)
LS
1
46
Permanent Signing
(8-21.5)
LS
1
47
Plastic Line
(8-22.5)
LF
660
jV
48
P{asticCrosswalk Line
(8-22.5)
SF
10-1
Fd
ID��
Renton Avenue South Resurfacing Schedule of Prices
Page 3 of 5R 2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www-bxwa.COM - Always verify Scal
ADDENDUM NO. 3
SCHEDULE OF PRICES
Renton Avenue South Resurfacing
r
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for ah 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 (lnduding 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_
ITEM
NO.49
ITEM DESCRIPTION
SECTION
UNIT
QUANTITY
UNIT PRICE"
EXTENSION
Plastic Stop Line
(8-22.S)
Li=
EO
�
50
Plastic Traffic Arrow
(8-22.5)
EA
10
51
Plastic Yield Lane Symbol
(8-22.5)
EA
5
�jAM
L
dj
52
Temporary Pavement Marksng — Short
❑uraticn
(8 z3.5)
L
15,500
y7
53
Landscape Block Wall
(8-24.5)
SF
60
��
Z Q2
"TOTAL BID AMOUNT, SCHEDULE A = J_ �3 - 0 /0�
ITEM
ITEM DESCRIPTION
SECTION UNIT
QUANTITY
UNIT PRICE*
T EXTENSION
SCHEDULE B - WATER SYSTEM IMPROVEMENTS
100
Trench Excavation Safety Systems
(7-09.5)
LS
1
�
/ D
/fib -
101
Bank Run Gravel for Trench Backfill
(7-09.5)
TN
300
�rO�
GY2 D
102
Trench Excavation, Incl. Haul
(7-09 5)
C:Y
40U
103
DI Water Main Plpe, 8 In. Diam.
(7 -C9.5)
LF
L4l)
=
! dGd1�'V,
104
Connection to Existing Water Main
(7-09.5)
EA
2
105
Additional Ductlle Iron Fittings
(7-09.5)
LB
500
106
Gate Valve, 8 In.
(7-12.5}
EA
1
107
Tapping Sleeve and Valve Assembly
(7-12 5(
EA
1
ys
Renton Avenue South Resurfacing Schedule of Prices
Page 4 of SR 2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
ADDENDUM NO. 3
SCHEDULE OF PRICES
Renton Avenue South Resurfacing
Y
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for ali Items. all extensions, and totaS amount of bid shall be shown. Enter unit prices m numerical figures only, in dotlars
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.
I` EOM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT PRICE`
EXTENSION
SECTION
108
Fire Hydrant Assembly
(7-14.5)
EA
3
?
109
Service Connection, 1 In, Diam.
(7-15.5)
1 EA
S
Subtotal Bid Amount, SCHEDULE B = ✓33 14'�'p
Sales Tax of 10% - �✓ c%��
TOTAL BID AMOUNT, SCHEDULE B = ! �� /v
IT EO
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT PRICE'
EXTENSION
SECTION
SCHEDULE C - HAWK SIGNAL
Pedestrian Hydbrid Beacon (Hawk) Signal
200
System, Complete
(g 20.5)
L5
1
/a
GU
23
201
Wireless Interconnect
(8-20.5)
LS
1
�
y ��T lives
"TOTAL BID AMOUNT, SCHEDULE C = `4 7 5
TOTAL BID AMOUNT, SCHEDULES A, B AND C - S(f S o�2`% 7
"NOTE, All applicable sales tax shall he included in the unit and lump sum bid price per section 1.07.2il) and WAC 458-20-171.
Renton Avenue South Resurfacing Schedule of Prices
Page 5 of SR 2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify 5ca1
Local Agency Certification for Federal -Aid Contracts
The prospective participant certifies by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction imposed
by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each failure.
The prospective participant also agrees y submitting his or her bid or proposal
that he or she shall require that the language of this certification be included in
all lower tier subcontracts, which exceed $100,000 and that all such
subrecipients shall certify and disclose accordingly.
SR
DOT Form 272-040A EF
07/2011
Renton Avenue South Resurfacing Local Agency Certification for Federal -Aid Contracts
2018
Failure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
NON -COLLUSION DECLARATION
I, by signing the proposal, hereby declare, under penalty of
perjury under the laws of the United States that the following
statements are true and correct:
That the undersigned person(s), firm, association or corporation has
(have) not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of
free competitive bidding in connection with the project for which this
proposal is submitted.
2. That by signing the signature page of this proposal, I am
deemed to have signed and to have agreed to the provisions
of this declaration.
NOTICE TO ALL BIDDERS
To report rigging activities call:
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll -free
"hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone
with knowledge of possible bid rigging, bidder collusion, or other fraudulent
activities should use the "hotline" to report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate
highway construction contract fraud and abuse and is operated under the
direction of the USDOT Inspector General. All information will be treated
confidentially and caller anonymity will be respected.
SR
DOT Form 272-0361 EF
07/2011
Renton Avenue South Resurfacing Non -Collusion Declaration
2018
tst ayers�r r€arsre
s Local Agency Subcontractor List
LQCai dwC�I1Cy Afl6rE09
Fr+2pa;ed ,r, compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name '
Failure to list subcontractors with whom the Kidder. If awarded the contract, will dire ubcontract for
performance of the work of heating. ventilation and air conditionrna, plumbing. as described in Chapter 18 106
RCW, and electrical, as deSerlbsd in Chapter 19.28 RCW or naming more than one subcontractor to perform
the sarne work will result En your bid being non -responsive and therefore void.
Subcontractor(s) with wham the bidder will directly subcontract that are proposed to perform the work of heating.
ventilation and air coo lioning, plumbing. as described in Chapter 18106 RCW, and electrical as described in Chapter
1�1.28 RCW M1 be listed below. The work to be performed is tote listed below the subcontractor(si name.
To the extent the Pro€ecl includes one or more Cat€gorier- of wgrK retotgr1coo in RCW 39 30.060. and no
�OcQnlmcicr i5 liStQd *Plow to perform such work, the bidder Ceryfms that 1h8 w4rh will either fi) be
performed b the Mettler itself. or llli be performed by a lower tier subcontractor who will not contract directly
with the bidder,
Subcontractor Name
Work to be Performed —
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Perfomned
Subcontractor Name
Work to be Performed
SUbcontractor Name
Work to be Perfurmetl
' Bidders are notified that is the oprrvon of the enforcement agency that PVC or metal condcilt, junctton boxes, etc, are
oonsidered electrical equipment and trtererore considered part oll electrical work, even It the installation es toy future use
and no wing or electrical current Is connected during the priAect.
SR
DOT FomEAEF
R..-_7t� MI2
R.r,risetl GPRi'i17
Renton Avenue south Resurfacing Local agency Subcontractor List
2019
Provided to au-ldera Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.rpm - Always Verify seal
Fffl Washington State -Underutilized D.isadvantaged-Business•
Drapat Transportationlettttcst'E.ntero.rise°Utilization Certification'
To be eligible for Award otthls Contract the Bldder shall fill cut and`submit, as a'supplement to its sealed Bid'Proposal,-an
Underutlllzed D€sadvantaged' Business Enterprise (UDBE) Utilization Cetlificalion. The Contracting Agency shall consider
as':non-responsive and shall reject any Bid Proposal that does not contain a -UDBB Utlilzation Certification which; properly
demonstrates lhatlhe'Bldder will meet the UDBE participation requirements1n.drie of the manners provided for'In;the,
proposed Contract. Referto the Instructions on Page 2 when filling out.thisTorm or the!Bid may:he.rejeaed.'An,
example form has been provided an Page 3. The, successful'Bidder's UDBE.Utllization Certi[Icallon shall'bwdeemed'a
part of th esulting Contract.
Box 1 t to S ��'� certifies that -the UDBE firms listed,helow have been contacted'
regarding parficipaiion on t iis.projecl; f this Bidder is successful on this project'and is awarded the Contract,•it shail-
•assure that subcontracts orsupply agreements are executed with. riamad UDBE& {lf,necessary, use additional sheets,)_,
Box 2:
ColumO
Hama of UDBE
(806146hucVons)
Column 2
Projoct Role.
(Ebe instructio6s)
Column 3
Doscriptinri of Wdrk
(Seeinstructiont)
'
Column d
DollarAm6unt
Siibcontractod
"ta'UDBE-
(See inetruclions)
Column 5
6a1lar4mount','
�to bo Applied
Tawards.Goal"
(Son ins3rricJien3.)-•
Mai R
-
is F
1
llnilerutilized Disadvaritaaed Rusinnss r Ta1a1'UD9E Commitment
l]otlar4rnnunt:
9
f'nte ise Condition of Award Contract Goal 13m 3 eax t7
5 y checking Box s.tho Bidder is stating that their a#temppts to solicit sufficient ll[]l3E participatipn to inert
the OA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with
Section 1-02.9 of -the Contract
gpr Forrh 272-056U
ficevised OV2018
Renton Avenue_ South Resurfacing 'UDBE Utilization'Ceiification:
2018'
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement; see vrwov.bxwa.com - Always Verify Scal
AV
WV R.W. SCOTT CONSTRUCTION CO, General Contractors — RWSCOCx 229MU
4005 WEST VALLEY HIGHWAY NORTH, SUITE A, AUBURN, WASHINGTON 99001 PHONE: (253) 351-0001 FAX: (253) 351-0055
February 27, 2019
City of Renton
Michelle Faltaous
RE: Renton Ave S Resurfacing
Federal Aid #STP(UL)-1201(023)
Dear Michelle:
Our UDBE Subcontractor Amaya Electric will perform the following items of work on the project:
Schedule A Item #45 Video Detection
Schedule C Item #200 Pedestrian Hydbrid Becon (Hawk)
Signal System, Complete
Schedule C Item #201 Wireless Interconnect
If you have any additional questions please feel free to give us a call.
Sincerely,
R. W. Scott
Vice President
$ 22,150.00
$212,400.00
$ 13,200.00
Instructions for Underutilized Disadvantaged Business
Enterprise Utilization Certification Form
Box 1: Name of Bidder (Proposal holder) submitting Bid.
Box 2: Name of the Project.
Column 1 Name of the Underutilized Disadvantaged Business Enterprise (UDBE). UDBE Firms can be found using the
search tools under the Firm Certification section of the Diversity Management and Compliance System web
page htt!m llwsdot diversitycompliance cc Repeat the name of the UDBE for each Project Role that will be
performed.
Column 2: The Project Role that the UDBE will be performing as follows;
• Prim Contractor
• Subcontractor
• Subcontractor (Force Account)
Work sublet as Force Account must be listed separately.
• Manufacturer
• Regular Dealer
• Work sublet to a Regular Dealer must be listed separately.
• Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity,
Washington State Department of Transportation, on each Contract.
• Broker
Work sublet to a Broker must be listed separately.
List each project role to be performed by a single UDBE individually on a separate row(s). The role is used to
determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal
(column 5).
Column 3: Provide a description of the work to be performed by the UDBE. The work to be performed must be consistent
with the Certified Business Description of the UDBE provided at the Diversity Management and Compliance
System web page https Jlwsdot diversitycompliance GO
• A Bidder subletting a portion of a bid item shall state "Partial' and describe the Work that is included.
For example; "Electrical (Partial) —Trenching
• "Mobilization" will not be accepted as a description of Work.
Column 4. List the total amount to be subcontracted to each UDBE for each Project Role they are performing.
Column 5: This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting
the GOA Contract goal. It may be that only a portion of the amount subcontracted to a UDBE in Column 4 is
eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3. The Contracting Agency will utilize
the sum of this column (Box 4) to determine whether or not the bidder has met the goal. In the event of an
arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column
four, See Note 1, Note 2, Note 3, then the mathematics will be corrected and the total (Box 4) will be revised
Note 1: For Work sublet as Force Account the bidder may only claim 50% of the amount subcontracted (Column 4)
towards meeting the goal (Column 5). This information will be used to demonstrate that the UDBE contract
ggcal is met at the time that the bidder submits their bid. For example; amount sublet as force account =
$100,000 (Column 4) equates to ($1001000 X 50%) _ $50;000 (Column 5) to be applied towards the goal.
Note 2: For Work sublet to a Regular Dealer the bidder may only claim 6W. of the cost of the materials or supplies
(Column 4) towards meeting the goal (Column 5). For example; Material cost = $100,000 {Column 4) equates
to ($100,000 X 60%) = $60,000 (Column 5) to be applied towards the goal
Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the
goal {Column 4}. For example; amount sublet to a broker = $100,000 (Column 4) equates to ($100.000 X
reasonable fee %) = $ (Column 5) to be applied towards the goal.
Box 3: Box 3 is the COA Contract goal which is the minimum required UDBE participation. The goal stated in the
Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentage
you must multiply the percentage times the sum total of all bid items as submitted in the Bidder's Proposal to
determine the dollar goal and write it in Box 3. In the event of an error in this box, the Contracting Agency will
revise the amount accordingly.
Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal
amount written in Box 3 or;
Box 5, Check Box 5 if insuf jciant UDBE Participation has been achieved and a good faith effort is required Refer to
the subsection titled, Selection of Successful BidderlGood Faith Efforts (GFE) in the Contract.
See the Disadvantaged Business Enterprise Participation specification in the Contract for more
information.
DOT Form 272-056U
Revised 02r2018
Renton Avenue South Resurfacing
UDBE Utilization Certification
2018
Adw
qw.Washington State Underutilized Disadvantaged Business
Department of Transportathm Enterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, an
Underutilized Disadvantaged Business Enterprise {UDBE} Utilization Certification. The Contracting Agency shall consider
as non -responsive and shall reject any Bid Proposal that does not contain a UDBE Utilization Certification which properly
demonstrates that the Bidder will meet the UDBE pa rt i ci pat i a n requirements in one of the manners provided for in the
proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An
example form has been provided on Page 3. The successful Bidder's UDBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1: A Plus Construction Company certifies that the UDBE firms listed below have been contacted
regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall
assure that subcontracts or supply agreements are executed with named UDBEs. [If necessary, use additional sheets.}
Box 2: US 395, Spokane City Limits to Stevens County Line - Paving and Safety
Column t
Name of UDBE
(See instructions)
Column 2
Project Role
(See instructions)
COluimn 3
Description of Work
(see instructions)
Column 4
Dollar Amount
Subcontracted
to UDBE
(See instructions)
Column 5
Dollar Amount
to be Applied
Towards Goal
(See instructions)
A Plus Construction
Company
Printc
Asphalt and coneTc[c paving, asphalt ntilling. prelevciing
and pavement repair
N/A
90MM0
In the Lint ScrvicM Inc
subcontractor Ozorce
Account)
Cyack seating
20,000
10,ODO
In IIie Line Services, Inc,
subcontractor
Cnridgro4x, joiHi. scat, pavcmcflt markers, temporary
signsge, construction sign installation
200,000
200,000
The
Everything Guys. LLC
ReguIar Dealer
Rental and sales of highway construction and related
uryipmrnt and materials
100,000
60,000
OptimnsPrimc Tmdcing.
htc.
McLulltcads, Inc.
Subcontractor
Manulaclurcr '
hump Trucking
Dowel Bars
50,000
50,o00
75,00D
75,000
Erosion Under Cont-rot
Co.
Broker
E.rosiem crnitrol blAnkets strrm hales Andvvanles, sandbags
15,000
250
Underutilized Disadvantaged Business 356,968.16 Total UDBE Commitment DollarAmount 1.295,250
Enterprise Condition of Award Contract Goal Box 3 Box a
5 MBy checking Box 5 the Bidder is stating that their attempts to solicit sufficient UDBE participation to meet
the OA Contract goal has been unsucoessful and good faith effort will be submitted in accordance with
Section 1-02.9 of the Contract
DOT Form 272-056U
Rensed0212018
Renton Avenue South Resurfacing
UDBE Utilization Certification
2018
Underutilized Disadvantaged Business
�W Washington State Depanms e"t of watnt3p+ortlation Enterprise (UDBE) Written
Confirmation Document
Sm Contract NroWsions: Ul�H�' Uocrurreni Strbrrutta112rrrlrrirvsurruts
Dixacll�urltub��td Jlrrslrrc.rs F;+tf�tl>ri.,e!'urfrciperffr�rl
THIS FORM SHALT.ONTY BE StIBMITTEF) M UDBF; THAT IS LISI'Fl) ON TITS C0\'I'RA( 'OR'S
I. INI ERI I'llI,IAED DISADVAMf.AUEi1) HI iSIl1'I';8% 1•;1\ ITRI'll1SI{ LITI J/.tCl' ON CF'.R-I-iFICAIIUN.
'I'llE C'DN'1AAC I•UIl SI-IALLCOMPLE'l'Ii RLII'I':L PRIU1t'rOSENDIN01'0 I'l-ll'. UD131:.
l'A lt•1' .1 r '1'o be completed by the bidd r
'11te orllrivs beloiv shall be consistent lvillt .vhut is slitmil till llle llidder's Undot-UHliltd DtstldVUnlugc:d BUS-illes's
Enterprise Utilization C'erlificalion. ailtlrc to do soWillresult' t Bid Fe'l loll. r�
Contract Title:I�Jlibrp�/!µ�. /L�INGYI�f'/�ri1
Bidder's Bminess Name:
LILME's Business Name:
Dcscriplion oruDBr's Work;
r,
Dollar Amount to Ile Allplied'Is+ll•ardx 1113131'. Goal: a t/..�7 %SV
DullarAniounttobeSalwolllc•acledtoLll)13h*:
'4phemal Field
PART 11. To he conipleled by the LTiltlerutiliml Disudynntaped Business Enter rt? iyl
As an authorized rcprosentative of ilto Undkmitilized Disadvcuttagcd Business Enterprise. 1 confion Hutt we
lmnve been contacted by the Bidder with regiu•d to the rnlcrenced project for the putllo,te ell' perrnrniing the Work
ciescm•ibrtl abovC. If qtc Bidder is awarded the Contract, we will entor into tut agreenmctlt with Ilic Bidder lu
partic;ipaic ill time pro}ecl Consistent With lire iulollnation pruvitled ill Pall A of tilis AMU.
Nitmc (prinlcd).
Signature:
Title:
Address:
DOT ram 422-031 f}
Revised 0212016
Renton Avenue South Resurfacing
� s •�, rn � i-r,r ,
Ledc'Vr4I'd wa `ON01t,
t1DBE Written Confirmation Document
2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.hxwa.com - Always Verify Scal
+ APWA-WA division 1 Committee rev. 1/812016
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1.695). the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage: Ll/ percent,
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages wfil be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Spacial
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish, Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: C'XS
Signature of Authorized Official:
Date:
Renton Avenue South Resurfacing
Proposal for Incorporating Recycled Materials into the Project
zoos
Provided to aul.1ders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
frWash'segtcn State
o Depairtmem a!'Transporta#ton
Contractor Certification
Waga Law Compliance - Responsibility Criteria
Washington State Public Works Contracts.
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
hereby certify, under penalty of perjury under the laws of the State:of Washington, an behalf of the;.firm
identified below that, to the best of my knowledge and belief, this firm;.has N.Qj'C een determined by,"a final,
and binding citation and notice of assessment issued by the Washington, State Department of Labor and
Industries or through a civil judgment entered by a court: oflimited or general jurisdiotion to have willfully
violated, as defined in RCW 49,48.082, any -provision of RCW chapters 49.46, 49.48, or 49.52 within three
(3) years prior to the date of the Call for Bids.
Bidder Name: W e
Name of Contr r/Bidder- Print full legal entity name of firm '
Signature za,—Orrlf
fzed person Print Name of person making certifications for firm
Title: 1 � Place: �J. vfchurrl �.CJ ;
Tlie of person signing certificate Print city and state whore •signed
Date: !/
f
Form 272-009 ,
OEV2017
Renton Avenue South Resurfacing Contractor Certification, Wage Law Compliance — Respongibllity Criteria,
Washington State, Public Works Contracts
2019
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wsvw:bxwa. cam - Always Verify Scal'I
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.
4
Date of Receipt
NOTE: A Proposal maybe considered irregular and may be rejected if the receipt of Addenda is not acknowledged,
The bidder is hereby advised tha signature of this proposal he/she is deemed to have
acknowledged all requirement signed all certificates contained herein.
rz-
[Signature of Authorized Official] " [Business Name]
f Printed Name] [Address Line 11 `e 4,
fTitlel [Address Line 21
[Date] [Telephone Number]
*NOTE: Evidence a the s gnatory's authority to sign the Proposal on behalf of the business entity shall be
submitted with the aid. Otherwi c ^ the submitted Did will be considered irregular and non-resi7vosive
and the old 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. =orporationpartnership, etc.):
State of Incorporation, or State where business entity was formed:
WA
Renton Avenue South Resurfacing
Proposal -- Signature Page
2018
Provided to Bu_,lders Exchangz of WA, rrrc. For usage Conditions Agreement see www.6xwa,com - Always Verify Scal
WA State Contractor's Registration # C� a :a ya, ,e�e,tscoc �a�
UBI # 2
Industrial Insurance Account # Sri q d q a
Employment Security Department # :907%,!;7'
State Excise Tax Registration # ��� a :� 7 a,%
DUNS # NSA
The Surety Company which will furnish the required Contract Bond is
b7"C-grm
�
[Surety] (Address Line 11
[Telephone Number] [Address Line 21
Renton Avenbe South Resurfacing Proposal— Signature Page
2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.cpm - Always Verify Scal
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] R.W. Scott Construction Co.
of [address] 4005 West Valley Highway North, Suite A, Auburn, WA 98001 as Principal, and
[Surety] Fidelity and Deposit Company of Maryland a corporation organized and existing
under the laws of the State of ___.. _Maryland 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 Avenue South Resurfacing
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 5th day of _ February 2019
Renton Avenue South Resurfacing Proposal Bid Bond to the City of Renton
2028
T. t:Avd r�_: 511-1d-.rs 'xrTiartyt _ FAA, J-jr�. Fnr uraye i'oiiditicrns :lgraetnztjt see www.t=xwA.com - ?llrrave Ve3: y
PRINCIPAL
SURETY
R.W. Scott Construction Co. Fidelity and Deposit Company of Maryland
[Prfncip:!l - [SuKty] -
By: By
o�;';
[Signs re f Aut orized Official Ngnat re of Authorized Official]
� Scoff
[Printed Name] -
b
[Titfe]
/I
fDatej
Name and address of local office of
Agent and/or Surety Company:
Holli Albers
[Printed Name] -- - -
Attomey-In-Fact
ITitle]
February 5, 2019
[Date[
Propel Insurance
1201 Pacific Ave, Ste 1000, Tacoma
Tacoma, WA 98402
Telephone: 253-759-2200
Surety WAOIC 4 442
Surety NAIC ti
Renton Avenue South Resurfacing
39306
Proposal Bid Bond to the City of Renton
2018
i.J'--d '.,, Uu_tet�r�; J'xcl-.an., - w;,, rj,-. Fnr usirie Conditions Agreement see w.iwA-xWa.con - Always Verify Sc,11
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
DAVID MCVICKER, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Karen C. SWANSON, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON, Brent
E. HEILESEN, Annelies M. RICHIE, Kyle Joseph HOWAT, Heather L. ALLEN and Peter J. COMFORT, all of Tacoma,
Washington, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and
as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at. its office in Owings Mills, Maryland., and the
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of January, A.D. 20I9.
ATTEST:
BF
4ssihAt Secrelary
Dawn E. Brown
- t,
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Vice President.
David McVicker
State of Maryland
County of Baltimore
On this 3rd day of January, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, DAVID
MCVICKER, Vice President, and DAWN E. BROWN, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA-F 180-28498
try
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AML•RICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in frill force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998,
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May. 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the l Oth day of May, 1990.
RESOLVED: "'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
INXESTIMONY WHEREOF, I have her unto subscribed my name and affixed the corporate seals of the said Companies.
this day of Ff W#XL4 20.
EAL
��a suy ros
RA y a.¢�l^ 5089 ;J�{7
Brian M. Hodges, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED
INFORMATION TO:
Zurich American Insurance Co.
Attn: Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
IV. AGREEMENT FORMS
"15 AGREEMENT
CONTRACT NO. CAG-19-001
THIS AGREEMENT, made and entered into this G71 day of ,
ww by and between the CITY OF RENTON, a municipal core ration of the State of Washington,
hereinafter referred to as "City" and •�} U l rcvS -
hereinafter referred to as "Contractor."
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:
Renton Avenue South Resurfacing in accordance with and as described in the attached plans
and specifications, and the 2018 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.
law
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
+�w 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 specifications
+rr 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 this contract
�r.
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.
fin
wr
Renton Avenue South Resurfacing Agreement
2018
ar
4. It is further provided that no liability shall attach to the City by reason of entering into this sr
contract, except as provided herein.
S
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.
S
6. This contract is executed in two (2) identical counterparts, by the parties, each of which shall
for all purposes be deemed and original.
oil
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.
S
CONTRACTOR CITY OF RENT N
eli
[Signdfure of Authorized Official] * Denis La% , or
45/(-ci‘../v74
[Title] T
I1
/ � ``aa�unirrrN
[Business Name] Jason eth, City Cler �� � ''�, 4,
ata
-/2e//
yr
[Date] ,,
(p �iiI \\` 0.
/,,,�QRA IEDStP\\•`‘`\
*NOTE: Evidence 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
le- / iri✓S7 Transportation Systems Division
ADD Sr /-si L22/Ay /7'z' 'V Renton City Hall—5th Floor
SO
A I ki W/4 ei?09/ 1055 South Grady Way
Renton,WA 98057 Sri
+
Renton Avenue South Resurfacing Agreement
2018
rl
% CD
CONTRACT BOND TO THE CITY OF RENTON
Bond No. 9311011
KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] R.W. Scott Construction Co.
of [address]4005 West Valley Highway North, Suite A, Renton,WA 98001 as Principal, and
[Surety] Fidelity and Deposit Company of Maryland a corporation organized and existing
under the laws of the State of Illinois 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$1,585,247.60 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-19-001 providing for construction of the
Renton Avenue South Resurfacing;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 Avenue South Resurfacing Contract Bond to the City of Renton
2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
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
R.W. Scott Construction o. Fidelity and Deposit Company of Maryland
[Principal] [Surety]
dAl-A-112
[SignatureAuthorized Official] [Sign ture of Authorized Official]c 1
Holli Albers
[Printed Name] [Printed Name]
Attorney-In-Fact
[Title] / [Title]
3/ 2 h March 13, 2019
[Date] [Date]
Name and address of local office of Propel Insurance
Agent and/or Surety Company:
1201 Pacific Avenue, Suite 1000
Tacoma, WA 98402
Telephone: (253) 759-2200
Renton Avenue South Resurfacing Contract Bond to the City of Renton
2018
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,
and appoint Karen C. SWANSON, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON, Brent E.
HEILESEN,Annelies M. RICHIE, Kyle Joseph HOWAT, and Heather L.ALLEN,all of Tacoma,Washington,EACH,its true
and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and
all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of
the By-Laws of said Companies,and is now in force.
IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
+�F'IDELITY AND DEPOSIT COMPANY OF MARYLAND,this 26th day of February,A.D.2019.
}` 1 •
I,sa\,tt (MAL
i'k -
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D.Murray
Vice President
)CZtit'iL r()' L Z94(K-
By: Dawn E.Brown
Secretary
State of Maryland
County of Baltimore
On this 26th day of February, A.D.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D.
Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who
executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of
the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written.
/ i4,.
Constance A.Dunn,Notary Public
My Commission Expires:July 9,2019
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies,
recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY
AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing
Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-
Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice-President,Secretary,or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a
certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 13th day of March 2019
W(4,, "fr.,tt48,N
��� s � is, SEAL
lace w
By: Brian M.Hodges
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg,IL 60196-1056
www.reportsfclaims@zurichna.com
800-626-4577
'3 AGREEMENT
CONTRACT NO. CAG-19-001
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:
Renton Avenue South Resurfacing in accordance with and as described in the attached plans
and specifications, and the 2018 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 specifications
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 this 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 Avenue South Resurfacing Agreement
2018
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
[Signature of Authorized Official] *
[Title]
Denis Law, Mayor
CITY OF RENTON
[Business Name] Jason Seth, City Clerk
[Date]
ATTEST
*NOTE: Evidence 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
Transportation Systems Division
Renton Citv Hall — 51h Floor
1055 South Grady Way
Renton, WA 98057
Renton Avenue South Resurfacing Agreement
2018
'3 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-19-001 providing for construction of the
Renton Avenue South Resurfacing; 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 Avenue South Resurfacing Contract Bond to the City of Renton
2018
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]
[Signature of Authorized Official]
[Printed Name]
[Title]
[Date]
Name and address of local office of
Agent and/or Surety Company:
[Surety]
[Signature of Authorized Official]
[Printed Name]
[Title]
[Date]
Telephone:
Renton Avenue South Resurfacing
Contract Bond to the City of Renton
2018
(D
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 Avenue South Resurfacing Fair Practices and Non -Discrimination Declaration
2018
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL -AID CONSTRUCTION
CONTRACTS
REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS
FHWA-1273 -- Revised May 1, 2012
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VI 1. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution Control Act
X. Compliance with Governmentwide Suspension and Debarment Requirements
XI. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development Highway System or
Appalachian Local Access Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each construction contract funded
under Title 23 (excluding emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each subcontract and further require its
inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other
agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are incorporated by reference for work done
under any purchase order, rental agreement or agreement for other services. The prime
contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or
service provider.
Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts
and in lower tier subcontracts (excluding subcontracts for design services, purchase orders,
rental agreements and other agreements for supplies or services). The design -builder shall be
responsible for compliance by any subcontractor, lower -tier subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal
documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in
all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or services related to a construction contract).
2. Subject to the applicability criteria noted in the following sections, these contract provisions
shall apply to all work performed on the contract by the contractor's own organization and with
the assistance of workers under the contractor's immediate superintendence and to all work
performed on the contract by piecework, station work, or by subcontract.
3. A breach of any of the stipulations contained in these Required Contract Provisions may be
sufficient grounds for withholding of progress payments, withholding of final payment,
termination of the contract, suspension / debarment or any other action determined to be
appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the contractor shall not use
convict labor for any purpose within the limits of a construction project on a Federal -aid highway
unless it is labor performed by convicts who are on parole, supervised release, or probation.
The term Federal -aid highway does not include roadways functionally classified as local roads
or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid
construction contracts and to all related construction subcontracts of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or
architectural service contracts.
In addition, the contractor and all subcontractors must comply with the following policies:
Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as
amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts
200, 230, and 633.
The contractor and all subcontractors must comply with: the requirements of the Equal
Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41
CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to determine compliance with
Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA have the authority and the
responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of
1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and
related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to
conform to the U.S. Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to
discriminate and to take affirmative action to assure equal opportunity as set forth under laws,
executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60
and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed
herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under this contract. The provisions of the
Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35
and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this
contract, the contractor agrees to comply with the following minimum specific requirement
activities of EEO:
a. The contractor will work with the contracting agency and the Federal Government to ensure
that it has made every good faith effort to provide equal opportunity with respect to all of its
terms and conditions of employment and in their review of activities under the contract.
b. The contractor will accept as its operating policy the following statement:
"It is the policy of this Company to assure that applicants are employed, and that employees
are treated during employment, without regard to their race, religion, sex, color, national origin,
age or disability. Such action shall include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or
on-the-job training."
2. EEO Officer: The contractor will designate and make known to the contracting officers an
EEO Officer who will have the responsibility for and must be capable of effectively administering
and promoting an active EEO program and who must be assigned adequate authority and
responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire,
supervise, promote, and discharge employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant of, and will implement, the
contractor's EEO policy and contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before
the start of work and then not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be reviewed and explained. The meetings
will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination
by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty
days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the
EEO Officer in the contractor's procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily
accessible to employees, applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to
the attention of employees by means of meetings, employee handbooks, or other appropriate
means.
4. Recruitment: When advertising for employees, the contractor will include in all
advertisements for employees the notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large circulation among minorities and
women in the area from which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic
and direct recruitment through public and private employee referral sources likely to yield
qualified minorities and women. To meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such identified sources procedures
whereby minority and women applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring
hall referrals, the contractor is expected to observe the provisions of that agreement to the
extent that the system meets the contractor's compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such implementation violates Federal
nondiscrimination provisions.
c. The contractor will encourage its present employees to refer minorities and women as
applicants for employment. Information and procedures with regard to referring such applicants
will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be established
and administered, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion,
sex, national origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classification
to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the discrimination may extend
beyond the actions reviewed, such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to the
contractor in connection with its obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and
women who are applicants for employment or current employees. Such efforts should be aimed
at developing full journey level status employees in the type of trade or job classification
involved.
b. Consistent with the contractor's work force requirements and as permissible under Federal
and State regulations, the contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the geographical area of contract
performance. In the event a special provision for training is provided under this contract, this
subparagraph will be superseded as indicated in the special provision. The contracting agency
may reserve training positions for persons who receive welfare assistance in accordance with
23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of employees
who are minorities and women and will encourage eligible employees to apply for such training
and promotion.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the
contractor will use good faith efforts to obtain the cooperation of such unions to increase
opportunities for minorities and women. Actions by the contractor, either directly or through a
contractor's association acting as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint
training programs aimed toward qualifying more minorities and women for membership in the
unions and increasing the skills of minorities and women so that they may qualify for higher
paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union
agreement to the end that such union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices and policies of the labor
union except that to the extent such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to the contractor, the contractor
shall so certify to the contracting agency and shall set forth what efforts have been made to
obtain such information.
d. In the event the union is unable to provide the contractor with a reasonable flow of referrals
within the time limit set forth in the collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies without regard to race, color,
religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or
qualifiable minorities and women. The failure of a union to provide sufficient referrals (even
though it is obligated to provide exclusive referrals under the terms of a collective bargaining
agreement) does not relieve the contractor from the requirements of this paragraph. In the
event the union referral practice prevents the contractor from meeting the obligations pursuant
to Executive Order 11246, as amended, and these special provisions, such contractor shall
immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants / Employees with Disabilities: The
contractor must be familiar with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there under. Employers must provide
reasonable accommodation in all employment activities unless to do so would cause an undue
hardship.
9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age
or disability in the selection and retention of subcontractors, including procurement of materials
and leases of equipment. The contractor shall take all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their
EEO obligations under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their
EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE
program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the contracting
agency deems appropriate.
11. Records and Reports: The contractor shall keep such records as necessary to document
compliance with the EEO requirements. Such records shall be retained for a period of three
years following the date of the final payment to the contractor for all contract work and shall be
available at reasonable times and places for inspection by authorized representatives of the
contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and non -minority group members and women
employed in each work classification on the project;
(2) The progress and efforts being made in cooperation with unions, when applicable, to
increase employment opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring, training, qualifying, and
upgrading minorities and women;
b. The contractors and subcontractors will submit an annual report to the contracting agency
each July for the duration of the project, indicating the number of minority, women, and non -
minority group employees currently engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA-1391. The staffing data should
represent the project work force on board in all or any part of the last payroll period preceding
the end of July. If on-the-job training is being required by special provision, the contractor will
be required to collect and report training data. The employment data should reflect the work
force on board during all or any part of the last payroll period preceding the end of July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction contracts and to all related
construction subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees are provided in such a manner
that segregation on the basis of race, color, religion, sex, or national origin cannot result. The
contractor may neither require such segregated use by written or oral policies nor tolerate such
use by employee custom. The contractor's obligation extends further to ensure that its
employees are not assigned to perform their services at any location, under the contractor's
control, where the facilities are segregated. The term "facilities" includes waiting rooms, work
areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms,
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing provided for employees. The contractor shall provide
separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy
between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all
related subcontracts and lower -tier subcontracts (regardless of subcontract size). The
requirements apply to all projects located within the right-of-way of a roadway that is functionally
classified as Federal -aid highway. This excludes roadways functionally classified as local roads
or rural minor collectors, which are exempt. Contracting agencies may elect to apply these
requirements to other projects.
The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5
"Contract provisions and related matters" with minor revisions to conform to the FHWA-1273
format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site of the work, will be paid
unconditionally and not less often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are permitted by regulations issued
by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages
and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at
rates not less than those contained in the wage determination of the Secretary of Labor which is
attached hereto and made a part hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also,
regular contributions made or costs incurred for more than a weekly period (but not less often
than quarterly) under plans, funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such laborers and
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time
actually worked therein: Provided, That the employer's payroll records accurately set forth the
time spent in each classification in which work is performed. The wage determination (including
any additional classification and wage rates conformed under paragraph 1.b. of this section) and
the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and accessible place where it can be easily
seen by the workers.
b. (1) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when
the following criteria have been met:
(i) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(ii) The classification is utilized in the area by the construction industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the Administrator of the Wage and
Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington,
DC 20210. The Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-day period that additional
time is necessary.
(3) In the event the contractor, the laborers or mechanics to be employed in the classification
or their representatives, and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the contracting officer or will notify the
contracting officer within the 30-day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs 1.b.(2) or 1.15.(3) of this section, shall be paid to all workers performing work in the
classification under this contract from the first day on which work is performed in the
classification.
c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or other third person, the contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided,
That the Secretary of Labor has found, upon the written request of the contractor, that the
applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the meeting of obligations
under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written request of an authorized
representative of the Department of Labor, withhold or cause to be withheld from the contractor
under this contract, or any other Federal contract with the same prime contractor, or any other
federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held
by the same prime contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including apprentices, trainees, and
helpers, employed by the contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic, including any apprentice,
trainee, or helper, employed or working on the site of the work, all or part of the wages required
by the contract, the contracting agency may, after written notice to the contractor, take such
action as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds until such violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by the contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act),
daily and weekly number of hours worked, deductions made and actual wages paid. Whenever
the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or
mechanic include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall
maintain records which show that the commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
b. (1) The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be maintained under 29 CFR
5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to include an individually identifying
number for each employee ( e.g. , the last four digits of the employee's social security number).
The required weekly payroll information may be submitted in any form desired. Optional Form
WH-347 is available for this purpose from the Wage and Hour Division Web site at
http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is
responsible for the submission of copies of payrolls by all subcontractors. Contractors and
subcontractors shall maintain the full social security number and current address of each
covered worker, and shall provide them upon request to the contracting agency for transmission
to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for
purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a
violation of this section for a prime contractor to require a subcontractor to provide addresses
and social security numbers to the prime contractor for its own records, without weekly
submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the
contractor or subcontractor or his or her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the information required to be provided
under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being
maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is
correct and complete;
(ii) That each laborer or mechanic (including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned, other than permissible deductions as
set forth in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this
section available for inspection, copying, or transcription by authorized representatives of the
contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit
such representatives to interview employees during working hours on the job. If the contractor
or subcontractor fails to submit the required records or to make them available, the FHWA may,
`[1
after written notice to the contractor, the contracting agency or the State DOT, take such action
as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined rate for the work they
performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her
first 90 days of probationary employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been certified by the Office of
Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency
(where appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall
not be greater than the ratio permitted to the contractor as to the entire work force under the
registered program. Any worker listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less than the applicable
wage rate on the wage determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of the ratio permitted under
the registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. Where a contractor is performing construction on
a project in a locality other than that in which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for
the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the apprenticeship program
does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable classification. If the Administrator determines
that a different practice prevails for the applicable apprentice classification, fringes shall be paid
in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed until an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and
im
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration.
The ratio of trainees to journeymen on the job site shall not be greater than permitted under the
plan approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified
in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with
the provisions of the trainee program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the wage determination unless
the Administrator of the Wage and Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage rate on the wage determination
which provides for less than full fringe benefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed.
In the event the Employment and Training Administration withdraws approval of a training
program, the contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill training programs which have
been certified by the Secretary of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the requirements of paragraph 4 of this
Section IV. The straight time hourly wage rates for apprentices and trainees under such
programs will be established by the particular programs. The ratio of apprentices and trainees to
journeymen shall not be greater than permitted by the terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR part 3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any
subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor
as provided in 29 CFR 5.12.
`r►:
8. Compliance with Davis -Bacon and Related Act requirements. All rulings and
interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are
herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract.
Such disputes shall be resolved in accordance with the procedures of the Department of Labor
set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes
between the contractor (or any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal -aid construction contract in an amount in excess of
$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR
5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include
watchmen and guards.
1. Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate of
pay for all hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual
13
was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting
agency shall upon its own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable on account of
work performed by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor,
such sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraph (1.) through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (1.) through (4.) of this section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction contracts on the National Highway
System.
1. The contractor shall perform with its own organization contract work amounting to not less
than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by the contracting agency.
Specialty items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the amount
of work required to be performed by the contractor's own organization (23 CFR 635.116).
a. The term "perform work with its own organization" refers to workers employed or leased by
the prime contractor, and equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of a subcontractor or lower tier
subcontractor, agents of the prime contractor, or any other assignees. The term may include
payments for the costs of hiring leased employees from an employee leasing firm meeting all
relevant Federal and State regulatory requirements. Leased employees may only be included
in this term if the prime contractor meets all of the following conditions:
(1) the prime contractor maintains control over the supervision of the day-to-day activities of
the leased employees;
(2) the prime contractor remains responsible for the quality of the work of the leased
employees;
(3) the prime contractor retains all power to accept or exclude individual employees from
work on the project; and
14
(4) the prime contractor remains ultimately responsible for the payment of predetermined
minimum wages, the submission of payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid or propose on the contract as a whole and in
general are to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is
computed includes the cost of material and manufactured products which are to be purchased
or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by
the firm, has full authority to direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations (regardless of who performs the
work) and (b) such other of its own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is necessary to assure the
performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the
written consent of the contracting officer, or authorized representative, and such consent when
given shall not be construed to relieve the contractor of any responsibility for the fulfillment of
the contract. Written consent will be given only after the contracting agency has assured that
each subcontract is evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build
contracts; however, contracting agencies may establish their own self -performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
1. In the performance of this contract the contractor shall comply with all applicable Federal,
State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment and take any other needed
actions as it determines, or as the contracting officer may determine, to be reasonably
necessary to protect the life and health of employees on the job and the safety of the public and
to protect property in connection with the performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the
contractor enters into pursuant to this contract, that the contractor and any subcontractor shall
not permit any employee, in performance of the contract, to work in surroundings or under
conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as
determined under construction safety and health standards (29 CFR 1926) promulgated by the
Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety
Standards Act (40 U.S.C. 3704).
`N7
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or
authorized representative thereof, shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construction safety and health
standards and to carry out the duties of the Secretary under Section 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
In order to assure high quality and durable construction in conformity with approved plans and
specifications and a high degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential
that all persons concerned with the project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any
facts related to the project is a violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each
Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to
all persons concerned with the project:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United States, or of any State or
Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the character, quality, quantity, or cost
of the material used or to be used, or the quantity or quality of the work performed or to be
performed, or the cost thereof in connection with the submission of plans, maps, specifications,
contracts, or costs of construction on any highway or related project submitted for approval to
the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim
with respect to the character, quality, quantity, or cost of any work performed or to be
performed, or materials furnished or to be furnished, in connection with the construction of any
highway or related project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in
any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads
Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than 5 years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION
CONTROL ACT
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts.
`ry
By submission of this bid/proposal or the execution of this contract, or subcontract, as
appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the performance of this contract is not prohibited
from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306
of the Clean Air Act.
2. That the contractor agrees to include or cause to be included the requirements of paragraph
(1) of this Section X in every subcontract, and further agrees to take such action as the
contracting agency may direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
This provision is applicable to all Federal -aid construction contracts, design -build contracts,
subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts
or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000
or more — as defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier participant is providing the
certification set out below.
b. The inability of a person to provide the certification set out below will not necessarily result
in denial of participation in this covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective first tier participant to
furnish a certification or an explanation shall disqualify such a person from participation in this
transaction.
c. The certification in this clause is a material representation of fact upon which reliance was
placed when the contracting agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government, the contracting agency may
terminate this transaction for cause of default.
d. The prospective first tier participant shall provide immediate written notice to the
contracting agency to whom this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction
between a grantee or subgrantee of Federal funds and a participant (such as the prime or
17
general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a
First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the
participant who has entered into a covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant
who has entered into a covered transaction with a First Tier Participant or other Lower Tier
Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency entering into this transaction.
g. The prospective first tier participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or
contracting agency, entering into this covered transaction, without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
h. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https://www.epls.gov/), which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require the establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of the prospective participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department
or agency may terminate this transaction for cause or default.
2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion
— First Tier Participants:
a. The prospective first tier participant certifies to the best of its knowledge and belief, that it
and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in covered transactions by any Federal department or
agency;
`t-]
(2) Have not within a three-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction
or contract under a public transaction; violation of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph
(a)(2) of this certification; and
(4) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior
FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier is providing the
certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department, or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person
to which this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. You may contact the person to which this proposal is submitted for
assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to
any covered transaction between a grantee or subgrantee of Federal funds and a participant
(such as the prime or general contract). "Lower Tier Covered Transactions" refers to any
covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a covered transaction with a grantee
or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
19
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https://www.epls.gov/), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system
of records in order to render in good faith the certification required by this clause. The
knowledge and information of participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph a of these instructions, if a participant in
a covered transaction knowingly enters into a lower tier covered transaction with a person who
is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction,
in addition to other remedies available to the Federal Government, the department or agency
with which this transaction originated may pursue available remedies, including suspension
and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --
Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participating in covered transactions by any Federal department or
agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal.
20
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts which exceed $100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its bid or proposal that the participant
shall require that the language of this certification be included in all lower tier subcontracts,
which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
`I
ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN
DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD
CONTRACTS
This provision is applicable to all Federal -aid projects funded under the Appalachian Regional
Development Act of 1965.
1. During the performance of this contract, the contractor undertaking to do work which is, or
reasonably may be, done as on -site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL wherein the contract work is
situated, or the subregion, or the Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in the area are not available.
b. For the reasonable needs of the contractor to employ supervisory or specially experienced
personnel necessary to assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to present or former employees as
the result of a lawful collective bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1 c) shall not exceed 20 percent of the total number
of employees employed by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State Employment Service indicating (a) the
classifications of the laborers, mechanics and other employees required to perform the contract
work, (b) the number of employees required in each classification, (c) the date on which the
participant estimates such employees will be required, and (d) any other pertinent information
required by the State Employment Service to complete the job order form. The job order may
be placed with the State Employment Service in writing or by telephone. If during the course of
the contract work, the information submitted by the contractor in the original job order is
substantially modified, the participant shall promptly notify the State Employment Service.
3. The contractor shall give full consideration to all qualified job applicants referred to him by
the State Employment Service. The contractor is not required to grant employment to any job
applicants who, in his opinion, are not qualified to perform the classification of work required.
4. If, within one week following the placing of a job order by the contractor with the State
Employment Service, the State Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number requested, the State Employment Service
will forward a certificate to the contractor indicating the unavailability of applicants. Such
certificate shall be made a part of the contractor's permanent project records. Upon receipt of
this certificate, the contractor may employ persons who do not normally reside in the labor area
to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c)
above.
5.The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual
preference for the use of mineral resource materials native to the Appalachian region.
6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in
every subcontract for work which is, or reasonably may be, done as on -site work.
AMENDMENT
REQUIRED CONTRACT PROVISIONS
(Exclusive of Appalachian Contracts)
FEDERAL -AID CONSTRUCTION CONTRACTS
The Federal —Aid provisions are supplemented with the following:
XII. Cargo Preference Act
1. U.S. Department of Transportation Federal Highway Administration memorandum dated
December 11, 2015 requires that all federal -aid highway programs awarded after February
15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7
(a)-(b).
Amendment to Form FHWA 1273
Revised January 25, 2016
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
VI. CONTRACT SPECIFICATIONS
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
1. AMENDMENTS TO THE STANDARD SPECIFICATIONS
1►
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
INTRO.AP1
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the
2018 Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract
and supersede any conflicting provisions of the Standard Specifications. For informational
purposes, the date following each Amendment title indicates the implementation date of the
Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
1-01.AP1
Section 1-01, Definitions and Terms
August 6, 2018
1-01.3 Definitions
The following new term and definition is inserted before the definition for "Shoulder":
Sensitive Area — Natural features, which may be previously altered by human activity,
that are present on or adjacent to the project location and protected, managed, or
regulated by local, tribal, state, or federal agencies.
The following new term and definition is inserted after the definition for "Working Drawings":
WSDOT Form — Forms developed and maintained by WSDOT that are required or
available for use on a project. These forms can be downloaded from the forms
catalogue at:
http://wsdot.wa.gov/forms/pdfForms. html
1-02.AP1
Section 1-02, Bid Procedures and Conditions
October 30, 2018
1-02.4(1) General
This section is supplemented with the following:
Prospective Bidders are advised that the Contracting Agency may include a partially
completed Washington State Department of Ecology (Ecology) Transfer of Coverage
(Ecology Form ECY 020-87a) for the Construction Stormwater General Permit
(CSWGP) as part of the Bid Documents. When the Contracting Agency requires the
transfer of coverage of the CSWGP to the Contractor, an informational copy of the
Transfer of Coverage and the associated CSWGP will be included in the appendices.
As a condition of Section 1-03.3, the Contractor is required to complete sections I, III,
and VIII of the Transfer of Coverage and return the form to the Contracting Agency.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 The Contracting Agency is responsible for compliance with the CSWGP until the end of
2 day that the Contract is executed. Beginning on the day after the Contract is executed,
3 the Contractor shall assume complete legal responsibility for compliance with the
4 CSWGP and full implementation of all conditions of the CSWGP as they apply to the
5 Contract Work.
6
7 1-02.5 Proposal Forms
8 The first sentence of the first paragraph is revised to read:
9
10 At the request of a Bidder, the Contracting Agency will provide a physical Proposal
11 Form for any project on which the Bidder is eligible to Bid.
12
13 1-02.6 Preparation of Proposal
14 Item number 1 of the second paragraph is revised to read:
15
16 1. A unit price for each item (omitting digits more than two places to the right of the
17 decimal point),
18
19 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read
20 "WSDOT Form 422-031 U".
21
22 The following new paragraph is inserted before the last paragraph:
23
24 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
25 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of
26 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
27 Contractor Certification of Wage Law Compliance form is included in the Proposal
28 Forms.
29
30
31 1-03.AP1
32 Section 1-03, Award and Execution of Contract
33 January 2, 2018
34 1-03.3 Execution of Contract
35 The first paragraph is revised to read:
36
37 Within 20 calendar days after the Award date, the successful Bidder shall return the
38 signed Contracting Agency -prepared Contract, an insurance certification as required by
39 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer
40 of Coverage form for the Construction Stormwater General Permit with sections I, III,
41 and VIII completed when provided, and shall be registered as a contractor in the state of
42 Washington.
43
44 1-03.5 Failure to Execute Contract
45 The first sentence is revised to read:
a:
47 Failure to return the insurance certification and bond with the signed Contract as
48 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's
49 Business Enterprise information if required in the Contract, or failure or refusal to sign
50 the Contract, or failure to register as a contractor in the state of Washington, or failure to
51 return the completed Transfer of Coverage for the Construction Stormwater General
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Permit to the Contracting Agency when provided shall result in forfeiture of the proposal
bond or deposit of this Bidder.
1-05.AP1
Section 1-05, Control of Work
August 6, 2018
1-05.5 Vacant
This section, including title, is revised to read:
1-05.5 Tolerances
Geometrical tolerances shall be measured from the points, lines, and surfaces defined
in Contract documents.
A plus (+) tolerance increases the amount or dimension to which it applies, or raises a
deviation from level. A minus (-) tolerance decreases the amount or dimension to which
it applies, or lowers a deviation from level. Where only one signed tolerance is specified
(+ or -), there is no specified tolerance in the opposing direction.
Tolerances shall not be cumulative. The most restrictive tolerance shall control.
Tolerances shall not extend the Work beyond the Right of Way or other legal
boundaries identified in the Contract documents. If application of tolerances causes the
extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall
be reduced for that specific instance.
Tolerances shall not violate other Contract requirements. If application of tolerances
causes the Work to violate other Contract requirements, the tolerance shall be reduced
for that specific instance. If application of tolerances causes conflicts with other
components or aspects of the Work, the tolerance shall be reduced for that specific
instance.
1-05.9 Equipment
The following new paragraph is inserted before the first paragraph:
Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose
dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and
undercarriage. The Engineer will reject equipment from the site until it returns clean.
This section is supplemented with the following:
Upon completion of the Work, the Contractor shall completely remove all loose dirt and
vegetative debris from equipment before removing it from the job site.
1-06.AP1
Section 1-06, Control of Material
January 7, 2019
1-06.1(3) Aggregate Source Approval (ASA) Database
This section is supplemented with the following:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 Regardless of status of the source, whether listed or not listed in the ASA database the
2 source owner may be asked to provide testing results for toxicity in accordance with
3 Section 9-03.21(1).
4
5 1-06.2(2)D Quality Level Analysis
6 This section is supplemented with the following new subsection:
7
8 1-06.2(2)D5 Quality Level Calculation — HMA Compaction
9 The procedures for determining the quality level and pay factor for HMA compaction are
10 as follows:
11
12 1. Determine the arithmetic mean, Xm, for compaction of the lot:
13
14 X = Yx
m
n
15
16 Where:
17 x = individual compaction test values for each sublot in the lot.
18 Yx = summation of individual compaction test values
19 n = total number test values
20
21 2. Compute the sample standard deviation, "S", for each constituent:
22
n�x2—�yx�
23 2 z
S =
n(n —1) J
24
25
Where:
26
yX2 = summation of the squares of individual compaction test values
27
(Zx)z = summation of the individual compaction test values squared
28
29
3. Compute the lower quality index (QL):
30
31
L = Xm — LSL
r
J
32
33
Where:
34
LSL = 92.0
35
36
4. Determine PL (the percent within the lower Specification limit which
37
corresponds to a given QL) from Table 1. For negative values of QL, PL is equal
38
to 100 minus the table PL. If the value of QL does not correspond exactly to a
39
figure in the table, use the next higher value.
40
41
5. Determine the quality level (the total percent within Specification limits):
42
43
Quality Level = PL
44
45
6. Using the quality level from step 5, determine the composite pay factor (CPF)
46
from Table 2.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the
compaction lot; however, the maximum HMA compaction CPF using an LSL =
92.0 shall be 1.05.
8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an
LSL = 91.5. The value thus determined shall be the HMA compaction CPF for
that lot; however, the maximum HMA compaction CPF using an LSL = 91.5
shall be 1.00.
1-06.2(2)D1 Quality Level Analysis
The following new sentence is inserted after the first sentence:
The quality level calculations for HMA compaction are completed using the formulas in
Section 1-06.2(2)D5.
1-06.2(2)D4 Quality Level Calculation
The first paragraph (excluding the numbered list) is revised to read:
The procedures for determining the quality level and pay factors for a material, other
than HMA compaction, are as follows:
1-06.6 Recycled Materials
The first three sentences of the second paragraph are revised to read:
The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350-
075A within 30 calendar days after the Contract is executed. The plan shall provide the
Contractor's anticipated usage of recycled concrete aggregates for meeting the
requirements of these Specifications. The quantity of recycled concrete aggregate will
be provided in tons and as a percentage of the Plan quantity for eligible material listed
in Section 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled
Material.
The last paragraph is revised to read:
Within 30 calendar days after Physical Completion, the Contractor shall report the
quantity of recycled concrete aggregates that were utilized in the construction of the
project for each eligible item listed in Section 9-03.21(1)E. The Contractor's report shall
be provided on WSDOT Form 350-075A, Recycled Materials Reporting.
1-06.6(1)A General
Item 1(a) in the second paragraph is revised to read:
a. The estimated costs for the Work for each material with 25 percent recycled
concrete aggregate. The cost estimate shall include for each material a
documented price quote from the supplier with the lowest total cost for the Work.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 1-07.AP1
2 Section 1-07, Legal Relations and Responsibilities to the Public
3 August 6, 2018
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
1-07.5 Environmental Regulations
This section is supplemented with the following new subsections:
1-07.5(5) U.S. Army Corps of Engineers
When temporary fills are permitted, the Contractor shall remove fills in their entirety and
the affected areas returned to pre -construction elevations.
If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special
Provisions, the Contractor shall retain a copy of the permit or the verification letter (in
the case of a Nationwide Permit) on the worksite for the life of the Contract. The
Contractor shall provide copies of the permit or verification letter to all subcontractors
involved with the authorized work prior to their commencement of any work in waters of
the U.S.
1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service
The Contracting Agency will provide fish exclusion and handling services if the Work
dictates. However, if the Contractor discovers any fish stranded by the project and a
Contracting Agency biologist is not available, they shall immediately release the fish into
a flowing stream or open water.
1-07.5(1) General
The first sentence is deleted and replaced with the following:
No Work shall occur within areas under the jurisdiction of resource agencies unless
authorized in the Contract.
The third paragraph is deleted.
1-07.5(2) State Department of Fish and Wildlife
This section is revised to read:
In doing the Work, the Contractor shall:
Not degrade water in a way that would harm fish, wildlife, or their habitat.
2. Not place materials below or remove them from the ordinary high water line
except as may be specified in the Contract.
3. Not allow equipment to enter waters of the State except as specified in the
Contract.
4. Revegetate in accordance with the Plans, unless the Special Provisions permit
otherwise.
5. Prevent any fish -threatening silt buildup on the bed or bottom of any body of
water.
6. Ensure continuous stream flow downstream of the Work area.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
7. Dispose of any project debris by removal, burning, or placement above high-
water flows.
8. Immediately notify the Engineer and stop all work causing impacts, if at any
time, as a result of project activities, fish are observed in distress or a fish kill
occurs.
If the Work in (1) through (3) above differs little from what the Contract requires, the
Contracting Agency will measure and pay for it at unit Contract prices. But if Contract
items do not cover those areas, the Contracting Agency will pay pursuant to Section 1-
09.4. Work in (4) through (8) above shall be incidental to Contract pay items.
1-07.5(3) State Department of Ecology
This section is revised to read:
In doing the Work, the Contractor shall:
Comply with Washington State Water Quality Standards.
2. Perform Work in such a manner that all materials and substances not
specifically identified in the Contract documents to be placed in the water do
not enter waters of the State, including wetlands. These include, but are not
limited to, petroleum products, hydraulic fluid, fresh concrete, concrete
wastewater, process wastewater, slurry materials and waste from shaft drilling,
sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or
deleterious materials.
3. Use equipment that is free of external petroleum -based products.
4. Remove accumulations of soil and debris from drive mechanisms (wheels,
tracks, tires) and undercarriage of equipment prior to using equipment below
the ordinary high water line.
5. Clean loose dirt and debris from all materials placed below the ordinary high
water line. No materials shall be placed below the ordinary high water line
without the Engineer's concurrence.
6. When a violation of the Construction Stormwater General Permit (CSWGP)
occurs, immediately notify the Engineer and fill out WSDOT Form 422-011,
Contractor ECAP Report, and submit the form to the Engineer within 48 hours
of the violation.
7. Once Physical Completion has been given, prepare a Notice of Termination
(Ecology Form ECY 020-87) and submit the Notice of Termination
electronically to the Engineer in a PDF format a minimum of 7 calendar days
prior to submitting the Notice of Termination to Ecology.
8. Transfer the CSWGP coverage to the Contracting Agency when Physical
Completion has been given and the Engineer has determined that the project
site is not stabilized from erosion.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
9. Submit copies of all correspondence with Ecology electronically to the
Engineer in a PDF format within four calendar days.
1-07.5(4) Air Quality
This section is revised to read:
The Contractor shall comply with all regional clean air authority and/or State
Department of Ecology rules and regulations.
The air quality permit process may include additional State Environment Policy Act
(SEPA) requirements. Contractors shall contact the appropriate regional air pollution
control authority well in advance of beginning Work.
When the Work includes demolition or renovation of any existing facility or structure that
contains Asbestos Containing Material (ACM) and/or Presumed Asbestos -Containing
Material (PACM), the Contractor shall comply with the National Emission Standards for
Hazardous Air Pollutants (NESHAP).
Any requirements included in Federal and State regulations regarding air quality that
applies to the "owner or operator" shall be the responsibility of the Contractor.
1-07.7(1) General
The first sentence of the third paragraph is revised to read:
When the Contractor moves equipment or materials on or over Structures, culverts or
pipes, the Contractor may operate equipment with only the load -limit restrictions in
Section 1-07.7(2).
The first sentence of the last paragraph is revised to read:
Unit prices shall cover all costs for operating over Structures, culverts and pipes.
1-07.9(1) General
The last sentence of the sixth paragraph is revised to read:
Generally, the Contractor initiates the request by preparing standard form 1444 Request
for Authorization of Additional Classification and Rate, available at
https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the
Engineer for further action.
1-07.9(2) Posting Notices
The second sentence of the first paragraph (up until the colon) is revised to read:
The Contractor shall ensure the most current edition of the following are posted:
In items 1 through 10, the revision dates are deleted.
1-07.11(2) Contractual Requirements
In this section, "creed" is revised to read "religion"
Item numbers 1 through 9 are revised to read 2 through 10, respectively.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
After the preceding Amendment is applied, the following new item number 1 is inserted:
The Contractor shall maintain a Work site that is free of harassment, humiliation,
fear, hostility and intimidation at all times. Behaviors that violate this requirement
include but are not limited to:
a. Persistent conduct that is offensive and unwelcome.
b. Conduct that is considered to be hazing.
c. Jokes about race, gender, or sexuality that are offensive.
d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual
nature which interferes with a person's ability to perform their job or creates an
intimidating, hostile, or offensive work environment.
e. Language or conduct that is offensive, threatening, intimidating or hostile
based on race, gender, or sexual orientation.
Repeating rumors about individuals in the Work Site that are considered to be
harassing or harmful to the individual's reputation.
1-07.11(5) Sanctions
This section is supplemented with the following:
Immediately upon the Engineer's request, the Contractor shall remove from the Work
site any employee engaging in behaviors that promote harassment, humiliation, fear or
intimidation including but not limited to those described in these specifications.
1-07.11(6) Incorporation of Provisions
The first sentence is revised to read:
The Contractor shall include the provisions of Section 1-07.11(2) Contractual
Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract
including procurement of materials and leases of equipment.
1-07.15(1) Spill Prevention, Control, and Countermeasures Plan
The last sentence of the first paragraph is revised to read:
An SPCC Plan template and guidance information is available at
http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill-
prevent-report.
1-07.18 Public Liability and Property Damage Insurance
Item number 1 is supplemented with the following new sentence:
This policy shall be kept in force from the execution date of the Contract until the
Physical Completion Date.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
E
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
1-08.AP1
Section 1-08, Prosecution and ProgressJanuary 7, 2019
1-08.1 Subcontracting
The first sentence of the seventh paragraph is revised to read:
All Work that is not performed by the Contractor will be considered as subcontracting
except: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete
aggregates, ready -mix concrete, off -site fabricated structural steel, other off -site
fabricated items, and any other materials supplied by established and recognized
commercial plants; or (2) delivery of these materials to the Work site in vehicles owned
or operated by such plants or by recognized independent or commercial hauling
companies hired by those commercial plants.
The following new paragraph is inserted after the seventh paragraph:
The Contractor shall not use businesses (material suppliers, vendors, subcontractors,
etc.) with federal purchasing exclusions. Businesses with exclusions are identified using
the System for Award Management web page at www.SAM.gov.
1-08.5 Time for Completion
Item number 2 of the sixth paragraph is supplemented with the following:
A copy of the Notice of Termination sent to the Washington State Department of
Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the
Notice of Termination by Ecology; and no rejection of the Notice of Termination by
Ecology. This requirement will not apply if the Construction Stormwater General
Permit is transferred back to the Contracting Agency in accordance with Section 8-
01.3(16).
1-08.7 Maintenance During Suspension
The fifth paragraph is revised to read:
The Contractor shall protect and maintain all other Work in areas not used by traffic. All
costs associated with protecting and maintaining such Work shall be the responsibility
of the Contractor.
1-09.AP1
Section 1-09, Measurement and Payment
August 6, 2018
1-09.2(1) General Requirements for Weighing Equipment
The last paragraph is supplemented with the following:
When requested by the Engineer, the Contractor's representative shall collect the
tickets throughout the day and provide them to the Engineer's designated receiver, not
later than the end of shift, for reconciliation. Tickets for loads not verified as delivered
will receive no pay.
1-09.2(2) Specific Requirements for Batching Scales
The last sentence of the first paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 Batching scales used for concrete or hot mix asphalt shall not be used for batching
2 other materials.
3
4 1-09.10 Payment for Surplus Processed Materials
5 The following sentence is inserted after the first sentence of the second paragraph:
6
7 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity
8 of Asphalt and quantity of RAP or other materials incorporated into the mix.
9
10 2-02.AP2
11 Section 2-02, Removal of Structures and Obstructions
12 April 2, 2018
13 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
14 In item number 3 of the first paragraph, the second sentence is revised to read:
15
16 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to
17 18 inches from and parallel to the initial saw cut is also required, unless the Engineer
18 allows otherwise.
19
20 2-09.AP2
21 Section 2-09, Structure Excavation
22 April 2, 2018
23 2-09.2 Materials
24 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
25 Cement Concrete" are revised to read:
26
27 Cement 9-01
28 Fine Aggregate for Concrete 9-03.1(2)
29
30 2-09.3(3)D Shoring and Cofferdams
31 The first sentence of the sixth paragraph is revised to read:
32
33 Structural shoring and cofferdams shall be designed for conditions stated in this Section
34 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for
35 Highway Bridges Seventeenth Edition — 2002 for allowable stress design, or the
36 AASHTO LRFD Bridge Design Specifications for load and resistance factor design.
37
38 3-01.AP3
39 Section 3-01, Production from Quarry and Pit Sites
40 April 2, 2018
41 3-01.1 Description
42 The first paragraph is revised to read:
43
44 This Work shall consist of manufacturing and producing crushed and screened
45 aggregates including pit run aggregates of the kind, quality, and grading specified for
46 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance
47 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface
48 treatments of all descriptions.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
4-04.AP4
Section 4-04, Ballast and Crushed Surfacing
April 2, 2018
4-04.3(5) Shaping and Compaction
This section is supplemented with the following new paragraph:
When using 100% Recycled Concrete Aggregate, the Contractor may submit a written
request to use a test point evaluation for compaction acceptance testing in lieu of
compacting to 95% of the standard density as determined by the requirements of
Section 2-03.3(14)D. The test point evaluation shall be performed in accordance with
SOP 738.
5-01.AP5
Section 5-01, Cement Concrete Pavement Rehabilitation
January 7, 2019
5-01.2 Materials
The reference for Concrete Patching Material is revised to read:
Concrete Patching Material, Grout, and Mortar 9-20.1
5-01.3(1)A1 Concrete Patching Materials
In this section, each reference to "9-20" is revised to read "9-20.1".
5-01.3(4) Replace Cement Concrete Panel
This section's content is deleted and replaced with the following new subsections:
5-01.3(4)A General
Curing, cold weather work, concrete pavement construction in adjacent lines, and
protection of pavement shall meet the requirements of Section 5-05.3(13) through
Section 5-05.3(15). The Contractor, at no cost to the Contracting Agency, shall repair
any damage to existing pavement caused by the Contractor's operations.
5-01.3(4)B Sawing and Dimensional Requirements
Concrete slabs to be replaced as shown in the Plans or staked by the Engineer shall be
at least 6.0 feet long and full width of an existing pavement panel. The portion of the
panel to remain in place shall have a minimum dimension of 6 feet in length and full
panel width; otherwise the entire panel shall be removed and replaced. There shall be
no new joints closer than 3.0 feet to an existing transverse joint or crack. A vertical full
depth saw cut is required along all longitudinal joints and at transverse locations and,
unless the Engineer allows otherwise, an additional vertical full depth relief saw cut
located 12 to 18 inches from and parallel to the initial longitudinal and transverse saw
cut locations is also required. Removal of existing cement concrete pavement shall not
cause damage to adjacent slabs that are to remain in place. In areas that will be
ground, slab replacements shall be performed prior to pavement grinding.
Side forms shall meet the requirements of Section 5-05.3(7)B whenever a sawed full
depth vertical face cannot be maintained.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
5-01.3(4)C Dowel Bars and Tie Bars
For the half of a dowel bar or tie bar placed in fresh concrete, comply with the
requirements of Section 5-05.
For the half of a dowel bar or tie bar placed in hardened concrete, comply with the
Standard Plans and the following.
After drilling, secure dowel bars and tie bars into the existing pavement with either an
epoxy bonding agent Type I or IV as specified in Section 9-26.1, or a grout Type 2 for
non -shrink applications as specified in Section 9-20.3.
Dowel bars shall be placed at the mid depth of the concrete slab, centered over the
transverse joint, and parallel to the centerline and to the roadway surface, within the
tolerances in the table below. Dowel bars may be adjusted to avoid contact with existing
dowel bars in the transverse joint at bridge approach slabs or existing panels provided
the adjusted dowel bars meet the tolerances below.
Tie bars shall be placed at the mid depth of the concrete slab, centered over the joint,
perpendicular to centerline, and parallel to the roadway surface, within the tolerances in
the table below. The horizontal position of tie bars may be adjusted to avoid contact with
existing tie bars in the longitudinal joint where panel replacement takes place, provided
the adjusted tie bars meet the tolerances below.
Placement Tolerances
Dowel Bars
Tie Bars
Vertical: Center of Bar to Center of Slab Depth
± 1.00 inch max
± 1.00 inch max
Dowel Bar Centered Over the Transverse Joint
± 1.00 inch max
N/A
Tie Bar Centered Over the Longitudinal Joint
N/A
± 1.00 inch max
Parallel to Centerline Over the Length of the
Dowel Bar
± 0.50 inch max
N/A
Perpendicular to Longitudinal Joint Over the
Length of the Tie Bar
N/A
± 1.00 inch max
Parallel to Roadway Surface Over the Length of
the Bar
± 0.50 inch max
± 1.00 inch max
Dowel bars and tie bars shall be placed according to the Standard Plan when multiple
panels are placed. Panels shall be cast separately from the bridge approach slab.
Dowel bars to be drilled into existing concrete or at a new transverse contraction joint
shall have a parting compound, such as curing compound, grease, or other Engineer
accepted equal, applied to them prior to placement.
Clean the drilled holes in accordance with the epoxy or grout manufacturer's
instructions. Holes shall be clean and dry at the time of placing the epoxy, or grout and
tie bars. Completely fill the void between the tie bar and the outer limits of the drilled
hole with epoxy or grout. Use retention rings to prevent leakage of the epoxy or grout
and support the tie bar to prevent movement until the epoxy or grout has cured the
minimum time recommended by the manufacturer.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
5-01.3(4)D Foundation Preparation
The Contractor shall smooth the surfacing below the removed panel and compact it to
the satisfaction of the Engineer. Crushed surfacing base course, or hot mix asphalt may
be needed to bring the surfacing to grade prior to placing the new concrete.
If the material under the removed panel is uncompactable and the Engineer requires it,
the Contractor shall excavate the Subgrade 2 feet, place a soil stabilization construction
geotextile meeting the requirements of Section 9-33, and backfill with crushed surfacing
base course. This Work may include:
Furnishing and hauling crushed surfacing base course to the project site.
2. Excavating uncompactable material.
3. Furnishing and placing a soil stabilization construction geotextile.
4. Backfilling and compacting crushed surfacing base course.
5. Removing, hauling and restocking any unused crushed surfacing base course.
5-01.3(4)E Concrete Finishing
Grade control shall be the responsibility of the Contractor.
All panels shall be struck off level with the adjacent panels and floated to a smooth
surface.
Final finish texturing shall meet the requirements of Section 5-05.3(11).
In areas where the Plans do not require grinding, the surface smoothness will be
measured with a 10-foot straightedge by the Engineer in accordance with Section 5-
05.3(12). If the replacement panel is located in an area that will be ground as part of
concrete pavement grinding in accordance with Section 5-01.3(9), the surface
smoothness shall be measured, by the Contractor, in conjunction with the smoothness
measurement done in accordance with Section 5-01.3(10).
5-01.3(4)F Joints
All transverse and longitudinal joints shall be sawed and sealed in accordance with
Section 5-05.3(8). The Contractor may use a hand pushed single blade saw for sawing
joints.
5-01.3(4)G Cracked Panels
Replacement panels that crack shall be repaired as specified in Section 5-05.3(22) at
no cost to the Contracting Agency. When repairing replacement panels that have
cracked, epoxy -coated dowel bars meeting the requirements of Section 9-07.5(1) may
be substituted for the corrosion resistant dowel bars specified.
5-01.3(4)H Opening to Traffic
Opening to traffic shall meet the requirements of Section 5-05.3(17).
5-01.3(5) Partial Depth Spall Repair
The second sentence of the third paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
All sandblasting residue shall be removed.
5-01.3(7) Sealing Existing Concrete Random Cracks
The second sentence of the second paragraph is revised to read:
Immediately prior to sealing, the cracks shall be clean.
5-01.3(8) Sealing Existing Longitudinal and Transverse Joint
The first sentence of the fifth paragraph is revised to read:
Immediately prior to sealing, the cracks shall be clean.
5-01.3(10) Pavement Smoothness
This section is revised to read:
Pavement surface smoothness for cement concrete pavement grinding on this project
will include International Roughness Index (IRI) testing. Ride quality will be evaluated
using the Mean Roughness Index (MRI) calculated by averaging the IRI data for the left
and right wheel path within the section.
Smoothness Testing Equipment and Operator Certification
Use an inertial profiler and operator that meet the requirements of Section 5-05.3(3)E.
Surface Smoothness
Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal
traces, one in each wheel path. Collect the control profile at locations designated in
Table 2 prior to any pavement rehabilitation Work on the areas to be tested. Collect an
acceptance profile at locations designated in Table 2 after completion of all cement
concrete pavement grinding on the project. Profiles shall be collected in a continuous
pass including areas excluded from pay adjustments. Provide notice to the Engineer a
minimum of seven calendar days prior to testing.
Table 2
Locations Requiring MRI Testing
Travel lanes where cement
concrete grinding is shown in the
Control profile
plans
Additional locations designated by
Control profile
the Engineer
Travel lanes with completed cement
Acceptance profile
concrete pavement grinding
Bridges, approach panels and 0.02
miles before and after bridges and
approach panels and other
Control and acceptance profile
excluded areas within lanes
requiring testing
Ramps, Shoulders and Tapers
Do not test
Within 30 calendar days after the Contractor's testing, the Engineer may perform
verification testing. If the verification testing shows a difference in MRI greater than the
10 percent, the following resolution process will be followed:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
The profiles, equipment and procedures will be evaluated to determine the
cause of the difference.
2. If the cause of the discrepancy cannot be resolved the pavement shall be
retested with both profilers at a mutually agreed time. The two profilers will
test the section within 30 minutes of each other. If the retest shows a
difference in MRI equal or greater than the percentages shown in Table 2 of
AASHTO R 54 the Engineer's test results will be used for pavement
smoothness acceptance.
The Contractor shall evaluate profiles for acceptance or corrective action using the
current version of ProVAL and provide the results including the profile data in unfiltered
electronic Engineering Research Division (ERD) file format to the Engineer within 3
calendar days of completing each days profile testing. If the profile data files are created
using an export option in the manufacturer's software where filter settings can be
specified, use the filter settings that were used to create data files for certification.
Analyze the entire profile. Exclude areas listed in Table 3.
Table 3
Areas Excluded from MRI Acce tance Requirements
Location
Exclude
Beginning and end of grinding
Pavement within 0.02 mile
The bridge and approach slab and
Bridges and approach slabs
0.02 mile from the ends of the
bridge or approach slab
Defects in the existing roadway
identified by the Contractor that
0.01-mile section containing the
adversely affect the MRI such as
defect and the 0.01-mile section
dips, depressions and wheel path
following the section with the defect.
longitudinal joints.'
'The presence of defects is subject to verification by the Engineer
Report the MRI results in inches per mile for each 0.01-mile section and each 0.10-mile
section. Do not truncate 0.10-mile sections for areas excluded from MRI acceptance
requirements. MRI requirements will not apply to 0.10-mile sections with more than
three 0.01 mile -sections excluded. MRI requirements for the individual 0.01-mile
sections shall still apply. The Engineer will verify the analysis.
The MRI for each 0.10 mile of ground lane will comply with the following:
Control Profile MRI per 0.10 Mile
Maximum MRI of Acceptance
Profile per 0.10 Mile
:5130 inches/mile
78 inches/mile
>130 inches/mile
0.6 x Control Profile MRI
The MRI for each 0.01 mile of the completed cement concrete grinding shall not exceed
160 inches/mile.
All Work is subject to parallel and transverse 10-foot straightedge requirements,
corrective work and disincentive adjustments.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Surface smoothness of travel lanes including areas subject to MRI testing shall not vary
more than % inch from the lower edge of a 10-foot straightedge placed on the surface
parallel to the centerline.
The smoothness perpendicular to the centerline will be measured with a 10-foot
straightedge within the lanes. There shall be not vertical elevation difference of more
than a % inch between lanes.
Pavement that does not meet these requirements will be subject to corrective Work. All
corrective Work shall be completed at no additional expense, including traffic control, to
the Contracting Agency. Pavement shall be repaired by one or more of the following
methods:
Diamond grinding.
2. By other method accepted by the Engineer.
Repair areas shall be re -profiled to ensure they no longer require corrective Work. With
concurrence of the Engineer, a 10-foot straight edge may be used in place of the inertial
profiler.
If correction of the roadway as listed above either will not or does not produce
satisfactory results as to smoothness or serviceability the Engineer may accept the
completed pavement and a credit will be calculated in accordance with Section 5-01.5.
Under these circumstances, the decision whether to accept the completed pavement or
to require corrective work as described above shall be vested entirely in the Engineer.
5-01.5 Payment
This section is supplemented with the following:
"Grinding Smoothness Compliance Adjustment", by calculation.
Grinding Smoothness Compliance Adjustments will be based on the requirements in
Section 5-01.3(10) and the following calculations:
A smoothness compliance adjustment will be calculated in the sum of minus $100
for each and every section of single traffic lane 0.01 mile in length and $1,000 for
each and every section of single traffic lane 0.10 mile in length that does not meet
the requirements in Section 5-01.3(10) after corrective Work.
5-04.AP5
Section 5-04, Hot Mix Asphalt
January 7, 2019
5-04.1 Description
The last sentence of the first paragraph is revised to read:
The manufacture of HMA may include additives or processes that reduce the optimum
mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance
with these Specifications.
5-04.2 Materials
The reference to "Warm Mix Asphalt Additive" is revised to read "HMA Additive".
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
5-04.2(1) How to Get an HMA Mix Design on the QPL
The last bullet in the first paragraph is revised to read:
Do not include HMA additives that reduce the optimum mixing temperature or serve
as a compaction aid when developing a mix design or submitting a mix design for
QPL evaluation. The use of HMA additives is not part of the process for obtaining
approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.
In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard
Practice QC-8 located in the WSDOT Materials Manual M 46-01 ".
5-04.2(1)C Mix Design Resubmittal for QPL Approval
Item number 3 of the first paragraph is revised to read:
3. Changes in modifiers used in the asphalt binder.
5-04.2(2)B Using Warm Mix Asphalt Processes
This section, including title, is revised to read:
5-04.2(2)B Using HMAAdditives
The Contractor may, at the Contractor's discretion, elect to use additives that reduce the
optimum mixing temperature or serve as a compaction aid for producing HMA. Additives
include organic additives, chemical additives and foaming processes. The use of
Additives is subject to the following:
Do not use additives that reduce the mixing temperature in accordance with
Section 5-04.3(6) in the production of High RAP/Any RAS mixtures.
Before using additives, obtain the Engineer's approval using WSDOT Form
350-076 to describe the proposed additive and process.
5-04.3(3)A Mixing Plant
In item number 5 of the first paragraph, "WSDOT T 168" is revised to read "FOP for
AASHTO T 168".
5-04.3(4) Preparation of Existing Paved Surfaces
The first sentence of the fourth paragraph is revised to read:
Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-
1 h, or Performance Graded (PG) asphalt for tack coat.
5-04.3(6) Mixing
The first paragraph is revised to read:
The asphalt supplier shall introduce recycling agent and anti -stripping additive, in the
amount designated on the QPL for the mix design, into the asphalt binder prior to
shipment to the asphalt mixing plant.
The seventh paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
Upon discharge from the mixer, ensure that the temperature of the HMA does not
exceed the optimum mixing temperature shown on the accepted Mix Design Report by
more than 25°F, or as allowed by the Engineer. When an additive is included in the
manufacture of HMA, do not heat the additive (at any stage of production including in
binder storage tanks) to a temperature higher than the maximum recommended by the
manufacturer of the additive.
5-04.3(7) Spreading and Finishing
The last row of the table is revised to read:
3/s inch 1 0.25 feet 0.30 feet
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
The following new paragraph is inserted after the first paragraph:
The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as
shown on the HMA Mix Design will be used for VMA calculations until the Contractor
submits a written request for a Gsb test. The new Gsb will be used in the VMA
calculations for HMA from the date the Engineer receives the written request for a Gsb
retest. The Contractor may request aggregate specific gravity (Gsb) testing be
performed by the Contracting Agency twice per project. The Gsb blend of the combined
stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA
produced after the new Gsb is determined.
5-04.3(9)A1 Test Section — When Required, When to Stop
The following new row is inserted after the second row in Table 9:
VMA
Minimum PF; of 0.95
None
based on the criteria in
Section 5-04.3(9)B42
5-04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section
In Table 9a, the test property "Gradation, Asphalt Binder, and Va" is revised to read
"Gradation, Asphalt Binder, VMA, and Va"
In Table 9a, the first column of the third row is revised to read:
Aggregates:
Sand Equivalent
Uncompacted Void Content
Fracture
5-04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing
In Table 11, "Va" is revised to read "VMA and Va"
5-04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF)
The following new row is inserted above the last row in Table 12:
Voids in Mineral Aggregate 2
VMA
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
5-04.3(9)B7 Mixture Statistical Evaluation — Retests
The second to last sentence is revised to read:
The sample will be tested for a complete gradation analysis, asphalt binder content,
VMA and Va, and the results of the retest will be used for the acceptance of the HMA
mixture in place of the original mixture sublot sample test results.
5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots
The bulleted item in the fourth paragraph is revised to read:
For a compaction lot in progress with a compaction CPF less than 0.75 using an
LSL = 91.5, a new compaction lot will begin at the Contractor's request after the
Engineer is satisfied that material conforming to the Specifications can be
produced. See also Section 5-04.3(11)F.
5-04.3(10)C2 HMA Compaction Statistical Evaluation — Acceptance Testing
In the table, ' WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355".
5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments
In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for
AASHTO T 355".
The first sentence in the second paragraph is revised to read:
For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not
meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in
accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay
Factor (CPF).
The last two paragraphs are revised to read:
Determine the Compaction Price Adjustment (CPA) from the table below, selecting the
equation for CPA that corresponds to the value of CPF determined above.
Calculating HMA Compaction Price Adjustment (CPA)
Value of CPF
Equation for Calculating CPA
When CPF > 1.00
CPA = [1.00 x (CPF — 1.00)] x Q x
UP
When CPF = 1.00
CPA = $0
When CPF < 1.0
CPA = [0.60 x (CPF — 1.00)] x Q x
UP
Where
CPA = Compaction Price Adjustment for the compaction lot ($)
CPF = Composite Pay Factor for the compaction lot (maximum is 1.05)
Q = Quantity in the compaction lot (tons)
UP = Unit price of the HMA in the compaction lot ($/ton)
5-04.3(10)C4 HMA Statistical Compaction — Requests for Retesting
The first sentence is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
For a compaction sublot that has been tested with a nuclear density gauge that did not
meet the minimum of 91.5 percent of the theoretical maximum density in a compaction
lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the
Contractor may request that a core, taken at the same location as the nuclear density
test, be used for determination of the relative density of the compaction sublot.
5-04.3(13) Surface Smoothness
The second to last paragraph is revised to read:
When concrete pavement is to be placed on HMA, the surface tolerance of the HMA
shall be such that no surface elevation lies above the Plan grade minus the specified
Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any
such irregularities to the required tolerance by grinding or other means allowed by the
Engineer.
5-04.5 Payment
The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read:
The unit Contract price per linear foot for "Crack Sealing-LF" shall be full payment for all
costs incurred to perform the Work described in Section 5-04.3(4)A.
5-05.AP5
Section 5-05, Cement Concrete Pavement
January 7, 2019
5-05.1 Description
In the first paragraph, "portland cement concrete" is revised to read "cement concrete"
5-05.2 Materials
In the first paragraph, the reference to "Portland Cement" is revised to read:
Cement 9-01
In the first paragraph, the section reference for Concrete Patching Material is revised to read
"9-20.1 ".
5-05.3(1) Concrete Mix Design for Paving
The table title in item number 4 is revised to read Concrete Batch Weights.
In item 4a, "Portland Cement" is revised to read "Cement".
5-05.3(3)E Smoothness Testing Equipment
This section is revised to read:
Inertial profilers shall meet all requirements of AASHTO M 328 and be certified in
accordance with AASHTO R 56 within the preceding 12 months.
The inertial profiler operator shall be certified as required by AASHTO R 56 within three
years preceding profile measurement.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Equipment or operator certification by other states or a profiler certification facility will be
accepted provided the certification meets the requirements of AASHTO R 56.
Documentation verifying certification by another state shall be submitted to the Engineer
a minimum of 14 calendar days prior to profile measurement. Equipment certification
documentation shall include the information required by part 8.5 and 8.6 of AASHTO R
56. Operator documentation shall include a statement from the certifying state that
indicates the operator is certified to operate the inertial profiler to be used on the project.
The decision whether another state's certification meets the requirements of AASHTO R
56 shall be vested entirely in the Engineer.
5-05.3(4) Measuring and Batching Materials
Item number 2 is revised to read:
2. Batching Materials — On all projects requiring more than 2,500 cubic yards of
concrete for paving, the batching plant shall be equipped to proportion aggregates
and cement by weight by means of automatic and interlocked proportioning devices
of accepted type.
5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
This section's title is revised to read:
Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement
The first sentence is revised to read:
Acceptance of portland cement or blended hydraulic cement concrete pavement shall
be as provided under statistical or nonstatistical acceptance.
5-05.3(7) Placing, Spreading, and Compacting Concrete
This section's content is deleted.
5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars
The first sentence of the last paragraph is revised to read:
The tie bar holes shall be clean before grouting.
5-05.3(12) Surface Smoothness
This section is revised to read:
Pavement surface smoothness for this project will include International Roughness
Index (IRI) testing. The Contractor shall perform IRI testing on each through lane,
climbing lane, and passing lane, greater than 0.25 mile in length and these lanes will be
subject to incentive/disincentive adjustments. Ride quality will be evaluated using the
Mean Roughness Index (MRI) calculated by averaging the IRI data for the left and right
wheel path within the section.
Ramps, shoulders and tapers will not be included in MRI testing for pavement
smoothness and will not be subject to incentive adjustments. All Work is subject to
parallel and transverse 10-foot straightedge requirements, corrective work and
disincentive adjustments.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal
traces, one in each wheel path. Collect profile data after completion of all concrete
paving on the project in a continuous pass including areas excluded from pay
adjustments. Provide notice to the Engineer a minimum of seven calendar days prior to
testing.
Within 30 calendar days after the Contractor's testing, the Engineer may perform
verification testing. If the verification testing shows a difference in MRI greater than the
percentages shown in Table 2 of AASHTO R 54 the following resolution process will be
followed:
The profiles, equipment and procedures will be evaluated to determine the
cause of the difference.
2. If the cause of the discrepancy cannot be resolved the pavement shall be
retested with both profilers at a mutually agreed time. The two profilers will
test the section within 30 minutes of each other. If the retest shows a
difference in MRI equal or greater than the percentages shown in Table 2 of
AASHTO R 54 the Engineer's test results will be used to establish pay
adjustments.
Surface smoothness of travel lanes not subject to MRI testing will be measured with a
10-foot straightedge no later than 5:00 p.m. of the day following the placing of the
concrete. The completed surface of the wearing course shall not vary more than '/8 inch
from the lower edge of a 10-foot straightedge placed on the surface parallel to the
centerline.
Smoothness perpendicular to the centerline will be measured with a 10-foot
straightedge across all lanes with the same cross slope, including shoulders when
composed of cement concrete pavement. The overlapping 10-foot straightedge
measurement shall be discontinued at a point 6 inches from the most extreme outside
edge of the finished cement concrete pavement. The completed surface of the wearing
course shall not vary more than '/4 inch from the lower edge of a 10-foot straightedge
placed on the surface perpendicular to the centerline. Any deviations in excess of the
above tolerances shall be corrected.
The Contractor shall evaluate profiles for acceptance, incentive payments, disincentive
payments, or corrective action using the current version of ProVAL and provide the
results including the profile data in unfiltered electronic Engineering Research Division
(ERD) file format to the Engineer within 2 calendar days of completing testing each
section of pavement. If the profile data files are created using an export option in the
manufacturer's software where filter settings can be specified, use the filter settings that
were used to create data files for certification. Analyze the entire profile. Exclude any
areas specifically identified in the Contract. Exclude from the analysis the first 100 feet
after the start of the paving operations and last 100 feet prior to the end of the paving
operation, the first 100 feet on either side of bridge Structures and bridge approach
slab. Report the MRI results in inches per mile for each 52.8 foot section and horizontal
distance measurements in project stationing to the nearest foot. Include pay
adjustments in the results. The Engineer will verify the analysis.
Corrective work for pavement smoothness may be taken by the Contractor prior to MRI
testing. After completion of the MRI testing the Contractor shall measure the
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
smoothness of each 52.8-foot section with an MRI greater than 125 inches per mile with
a 10-foot straightedge within 14 calendar days or as allowed by the Engineer. The
Contractor shall identify all locations that require corrective work and provide the
straight edge measurements at each location that exceeds the allowable limit to the
Engineer. If all measurements in a 52.8-foot section comply with smoothness
requirements, the Contractor shall provide the maximum measurement to the Engineer
and a statement that corrective work is not required. Unless allowed by the Engineer,
corrective work shall be taken by the Contractor for pavement identified by the
Contractor or Engineer that does not meet the following requirements:
The completed surface shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds.
2. The completed surface shall not vary more than '/8 inch from the lower edge of
a 10-foot straightedge placed on the surface parallel to the centerline.
3. The completed surface shall vary not more than '/4 inch in 10 feet from the rate
of transverse slope shown in the Plans.
All corrective work shall be completed at no additional expense, including traffic control,
to the Contracting Agency. Corrective work shall not begin until the concrete has
reached its design strength unless allowed by the Engineer. Pavement shall be repaired
by one or more of the following methods:
Diamond grinding; repairs shall not reduce pavement thickness by more than
'/4 inch less than the thickness shown in the Plans. When required by the
Engineer, the Contractor shall verify the thickness of the concrete pavement by
coring. Thickness reduction due to corrective work will not be included in
thickness measurements for calculating the Thickness Deficiency in Section 5-
05.5(1)A.
2. Removal and replacement of the cement concrete pavement.
3. By other method allowed by the Engineer.
For repairs following MRI testing the repaired area shall be checked by the Contractor
with a 10-foot straightedge to ensure it no longer requires corrective work. With
concurrence of the Engineer an inertial profiler may be used in place of the 10-foot
straight edge.
If correction of the roadway as listed above either will not or does not produce
satisfactory results as to smoothness or serviceability the Engineer may accept the
completed pavement and a credit will be calculated in accordance with Section 5-05.5.
The credit will be in addition to the price adjustment for MRI. Under these
circumstances, the decision whether to accept the completed pavement or to require
corrective work as described above shall be vested entirely in the Engineer.
5-05.3(22) Repair of Defective Pavement Slabs
The last sentence of the fourth paragraph is revised to read:
All sandblasting residue shall be removed.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5-05.4 Measurement
Item number 3 of the second paragraph is revised to read:
3. The depth shall be determined in accordance with Section 5-05.5(1). The depth
utilized to calculate the volume shall not exceed the Plan depth plus 0.04 feet.
The third paragraph is revised to read:
The volume of cement concrete pavement in each thickness lot shall equal the
measured length x width x thickness measurement.
The last paragraph is revised to read:
The calculation for cement concrete compliance adjustment is the volume of concrete
represented by the CPF and the Thickness deficiency adjustment.
5-05.5 Payment
The paragraph following the Bid item "Cement Conc. Pavement', per cubic yard is
supplemented with the following:
All costs associated with performing the magnetic pulse induction thickness testing shall
be included in the unit Contract price per cubic yard for "Cement Conc. Pavement'.
The Bid item "Ride Smoothness Compliance Adjustment', by calculation, and the paragraph
following this bid item are revised to read:
"Ride Smoothness Compliance Adjustment", by calculation.
Smoothness Compliance Adjustments will be based on the requirements in Section 5-
05.3(12) and the following calculations:
Final MRI acceptance and incentive/disincentive payments for pavement
smoothness will be calculated as the average of the ten 52.8-foot sections in
each 528 feet in accordance with the price adjustment schedule.
a. For sections of a lane that are a minimum of 52.8 feet and less than 528
feet, the price adjustment will be calculated using the average of the 52.8
foot MRI values and the price adjustment prorated for the length of the
section.
MRI values per 52.8-feet that were measured prior to corrective work will
be included in the 528 foot price adjustment for sections with corrective
work.
2. In addition to the price adjustment for MRI a smoothness compliance
adjustment will be calculated in the sum of minus $1000.00 for each and every
section of single traffic lane 52.8 feet in length in that does not meet the 10-
foot straight edge requirements in Section 5-05.3(12) after corrective Work.
Price Adjustment Schedule
MRI for each 528 ft. Pay Adjustment
section Schedule
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
in. I mi.
$10.10 mi.
< 30
2400
30
2400
31
2320
32
2240
33
2160
34
2080
35
2000
36
1920
37
1840
38
1760
39
1680
40
1600
41
1520
42
1440
43
1360
44
1280
45
1200
46
1120
47
1040
48
960
49
880
50
800
51
720
52
640
53
560
54
480
55
400
56
320
57
240
58
160
59
80
60
0
61
0
62
0
63
0
64
0
65
0
66
0
67
0
68
0
69
0
70
0
71
0
72
0
73
0
74
0
75
0
76
-80
77
-160
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
78
-240
79
-320
80
-400
81
-480
82
-560
83
-640
84
-720
85
-800
86
-880
87
-960
88
-1040
89
-1120
90
-1200
91
-1280
92
-1360
93
-1440
94
-1520
95
-1600
96
-1680
97
-1760
98
-1840
99
-1920
100
-2000
101
-2080
102
-2160
103
-2240
104
-2320
105
-2400
106
-2480
107
-2560
108
-2640
109
-2720
110
-2800
111
-2880
112
-2960
113
-3040
114
-3120
115
-3200
116
-3280
117
-3360
118
-3440
119
-3520
120
-3600
121
-3680
122
-3760
123
-3840
124
-3920
>_125
-4000
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
The bid item "Portland Cement Concrete Compliance Adjustment", by calculation, and the
paragraph following this bid item are revised to read:
"Cement Concrete Compliance Adjustment", by calculation.
Payment for "Cement Concrete Compliance Adjustment" will be calculated by
multiplying the unit Contract price for the cement concrete pavement, times the volume
for adjustment, times the percent of adjustment determined from the calculated CPF
and the Deficiency Adjustment listed in Section 5-05.5(1)A.
5-05.5(1) Pavement Thickness
This section is revised to read:
Cement concrete pavement shall be constructed in accordance with the thickness
requirements in the Plans and Specifications. Tolerances allowed for Subgrade
construction and other provisions, which may affect thickness, shall not be construed to
modify such thickness requirements.
Thickness measurements in each lane paved shall comply with the following:
Thickness Testing of Cement Concrete Pavement
Thickness Lot Size
15 panels maximum
Thickness test location determined by
Engineer will select testing locations in
accordance with WSDOT TM 716 method B.
Sample method
AASHTO T 359
Sample preparation performed b
p p p p y
Contractor provides, places, and secures disks
in the presence of the Engineer'
Measurement method
AASHTO T 359
Thickness measurement performed by
Contractor, in the presence of the En ineerz
'Reflectors shall be located at within 0.5 feet of the center of the panel. The Contractor shall
supply a sufficient number of 300 mm-diameter round reflectors meeting the requirements of
AASHTO T 359 to accomplish the required testing.
2The Contractor shall provide all equipment and materials needed to perform the testing.
Thickness measurements shall be rounded to the nearest 0.01 foot.
Each thickness test location where the pavement thickness is deficient by more than
0.04 foot, shall be subject to price reduction or corrective action as shown in Table 2.
Table 2
Thickness Deficient
0.04' < Thickness Deficient <_ 0.06'
10
0.06' < Thickness deficient <_ 0.08'
25
Remove and replace the panels or the panels
Thickness deficiency > 0.08'
may be accepted with no payment at the
discretion of the Engineer.
The price reduction shall be computed by multiplying the percent price reduction in
Table 2 by the unit Contract price by the volume of pavement represented by the
thickness test lot.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Additional cores may be taken by the Contractor to determine the limits of an area that
has a thickness deficiency greater than 0.04 feet. Cores shall be taken at the
approximate center of the panel. Only the panels within the limits of the deficiency area
as determined by the cores will be subject to a price reduction or corrective action. The
cores shall be taken in the presence of the Engineer and delivered to the Engineer for
measurement. All costs for the additional cores including filling the core holes with
patching material meeting the requirements of Section 9-20 will be the responsibility of
the Contractor.
5-05.5(1)A Thickness Deficiency of 0.05 Foot or Less
This section, including title, is revised to read:
5-05.5(1)A Vacant
5-05.5(1)B Thickness Deficiency of More Than 0.05 Foot
This section, including title, is revised to read:
5-05.5(1)B Vacant
6-01.AP6
Section 6-01, General Requirements for Structures
January 7, 2019
This section is supplemented with the following new subsections:
6-01.16 Repair of Defective Work
6-01.16(1) General
When using repair procedures that are described elsewhere in the Contract
Documents, the Working Drawing submittal requirements of this Section shall not
apply to those repairs unless noted otherwise.
Repair procedures for defective Work shall be submitted as Type 2 Working
Drawings. Type 2E Working Drawings shall be submitted when required by the
Engineer. As an alternative to submitting Type 2 or 2E Working Drawings, defective
Work within the limits of applicability of a pre -approved repair procedure may be
repaired using that procedure. Repairs using a pre -approved repair procedure shall
be submitted as a Type 1 Working Drawing.
Pre -approved repair procedures shall consist of the following:
The procedures listed in Section 6-01.16(2)
For precast concrete, repair procedures in the annual plant approval
process documents that have been approved for use by the Contracting
Agency.
All Working Drawings for repair procedures shall include:
A description of the defective Work including location, extent and pictures
Materials to be used in the repair. Repairs using manufactured products
shall include written manufacturer recommendations for intended uses of
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
the product, surface preparation, mixing, aggregate extension (if
applicable), ambient and surface temperature limits, placement methods,
finishing and curing.
Construction procedures
Plan details of the area to be repaired
Calculations for Type 2E Working Drawings
Material manufacturer's instructions and recommendations shall supersede any
conflicting requirements in pre -approved repair procedures.
The Engineer shall be notified prior to performing any repair procedure and shall be
given an opportunity to inspect the repair work being performed.
6-01.16(2) Pre -Approved Repair Procedures
6-01.16(2)A Concrete Spalls and Poor Consolidation (Rock Pockets,
Honeycombs, Voids, etc.)
This repair shall be limited to the following areas:
• Areas that are not on top Roadway surfaces (with or without an
overlay) including but not limited to concrete bridge decks, bridge
approach slabs or cement concrete pavement
• Areas that are not underwater
• Areas that are not on precast barrier, except for the bottom 4 inches
(but not to exceed 1 inch above blockouts)
• Areas that do not affect structural adequacy as determined by the
Engineer.
The repair procedure is as follows:
Remove all loose and unsound concrete. Impact breakers shall not
exceed 15 pounds in weight when removing concrete adjacent to
reinforcement or other embedments and shall not exceed 30 pounds
in weight otherwise. Operate impact breakers at angles less than 45
degrees as measured from the surface of the concrete to the tool and
moving away from the edge of the defective Work. Concrete shall be
completely removed from exposed surfaces of existing steel
reinforcing bars. If half or more of the circumference of any steel
reinforcing bar is exposed, if the reinforcing bar is loose or if the bond
to existing concrete is poor then concrete shall be removed at least 1/4
inch behind the reinforcing bar. Do not damage any existing
reinforcement. Stop work and allow the Engineer to inspect the repair
area after removing all loose and unsound concrete. Submit a
modified repair procedure when required by the Engineer.
2. Square the edges of the repair area by cutting an edge perpendicular
to the concrete surface around the repair area. The geometry of the
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
repair perimeter shall minimize the edge length and shall be
rectangular with perpendicular edges, avoiding reentrant corners. The
depth of the cut shall be a minimum of % inch, but shall be reduced if
necessary to avoid damaging any reinforcement. For repairs on
vertical surfaces, the top edge shall slope up toward the front at a 1-
vertical-to-3-horizontal slope.
3. Remove concrete within the repair area to a depth at least matching
the cut depth at the edges. Large variations in the depth of removal
within short distances shall be avoided. Roughen the concrete
surface. The concrete surface should be roughened to at least
Concrete Surface Profile (CSP) 5 in accordance with ICRI Guideline
No. 310.2R, unless a different CSP is recommended by the patching
material manufacturer.
4. Inspect the concrete repair surface for delaminations, debonding,
microcracking and voids using hammer tapping or a chain drag.
Remove any additional loose or unsound concrete in accordance with
steps 1 through 3.
5. Select a patching material in accordance with Section 9-20.2 that is
appropriate for the repair location and thickness. The concrete
patching material shall be pumpable or self -consolidating as required
for the type of placement that suits the repair. The patching material
shall have a minimum compressive strength at least equal to the
specified compressive strength of the concrete.
6. Prepare the concrete surface and reinforcing steel in accordance with
the patching material manufacturer's recommendations. At a
minimum, clean the concrete surfaces (including perimeter edges)
and reinforcing steel using oil -free abrasive blasting or high-pressure
(minimum 5,000 psi) water blasting. All dirt, dust, loose particles, rust,
laitance, oil, film, microcracked/bruised concrete or foreign material of
any sort shall be removed. Damage to the epoxy coating on steel
reinforcing bars shall be repaired in accordance with Section 6-
02.3(24)H.
7. Construct forms if necessary, such as for patching vertical or
overhead surfaces or where patching extends to the edge or corner
of a placement.
8. When recommended by the patching material manufacturer, saturate
the concrete in the repair area and remove any free water at the
concrete surface to obtain a saturated surface dry (SSD) substrate.
When recommended by the patching material manufacturer, apply a
primer, scrub coat or bonding agent to the existing surfaces. Epoxy
bonding agents, if used, shall be Type 11 or Type V in accordance with
Section 9-26.1.
9. Place and consolidate the patching material in accordance with the
manufacturer's recommendations. Work the material firmly into all
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 surfaces of the repair area with sufficient pressure to achieve proper
2 bond to the concrete.
3
4 10. The patching material shall be textured, cured and finished in
5 accordance with the patching material manufacturer's
6 recommendations and/or the requirements for the repaired
7 component. Protect the newly placed patch from vibration in
8 accordance with Section 6-02.3(6)D.
9
10 11. When the completed repair does not match the existing concrete
11 color and will be visible to the public, a sand and cement mixture that
12 is color matched to the existing concrete shall be rubbed, brushed, or
13 applied to the surface of the patching material and the concrete.
14
15 6-01.10 Utilities Supported by or Attached to Bridges
16 In the third paragraph, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
17
18 6-01.12 Final Cleanup
19 The second sentence of the first paragraph is revised to read:
20
21 Structure decks shall be clean.
22
23 The second paragraph is deleted.
24
25 6-02.AP6
26 Section 6-02, Concrete Structures
27 January 7, 2019
28 6-02.1 Description
29 The first sentence is revised to read
30
31 This Work consists of the construction of all Structures (and their parts) made of
32 portland cement or blended hydraulic cement concrete with or without reinforcement,
33 including bridge approach slabs.
34
35 6-02.2 Materials
36 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
37 Cement Concrete" are revised to read:
38
39 Cement 9-01
40 Aggregates for Concrete 9-03.1
41
42 6-02.3(2) Proportioning Materials
43 The second paragraph is revised to read:
44
45 Unless otherwise specified, the Contractor shall use Type I or II portland cement or
46 blended hydraulic cement in all concrete as defined in Section 9-01.2(1).
47
48 6-02.3(2)A Contractor Mix Design
49 The last sentence of the last paragraph is revised to read:
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of
7.5 percent for all concrete placed above the finished ground line unless noted
otherwise.
6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
Item number 5 of the first paragraph is deleted.
Item number 6 of the first paragraph (after the preceding Amendment is applied) is
renumbered to 5.
6-02.3(2)B Commercial Concrete
The second paragraph is revised to read:
Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging
culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB
and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post
footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may
use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs,
curbs and gutters, and gutters, it shall have a minimum cementitious material content of
564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of
Section 6-02.3(5)C shall apply.
6-02.3(4) Ready -Mix Concrete
The first sentence of the first paragraph is revised to read:
All concrete, except lean concrete, shall be batched in a prequalified manual, semi-
automatic, or automatic plant as described in Section 6-02.3(4)A.
6-02.3(4)D Temperature and Time For Placement
The following is inserted after the first sentence of the first paragraph:
The upper temperature limit for placement for Class 4000D concrete may be increased
to a maximum of 80OF if allowed by the Engineer.
6-02.3(5)C Conformance to Mix Design
Item number 1 of the second paragraph is revised to read:
Cement weight plus 5 percent or minus 1 percent of that specified in the
mix design.
6-02.3(6)A1 Hot Weather Protection
The first paragraph is revised to read:
The Contractor shall provide concrete within the specified temperature limits. Cooling of
the coarse aggregate piles by sprinkling with water is permitted provided the moisture
content is monitored, the mixing water is adjusted for the free water in the aggregate
and the coarse aggregate is removed from at least 1 foot above the bottom of the pile.
Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or
replacing all or part of the mixing water with crushed ice is permitted, provided the ice is
completely melted by placing time.
The second sentence of the second paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
These surfaces include forms, reinforcing steel, steel beam flanges, and any others that
touch the concrete.
6-02.3(7) Vacant
This section, including title, is revised to read:
6-02.3(7) Tolerances
Unless noted otherwise, concrete construction tolerances shall be in accordance with
this section. Tolerances in this section do not apply to cement concrete pavement.
Horizontal deviation of roadway crown points, cross -slope break points, and curb,
barrier or railing edges from alignment or work line: ±1.0 inch
Deviation from plane: ±0.5 inch in 10 feet
Deviation from plane for roadway surfaces: ±0.25 inch in 10 feet
Deviation from plumb or specified batter: ±0.5 inch in 10 feet, but not to exceed a total
of ±1.5 inches
Vertical deviation from profile grade for roadway surfaces: ±1 inch
Vertical deviation of top surfaces (except roadway surfaces): ±0.75 inch
Thickness of bridge decks and other structural slabs not at grade: ±0.25 inch
Length, width and thickness of elements such as columns, beams, crossbeams,
diaphragms, corbels, piers, abutments and walls, including dimensions to construction
joints in initial placements: +0.5 inch, -0.25 inch
Length, width and thickness of spread footing foundations: +2 inches, -0.5 inch
Horizontal location of the as -placed edge of spread footing foundations: The greater of
±2% of the horizontal dimension of the foundation perpendicular to the edge and ±0.5
inch. However, the tolerance shall not exceed ±2 inches.
Location of opening, insert or embedded item at concrete surface: ±0.5 inch
Cross -sectional dimensions of opening: ±0.5 inch
Bridge deck, bridge approach slab, and bridge traffic barrier expansion joint gaps with a
specified temperature range, measured at a stable temperature: ±0.25 inch
Horizontal deviation of centerline of bearing pad, oak block or other bearing assembly:
±0.125 inch
Horizontal deviation of centerline of supported element from centerline of bearing pad,
oak block or other bearing assembly ±0.25 inch
Vertical deviation of top of bearing pad, oak block or other bearing assembly: ±0.125
inch
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
6-02.3(10)C Finishing Equipment
The first paragraph is revised to read:
The finishing machine shall be self-propelled and be capable of forward and reverse
movement under positive control. The finishing machine shall be equipped with augers
and a rotating cylindrical single or double drum screed. The finishing machine shall
have the necessary adjustments to produce the required cross section, line, and grade.
The finishing machine shall be capable of raising the screeds, augers, and any other
parts of the finishing mechanical operation to clear the screeded surface, and returning
to the specified grade under positive control. Unless otherwise allowed by the Engineer,
a finishing machine manufacturer technical representative shall be on site to assist the
first use of the machine on the Contract.
The first sentence of the second paragraph is revised to read:
For bridge deck widening of 20 feet or less, and for bridge approach slabs, or where
jobsite conditions do not allow the use of the conventional configuration finishing
machines, or modified conventional machines as described above; the Contractor may
submit a Type 2 Working Drawing proposing the use of a hand -operated motorized
power screed such as a "Texas" or "Bunyan" screed.
6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement
This section, including title, is revised to read:
6-02.3(10)D4 Vacant
6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing
In the third subparagraph of the first paragraph, the last sentence is revised to read:
The Contractor shall texture the bridge deck surface to within 3-inches minimum and
24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum
and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches
maximum of the perimeter of bridge drain assemblies.
6-02.3(10)F Bridge Approach Slab Orientation and Anchors
The second to last paragraph is revised to read:
The compression seal shall be a 2'/2 inch wide gland and shall conform to Section 9-
04.1(4).
The last paragraph is deleted.
6-02.3(13)A Strip Seal Expansion Joint System
In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE
AMS Standard 595".
6-02.3(13)B Compression Seal Expansion Joint System
The first paragraph is revised to read:
Compression seal glands shall conform to Section 9-04.1(4) and be sized as shown in
the Plans.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
6-02.3(14)C Pigmented Sealer for Concrete Surfaces
This section is supplemented with the following new paragraph:
Pigmented Sealer Materials shall be a product listed in the current WSDOT Qualified
Products List (QPL). If the pigmented sealer material is not listed in the current WSDOT
QPL, a sample shall be submitted to the State Materials Laboratory in Tumwater for
evaluation and acceptance in accordance with Section 9-08.3.
6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
The second, third and fourth paragraphs are revised to read:
Grout shall be a workable mix with a viscosity that is suitable for the intended
application. Grout shall not be placed outside of the manufacturer recommended range
of thickness. The Contractor shall receive concurrence from the Engineer before using
the grout.
Field grout cubes and cylinders shall be fabricated and tested in accordance with
Section 9-20.3 when requested by the Engineer, but not less than once per bridge pier
or once per day.
Before placing grout, the substrate on which it is to be placed shall be prepared as
recommended by the manufacturer to ensure proper bonding. The grout shall be cured
as recommended by the manufacturer. The grout may be loaded when a minimum of
4,000 psi compressive strength is attained.
The fifth paragraph is deleted.
6-02.3(23) Opening to Traffic
This section is supplemented with the following new paragraph:
After curing bridge approach slabs in accordance with Section 6-02.3(11), the
bridge approach slabs may be opened to traffic when a minimum compressive strength
of 2,500 psi is achieved.
6-02.3(24)C Placing and Fastening
This section is revised to read:
The Contractor shall position reinforcing steel as the Plans require and shall ensure that
the steel is set within specified tolerances. Adjustments to reinforcing details outside of
specified tolerances to avoid interferences and for other purposes are acceptable when
approved by the Engineer.
When spacing between bars is 1 foot or more, they shall be tied at all intersections.
When spacing is less than 1 foot, every other intersection shall be tied. If the Plans
require bundled bars, they shall be tied together with wires at least every 6 feet. All
epoxy -coated bars in the top mat of the bridge deck shall be tied at all intersections,
however they may be tied at alternate intersections when spacing is less than 1 foot in
each direction and they are supported by continuous supports meeting all other
requirements of supports for epoxy -coated bars. Other epoxy -coated bars shall also be
tied at all intersections, but shall be tied at alternate intersections when spacing is less
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
than 1 foot in each direction. Wire used for tying epoxy -coated reinforcing steel shall be
plastic coated. Tack welding is not permitted on reinforcing steel.
Abrupt bends in the steel are permitted only when one steel member bends around
another. Vertical stirrups shall pass around main reinforcement or be firmly attached to
it.
For slip -formed concrete, the reinforcing steel bars shall be tied at all intersections and
cross braced to keep the cage from moving during concrete placement. Cross bracing
shall be with additional reinforcing steel. Cross bracing shall be placed both
longitudinally and transversely.
After reinforcing steel bars are placed in a traffic or pedestrian barrier and prior to slip -
form concrete placement, the Contractor shall check clearances and reinforcing steel
bar placement. This check shall be accomplished by using a template or by operating
the slip -form machine over the entire length of the traffic or pedestrian barrier. All
clearance and reinforcing steel bar placement deficiencies shall be corrected by the
Contractor before slip -form concrete placement.
Precast concrete supports (or other accepted devices) shall be used to maintain the
concrete coverage required by the Plans. The precast concrete supports shall:
Have a bearing surface measuring not greater than 2 inches in either dimension,
and
2. Have a compressive strength equal to or greater than that of the concrete in which
they are embedded.
In slabs, each precast concrete support shall have either: (1) a grooved top that will hold
the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the
reinforcing steel. If this wire is used around epoxy -coated bars, it shall be coated with
plastic.
Precast concrete supports may be accepted based on a Manufacturer's Certificate of
Compliance.
In lieu of precast concrete supports, the Contractor may use metal or all -plastic supports
to hold uncoated bars. Any surface of a metal support that will not be covered by at
least'/2 inch of concrete shall be one of the following:
Hot -dip galvanized after fabrication in keeping with AASHTO M232 Class D;
2. Coated with plastic firmly bonded to the metal. This plastic shall be at least
M2 inch thick where it touches the form and shall not react chemically with the
concrete when tested in the State Materials Laboratory. The plastic shall not
shatter or crack at or above -50F and shall not deform enough to expose the
metal at or below 200°F; or
3. Stainless steel that meet the requirements of ASTM A493, Type 302. Stainless
steel chair supports are not required to be galvanized or plastic coated.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
In lieu of precast concrete supports, epoxy -coated reinforcing bars may be supported by
one of the following:
Metal supports coated entirely with a dielectric material such as epoxy or
plastic,
2. Other epoxy -coated reinforcing bars, or
3. All -plastic supports.
Damaged coatings on metal bar supports shall be repaired prior to placing concrete.
All -plastic supports shall be lightweight, non -porous, and chemically inert in concrete.
All -plastic supports shall have rounded seatings, shall not deform under load during
normal temperatures, and shall not shatter or crack under impact loading in cold
weather. All -plastic supports shall be placed at spacings greater than 1 foot along the
bar and shall have at least 25 percent of their gross place area perforated to
compensate for the difference in the coefficient of thermal expansion between plastic
and concrete. The shape and configuration of all -plastic supports shall permit complete
concrete consolidation in and around the support.
A "mat" is two adjacent and perpendicular layers of reinforcing steel. In bridge decks,
top and bottom mats shall be supported adequately enough to hold both in their proper
positions. If bar supports directly support, or are directly supported on No. 4 bars, they
shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for
bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports.
To provide a rigid mat, the Contractor shall add other supports and tie wires to the top
mat as needed.
Unless noted otherwise, the minimum concrete cover for main reinforcing bars shall be:
3 inches to a concrete surface deposited against earth without intervening forms.
2'/2 inches to the top surface of a concrete bridge deck or bridge approach slab.
2 inches to a concrete surface when not specified otherwise in this section or in the
Contract documents.
1'/2 inches to a concrete barrier or curb surface.
Except for top cover in bridge decks and bridge approach slabs, minimum concrete
cover to ties and stirrups may be reduced by inch but shall not be less than 1 inch.
Minimum concrete cover shall also be provided to the outermost part of mechanical
splices and headed steel reinforcing bars.
Reinforcing steel bar location, concrete cover and clearance shall not vary more than
the following tolerances from what is specified in the Contract documents:
Reinforcing bar location for members 12 inches or less in thickness: ±0.25 inch
Reinforcing bar location for members greater than 12 inches in thickness: ±0.375
inch
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Reinforcing bar location for bars placed at equal spacing within a plane: the greater
of either ±1 inch or ±1 bar diameter within the plane. The total number of bars shall
not be fewer than that specified.
The clearance between reinforcement shall not be less than the greater of the bar
diameter or 1 inch for unbundled bars. For bundled bars, the clearance between
bundles shall not be less than the greater of 1 inch or a bar diameter derived from
the equivalent total area of all bars in the bundle.
Longitudinal location of bends and ends of bars: ±1 inch
Embedded length of bars and length of bar lap splices:
No. 3 through No. 11: -1 inch
No. 14 through No. 18: -2 inches
Concrete cover measured perpendicular to concrete surface (except for the top
surface of bridge decks, bridge approach slabs and other roadway surfaces): ±0.25
inch
Concrete cover measured perpendicular to concrete surface for the top surface of
bridge decks, bridge approach slabs and other roadway surfaces: +0.25 inch, -0
inch
Before placing any concrete, the Contractor shall:
Clean all mortar from reinforcement, and
2. Obtain the Engineer's permission to place concrete after the Engineer has
inspected the placement of the reinforcing steel. (Any concrete placed without
the Engineer's permission shall be rejected and removed.)
6-02.3(25)H Finishing
The last paragraph is revised to read:
The Contractor may repair defects in prestressed concrete girders in accordance with
Section 6-01.16.
6-02.3(25)1 Fabrication Tolerances
Item number 12 of the first paragraph is revised to read:
12. Stirrup Projection from Top of Girder:
Wide flange thin deck and slab girders: ±'/2 inch
All other girders: ± 1/4 inch
6-02.3(27) Concrete for Precast Units
The last sentence of the first paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Type III portland cement or blended hydraulic cement is permitted to be used in precast
concrete units.
6-02.3(28)B Casting
In the second paragraph, the reference to Section 6-02.3(25)B is revised to read Section 6-
02.3(25)C.
6-02.3(28)D Contractors Control Strength
In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO
T 23".
6-02.3(28)E Finishing
This section is supplemented with the following:
The Contractor may repair defects in precast panels in accordance with Section 6-
01.16.
6-03.AP6
Section 6-03, Steel Structures
January 7, 2019
6-03.2 Materials
In the first paragraph, the material reference for Paints is revised to read:
Paints and Related Materials 9-08
6-03.3(25)A3 Ultrasonic Inspection
The first paragraph (up until the colon) is revised to read:
Complete penetration groove welds on plates 5/16 inch and thicker in the following
welded assemblies or Structures shall be 100 percent ultrasonically inspected:
6-03.3(33) Bolted Connections
The first paragraph is supplemented with the following:
After final tightening of the fastener components, the threads of the bolts shall at a
minimum be flush with the end of the nut.
The following is inserted after the third sentence of the fourth paragraph:
When galvanized bolts are specified, tension -control galvanized bolts are not permitted.
6-05.AP6
Section 6-05, Piling
January 2, 2018
6-05.3(9)A Pile Driving Equipment Approval
The fourth sentence of the second paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
For prestressed concrete piles, the allowable driving stress in kips per square inch shall
be 0.095 f', plus prestress in tension, and 0.85f', minus prestress in compression,
where f',, is the concrete compressive strength in kips per square inch.
6-07.AP6
Section 6-07, Painting
January 7, 2019
6-07.1 Description
The first sentence is revised to read:
This work consists of containment, surface preparation, shielding adjacent areas from
work, testing and disposing of debris, furnishing and applying paint, and cleaning up
after painting is completed.
6-07.2 Materials
The material reference for Paint is revised to read:
Paint and Related Materials 9-08
6-07.3(1)A Work Force Qualifications for Shop Application of Paint
This section is supplemented with the following new sentence:
The work force may be accepted based on the approved facility.
6-07.3(1)B Work Force Qualifications for Field Application of Paint
The first two paragraphs are revised to read:
The Contractor preparing the surface and applying the paint shall be certified under
SSPC-QP 1 or NACE International Institute Contractor Accreditation Program (NIICAP)
AS 1.
The Contractor removing and otherwise disturbing existing paint containing lead and
other hazardous materials shall be certified under SSPC-QP 2, Category A or NIICAP
AS 2.
The third paragraph (up until the colon) is revised to read:
In lieu of the above SSPC or NIICAP certifications, the Contractor performing the
specified work shall complete both of the following actions:
Item number 2 of the third paragraph is revised to read:
2. The Contractor's quality control inspector(s) for the project shall be NACE-certified
CIP Level 3 or SSPC Protective Coating Inspector (PCI) Level 3.
6-07.3(2) Submittals
The first paragraph is supplemented with the following:
Each component of the plan shall identify the specification section it represents.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
6-07.3(2)B Contractor's Quality Control Program Submittal Component
The numbered list in the first paragraph is revised to read:
Description of the inspection procedures, tools, techniques and the acceptance
criteria for all phases of work.
2. Procedure for implementation of corrective action for non-conformance work.
3. The paint system manufacturer's recommended methods of preventing defects.
4. The Contractor's frequency of quality control inspection for each phase of work.
5. Example of each completed form(s) of the daily quality control report used to
document the inspection work and tests performed by the Contractor's quality
control personnel.
6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal
Component
Item number 1 is revised to read:
Product data sheets and Safety Data Sheets (SDS) on the paint materials, paint
preparation, and paint application, as specified by the paint manufacturer,
including:
a. All application instructions, including the mixing and thinning directions.
b. Recommended spray nozzles and pressures.
c. Minimum and maximum drying time between coats.
d. Restrictions on temperature and humidity.
e. Repair procedures for shop and field applied coatings.
Maximum dry film thickness for each coat.
g. Minimum wet film thickness for each coat to achieve the specified minimum
dry film thickness.
6-07.3(2)D Hazardous Waste Containment, Collection, Testing, and Disposal
Submittal Component
The first paragraph (up until the colon) is revised to read:
The hazardous waste containment, collection, testing, and disposal shall meet all
Federal and State requirements, and the submittal component of the painting plan shall
include the following:
6-07.3(2)E Cleaning and Surface Preparation Submittal Component
Item 1(b) of the first paragraph is revised to read::
b. Type, manufacturer, and brand of abrasive blast material and all associated
additives, including Safety Data Sheets (SDS).
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
6-07.3(3)B Quality Control and Quality Assurance for Field Application of Paint
The last sentence of the first paragraph (excluding the numbered list) is revised to read:
The Contractor's quality control operations shall include a minimum monitoring and
documenting the following for each working day:
Item number 1 in the fourth paragraph is revised to read:
Environmental conditions for painting in accordance with ASTM E 337.
Item number 4 in the fourth paragraph is revised to read:
4. Pictorial of surface preparation guides in accordance with SSPC-VIS 1, 3, 4, and 5.
Item number 5 in the fourth paragraph is revised to read:
5. Surface profile by Keanne-Tator comparator in accordance with ASTM D 4417 and
SSPC PA17.
6-07.3(4) Paint System Manufacturer's Technical Representative
This section is revised to read:
The paint system manufacturer's representative shall be present at the jobsite for the
pre -painting conference and for the first day of paint application, and shall be available
to the Contractor and Contracting Agency for consultation for the full project duration.
6-07.3(5) Pre -Painting Conference
The second paragraph is revised to read:
If the Contractor's key personnel change between any work operations, an additional
conference shall be held if requested by the Engineer.
6-07.3(6)A Paint Containers
In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
6-07.3(6)B Paint Storage
Item number 2 of the second paragraph is revised to read:
2. The Contractor shall monitor and document daily the paint material storage facility
with a high -low recording thermometer device.
6-07.3(7) Paint Sampling and Testing
The first two paragraphs are revised to read:
The Contractor shall provide the Engineer 1 quart of each paint representing each lot.
Samples shall be accompanied with a Safety Data Sheet.
If the quantity of paint required for each component of the paint system for the entire
project is 20 gallons or less, then the paint system components will be accepted as
specified in Section 9-08.1(7).
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
6-07.3(8)A Paint Film Thickness Measurement Gages
The first paragraph is revised to read:
Paint dry film thickness measurements shall be performed with either a Type 1 pull -off
gage or a Type 2 electronic gage as specified in SSPC Paint Application Specification
No. 2, Procedure for Determining Conformance to Dry Coating Thickness
Requirements.
6-07.3(9) Painting New Steel Structures
The last sentence of the second paragraph is revised to read:
Welded shear connectors are not required to painted.
The last paragraph is revised to read:
Temporary attachments or supports for scaffolding, containment or forms shall not
damage the paint system.
6-07.3(9)A Paint System
The first paragraph is revised to read:
The paint system applied to new steel surfaces shall consist of the following:
Option 1 (component based paint system):
Primer Coat — Inorganic Zinc Rich 9-08.1(2)C
Intermediate Coat — Moisture Cured Polyurethane 9-08.1(2)G
Intermediate Stripe Coat — Moisture Cured Polyurethane 9-08.1(2)G
Top Coat — Moisture Cured Polyurethane 9-08.1(2)H
Option 2 (performance based paint system):
Primer Coat — Inorganic Zinc Rich 9-08.1(2)M
Intermediate Coat — Epoxy 9-08.1(2)M
Intermediate Stripe Coat — Epoxy 9-08.1(2)M
Top Coat — Polyurethane 9-08.1(2)M
The following new paragraph is inserted after the first paragraph:
Paints and related materials shall be products listed in the current WSDOT Qualified
Products List (QPL). Component based paint systems shall be listed on the QPL in the
applicable sections of Section 9-08. Performance based systems shall be listed on the
current Northeast Protective Coatings Committee (NEPCOAT) Qualified Products List
"A" as listed on the WSDOT QPL in Section 9-08.1(2)M. If the paint and related
materials for the component based system is not listed in the current WSDOT QPL, a
sample shall be submitted to the State Materials Laboratory in Tumwater for evaluation
and acceptance in accordance with Section 9-08.
6-07.3(9)C Mixing and Thinning Paint
This section is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
The Contractor shall thoroughly mix paint in accordance with the manufacturer's written
recommendations and by mechanical means to ensure a uniform and lump free
composition. Paint shall not be mixed by means of air stream bubbling or boxing. Paint
shall be mixed in the original containers and mixing shall continue until all pigment or
metallic powder is in suspension. Care shall be taken to ensure that the solid material
that has settled to the bottom of the container is thoroughly dispersed. After mixing, the
Contractor shall inspect the paint for uniformity and to ensure that no unmixed pigment
or lumps are present.
Catalysts, curing agents, hardeners, initiators, or dry metallic powders that are
packaged separately may be added to the base paint in accordance with the paint
manufacturer's written recommendations and only after the paint is thoroughly mixed to
achieve a uniform mixture with all particles wetted. The Contractor shall then add the
proper volume of curing agent to the correct volume of base and mix thoroughly. The
mixture shall be used within the pot life specified by the manufacturer. Unused portions
shall be discarded at the end of each work day. Accelerants are not permitted except as
allowed by the Engineer.
The Contractor shall not add additional thinner at the application site except as allowed
by the Engineer. The amount and type of thinner, if allowed, shall conform to the
manufacturer's specifications. If recommended by the manufacturer and allowed by the
Engineer, a measuring cup shall be used for the addition of thinner to any paint with
graduations in ounces. No un-measured addition of thinner to paint will be allowed. Any
paint found to be thinned by unacceptable methods will be rejected.
When recommended by the manufacturer, the Contractor shall constantly agitate paint
during application by use of paint pots equipped with mechanical agitators.
The Contractor shall strain all paint after mixing to remove undesirable matter, but
without removing the pigment or metallic powder.
Paint shall be stored and mixed in a secure, contained location to eliminate the potential
for spills into State waters and onto the ground and highway surfaces.
6-07.3(9)D Coating Thickness
This section is revised to read:
Dry film thickness shall be measured in accordance with SSPC Paint Application
Specification No. 2, Procedure for Determining Conformance to Dry Coating Thickness
Requirements.
The minimum dry film thickness of the primer coat shall not be less than 2.5 mils.
The minimum dry film thickness of each coat (combination of intermediate and
intermediate stripe, and top) shall be not less than 3.0 mils.
The dry film thickness of each coat shall not be thicker than the paint manufacturer's
recommended maximum thickness.
The minimum wet film thickness of each coat shall be specified by the paint
manufacturer to achieve the minimum dry film thickness.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Film thickness, wet and dry, will be measured by gages conforming to Section 6-
07.3(8)A.
Wet measurements will be taken immediately after the paint is applied in accordance
with ASTM D4414. Dry measurements will be taken after the coating is dry and hard in
accordance with SSPC Paint Application Specification No. 2.
Each painter shall be equipped with wet film thickness gages and shall be responsible
for performing frequent checks of the paint film thickness throughout application.
Coating thickness measurements may be made by the Engineer after the application of
each coat and before the application of the succeeding coat. In addition, the Engineer
may inspect for uniform and complete coverage and appearance. One hundred percent
of all thickness measurements shall meet or exceed the minimum wet film thickness. In
areas where wet film thickness measurements are impractical, dry film thickness
measurements may be made. If a question arises about an individual coat's thickness
or coverage, it may be verified by the use of a Tooke gage in accordance with ASTM
D4138.
If the specified number of coats does not produce a combined dry film thickness of at
least the sum of the thicknesses required per coat, if an individual coat does not meet
the minimum thickness, or if visual inspection shows incomplete coverage, the coating
system will be rejected and the Contractor shall discontinue painting and surface
preparation operations and shall submit a Type 2 Working Drawing of the repair
proposal. The repair proposal shall include documentation demonstrating the cause of
the less -than -minimum thickness, along with physical test results, as necessary, and
modifications to Work methods to prevent similar results. The Contractor shall not
resume painting or surface preparation operations until receiving the Engineer's
acceptance of the completed repair.
6-07.3(9)E Surface Temperature Requirements Prior to Application of Paint
This section, including title, is revised to read:
6-07.3(9)E Environmental Condition Requirements Prior to Application of Paint
Paint shall be applied only during periods when:
Air and steel temperatures are in accordance with the paint manufacturer's
recommendations but in no case less than 35°F nor greater than 1150F.
2. Steel surface temperature is a minimum of 50F above the dew point.
3. Steel surface is not wet.
4. Relative humidity is within the manufacturer's recommended range.
5. The anticipated ambient temperature will remain above 350F or the
manufacturer's minimum temperature, whichever is greater, during the paint
drying and curing period.
Application will not be allowed if conditions are not favorable for proper application and
performance of the paint.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Paint shall not be applied when weather conditions are unfavorable to proper curing. If a
paint system manufacturer's recommendations allow for application of a paint under
environmental conditions other than those specified, the Contractor shall submit a Type
2 Working Drawing consisting of a letter from the paint manufacturer specifying the
environmental conditions under which the paint can be applied. Application of paint
under environmental conditions other than those specified in this section will not be
allowed without the Engineer's concurrence.
6-07.3(9)F Shop Surface Cleaning and Preparation
The last sentence is revised to read:
The entire steel surface to be painted, including surfaces specified in Section 6-
07.3(9)G to receive a mist coat of primer, shall be cleaned to a near white condition in
accordance with SSPC-SP 10, Near -white Metal Blast Cleaning, and shall be in this
condition immediately prior to paint application.
6-07.3(9)G Application of Shop Primer Coat
The first paragraph is supplemented with the following:
Repairs of the shop primer coat shall be prepared in accordance with the painting plan.
Shop primer coat repair paint shall be selected from the approved component based or
performance based paint system in accordance with Section 6-07.3(10)H.
6-07.3(9)H Containment for Field Coating
This section is revised to read:
The Contractor shall use a containment system in accordance with Section 6-07.3(10)A
for surface preparation and prime coating of all uncoated areas remaining, including
bolts, nuts, washers, and splice plates.
During painting operations of the intermediate, stripe and top coats the Contractor shall
furnish, install, and maintain drip tarps below the areas to be painted to contain all
spilled paint, buckets, brushes, and other deleterious material, and prevent such
materials from reaching the environment below or adjacent to the structure being
painted. Drip tarps shall be absorbent material and hung to minimize puddling. The
Contractor shall evaluate the project -specific conditions to determine the specific type
and extent of containment needed to control the paint emissions and shall submit a
containment plan in accordance with Section 6-07.3(2).
6-07.3(9)1 Application of Field Coatings
This section is revised to read:
An on -site supervisor shall be present for each work shift at the bridge site.
Upon completion of erection Work, all uncoated or damaged areas remaining, including
bolts, nuts, washers, and splice plates, shall be prepared in accordance with Section 6-
07.3(9)F, followed by a field primer coat of a zinc -rich primer and final coats of paint
selected from the approved component or performance based paint system in
accordance with Section 6-07.3(10)H.. The intermediate, intermediate stripe, and top
coats shall be applied in accordance with the manufacturer's written recommendations.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Upon completion of erection Work, welds for steel column jackets may be prepared in
accordance with SSPC-SP 15, Commercial Grade Power Tool Cleaning.
The minimum drying time between coats shall be as shown in the product data sheets,
but not less than 12 hours. The Contractor shall determine whether the paint has cured
sufficiently for proper application of succeeding coats.
The maximum time between intermediate and top coats shall be in accordance with the
manufacturer's written recommendations. If the maximum time between coats is
exceeded, all newly coated surfaces shall be prepared to SSPC-SP 7, Brush-off Blast
Cleaning, and shall be repainted with the same paint that was cleaned, at no additional
cost to the Contracting Agency.
Each coat shall be applied in a uniform layer, completely covering the preceding coat.
The Contractor shall correct runs, sags, skips, or other deficiencies before application of
succeeding coats. Such corrective work may require re -cleaning, application of
additional paint, or other means as determined by the Engineer, at no additional cost to
the Contracting Agency.
Dry film thickness measurements will be made in accordance with Section 6-07.3(9)D.
All paint damage that occurs shall be repaired in accordance with the manufacturer's
written recommendations. On bare areas or areas of insufficient primer thickness, the
repair shall include field -applied zinc -rich primer and the final coats of paint selected
from the approved component or performance based paint system in accordance with
Section 6-07.3(10)H. On areas where the primer is at least equal to the minimum
required dry film thickness, the repair shall include the application of the final two coats
of the paint system. All paint repair operations shall be performed by the Contractor at
no additional cost or time to the Contracting Agency.
6-07.3(10)A Containment
The first sentence of the third paragraph is revised to read:
Emissions shall be assessed by Visible Emission Observations (Method A) in SSPC
Technology Update No. 7, Conducting Ambient Air, Soil, and Water Sampling of
Surface Preparation and Paint Disturbance Activities, Section 6.2 and shall be limited to
the Level A Acceptance Criteria Option Level 0 Emissions standard.
6-07.3(10)D Surface Preparation Prior to Overcoat Painting
The first paragraph is revised to read:
The Contractor shall remove any visible oil, grease, and road tar in accordance with
SSPC-SP 1, Solvent Cleaning.
The second paragraph is revised to read:
Following any preparation by SSPC-SP1, all steel surfaces to be painted shall be
prepared in accordance with SSPC-SP 7, Brush-off Blast Cleaning. Surfaces
inaccessible to brush-off blast shall be prepared in accordance with SSPC-SP 3, Power
Tool Cleaning, as allowed by the Engineer.
The first sentence of the third paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2 Following brush-off blast cleaning, the Contractor shall perform spot abrasive blast
3 cleaning in accordance with SSPC-SP 6, Commercial Blast Cleaning.
4
5 The second to last sentence of the third paragraph is revised to read:
6
7 For small areas, as allowed by the Engineer, the Contractor may substitute cleaning in
8 accordance with SSPC-SP 15, Commercial Grade Power Tool Cleaning.
9
10 6-07.3(10)G Treatment of Pack and Rust Gaps
11 The second paragraph is revised to read:
12
13 Pack rust forming a gap between steel surfaces of Y16 to inch shall be cleaned to a
14 depth of at least one half of the gap width. The gaps shall be cleaned and prepared in
15 accordance with SSPC-SP6. The cleaned gap shall be treated with rust penetrating
16 sealer, prime coated, and then caulked to form a watertight seal along the top edge and
17 the two sides of the steel pieces involved, using the rust penetrating sealer and caulk as
18 accepted by the Engineer. The bottom edge or lowest edge of the steel pieces involved
19 shall not be caulked.
20
21 The third paragraph is supplemented with the following:
22
23 Caulk shall be a single -component urethane sealant conforming to Section 9-08.7.
24
25 The fifth paragraph is revised to read:
26
27 At locations where gaps between steel surfaces exceed '/4 inch, the Contractor shall
28 clean and prepare the gap in accordance SSPC-SP6, apply the rust penetrating sealer,
29 apply the prime coat, and then fill the gap with foam backer rod material as accepted by
30 the Engineer. The foam backer rod material shall be of sufficient diameter to fill the
31 crevice or gap. The Contractor shall apply caulk over the foam backer rod material to
32 form a watertight seal.
33
34 This section is supplemented with the following new paragraph:
35
36 Caulk and backer rod, if needed, shall be placed prior to applying the top coat. The
37 Contractor, with the concurrence of the Engineer, may apply the rust penetrating sealer
38 after application of the prime coat provided the primer is removed in the areas to be
39 sealed. The areas to be sealed shall be re -cleaned and re -prepared in accordance with
40 SSPC-SP6.
41
42 6-07.3(10)H Paint System
43 The first paragraph is revised to read:
44
45 The paint system applied to existing steel surfaces shall consist of the following five-
46 coat system:
47
48 Option 1 (component based system):
49
50 Primer Coat — Zinc -filled Moisture Cured Polyurethane 9-08.1(2)F
51 Primer Stripe Coat - Moisture Cured Polyurethane 9-08.1(2)F
52 Intermediate Coat - Moisture Cured Polyurethane 9-08.1(2)G
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Intermediate Stripe Coat - Moisture Cured Polyurethane 9-08.1(2)G
Top Coat - Moisture Cured Polyurethane 9-08.1(2)H
Option 2 (performance based system):
Primer Coat — Zinc -rich Epoxy 9-08.1(2)N
Primer Stripe Coat — Epoxy 9-08.1(2)N
Intermediate Coat — Epoxy 9-08.1(2)N
Intermediate Stripe Coat — Epoxy 9-08.1(2)N
Top Coat — Polyurethane 9-08.1(2)N
The following new paragraph is inserted after the first paragraph:
Paints and related materials shall be a product listed in the current WSDOT Qualified
Products List (QPL). Component based paint systems shall be listed on the QPL in the
applicable sections of Section 9-08. Performance based systems shall be listed on the
current Northeast Protective Coatings Committee (NEPCOAT) Qualified Products List
"B" as listed on the WSDOT QPL in Section 9-08.1(2)N. If the paint and related material
for the component based system is not listed in the current WSDOT QPL, a sample
shall be submitted to the State Materials Laboratory in Tumwater for evaluation and
acceptance in accordance with Section 9-08.
6-07.3(10)J Mixing and Thinning Paint
This section is revised to read:
Mixing and thinning paint shall be in accordance with Section 6-07.3(9)C.
6-07.3(10)K Coating Thickness
This section is revised to read:
Coating thickness shall be in accordance with Section 6-07.3(9)D except the minimum
dry film thickness of each coat (combination of primer and primer stripe, combination of
intermediate and intermediate stripe, and top) shall not be less than 3.0 mils.
6-07.3(10)L Environmental Condition Requirements Prior to Application of
Paint
This section is revised to read:
Environmental conditions shall be in accordance with Section 6-07.3(9)E.
6-07.3(10)M Steel Surface Condition Requirements Prior to Application of
Paint
The third paragraph is revised to read:
Edges of existing paint shall be feathered in accordance with SSPC-PA 1, Shop, Field,
and Maintenance Coating of Metals, Note 15.20.
6-07.3(10)N Field Coating Application Methods
The third sentence is revised to read:
The Contractor may apply stripe coat paint using spray or brush but shall follow spray
application using a brush to ensure complete coverage around structural geometric
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 irregularities and to push the paint into gaps between existing steel surfaces and around
2 rivets and bolts.
3
4 6-07.3(10)0 Applying Field Coatings
5 The second to last paragraph is revised to read:
6
7 Each application of primer, primer stripe, intermediate, intermediate stripe, and top coat
8 shall be considered as separately applied coats. The Contractor shall not use a
9 preceding or subsequent coat to remedy a deficiency in another coat. The Contractor
10 shall apply the top coat to at least the minimum specified top coat thickness, to provide
11 a uniform appearance and consistent finish coverage.
12
13 6-07.3(10)P Field Coating Repair
14 The second sentence is revised to read:
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Repair areas shall be cleaned of all damaged paint and the system reapplied using all
coats typical to the paint system and shall meet the minimum coating thickness.
6-07.3(11)A Painting of Galvanized Surfaces
This section is revised to read:
All galvanized surfaces receiving paint shall be prepared for painting in accordance with
the ASTM D 6386. The method of preparation shall be brush-off in accordance with
SSPC-SP16 Brush -Off Blast Cleaning of Coated and Uncoated Galvanized Steel,
Stainless Steels, and Non -Ferrous Metals or as otherwise allowed by the Engineer. The
Contractor shall not begin painting until receiving the Engineer's acceptance of the
prepared galvanized surface. For galvanized bolts used for replacement of deteriorated
existing rivets, the Contractor, with the concurrence of the Engineer and after successful
demonstration testing, may prepare galvanized surfaces in accordance with SSPC-SP1
followed by SSPC-SP2, Hand Tool Cleaning or SSPC-SP3, Power Tool Cleaning. The
demonstration testing shall include adhesion testing of the first coat of paint over
galvanized bolts, nuts, and washers or a representative galvanized surface. Adhesion
testing shall be performed in accordance with ASTM D 4541 for 600 psi minimum
adhesion. A minimum of 3 successful tests shall be performed on the galvanized
surface prepared and painted using the same methods and materials to be used on the
galvanized bolts, nuts and washers in the field.
6-07.3(11)A2 Paint Coat Materials
This section is revised to read:
The Contractor shall paint the dry surface as follows:
The first coat over a galvanized surface shall be an epoxy polyamide
conforming to Section 9-08.1(2)E . In the case of galvanized bolts used for
replacement of deteriorated existing rivets and for small surface areas less
than or equal to one square foot, an intermediate moisture cured polyurethane
conforming to Section 9-08.1(2)G may be used as a first coat. In both cases
the first coat shall be compatible with galvanizing and as recommended by the
top coat manufacturer.
2. The second coat shall be a top coat moisture cured aliphatic polyurethane
conforming to Section 9-08.1(2)H or a top coat polyurethane conforming to
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Section 6-07.3(10)H Option 2 NEPCOAT performance based paint
specification compatible with the first coat as recommended by the
manufacturer.
Each coat shall be dry before the next coat is applied. All coats applied in the shop shall
be dried hard before shipment.
6-07.3(11)B Powder Coating of Galvanized Surfaces
This section is revised to read:
Powder coating of galvanized surfaces shall consist of the following coats:
The first coat shall be an epoxy powder primer coat conforming to Section 9-
08.2.
2. The second coat shall be a polyester finish coat conforming to Section 9-08.2.
6-07.3(11)B3 Galvanized Surface Cleaning and Preparation
The first three paragraphs are revised to read:
Galvanized surfaces receiving the powder coating shall be cleaned and prepared for
coating in accordance with ASTM D 7803, and the project -specific powder coating plan.
Assemblies conforming to the ASTM D 7803 definition for newly galvanized steel shall
receive surface smoothing and surface cleaning in accordance with ASTM D 7803,
Section 5, and surface preparation in accordance with ASTM D 7803, Section 5.1.3.
Assemblies conforming to the ASTM D 7803 definition for partially weathered
galvanized steel shall be checked and prepared in accordance with ASTM D 7803,
Section 6, before then receiving surface smoothing and surface cleaning in accordance
with ASTM D 7803, Section 5, and surface preparation in accordance with ASTM D
7803, Section 5.1.3.
The fourth paragraph (up until the colon) is revised to read:
Assemblies conforming to the ASTM D 7803 definition for weathered galvanized steel
shall be prepared in accordance with ASTM D 7803, Section 7 before then receiving
surface smoothing and surface cleaning in accordance with ASTM D 7803, Section 5,
and surface preparation in accordance with ASTM D 7803, Section 5.3 except as
follows:
6-07.3(11)B5 Testing
Item number 4 in the first paragraph is revised to read:
4. Adhesion testing in accordance with ASTM D 4541 for 600 psi minimum adhesion
for the complete two -component system.
The second sentence of the fourth paragraph is revised to read:
Rejected assemblies shall be repaired or recoated by the Contractor, at no additional
expense to the Contracting Agency, in accordance with the powder coating
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
manufacturer's recommendation as detailed in the project -specific powder coating plan,
until the assemblies satisfy the acceptance testing requirements.
6-07.3(12) Painting Ferry Terminal Structures
This section is revised to read:
Painting of ferry terminal Structures shall be in accordance with Section 6-07.3 as
supplemented below.
This section is supplemented with the following new subsections:
6-07.3(12)A Painting New Steel Ferry Terminal Structures
Painting of new steel Structures shall be in accordance with Section 6-07.3(9) except
that all coatings (primer, intermediate, intermediate stripe, and top) shall be applied in
the shop with the following exceptions:
Steel surfaces to be field welded.
2. Steel surfaces to be greased.
3. The length of piles designated in the Plans not requiring painting.
The minimum drying time between coats shall be as shown in the product data sheets,
but not less than 12 hours. The Contractor shall determine whether the paint has cured
sufficiently for proper application of succeeding coats.
6-07.3(12)A1 Paint Systems
Paint systems for Structural Steel, which includes vehicle transfer spans and
towers, pedestrian overhead loading structures and towers, upland structural steel
and other elements as designated in the Special Provisions shall be as specified in
Section 6-07.3(9)A.
Paint systems for Piling, Landing Aids and Life Ladders shall be as specified in the
Special Provisions.
6-07.3(12)A2 Paint Color
Paint colors shall be as specified in the Special Provisions.
6-07.3(12)A3 Coating Thickness
Coating thicknesses shall be as specified in the Special Provisions.
6-07.3(12)A4 Application of Field Coatings
An on -site supervisor shall be present for each work shift at the project site.
Upon completion of erection Work, all uncoated or damaged areas remaining,
including bolts, nuts, washers, splice plates, and field welds shall be prepared in
accordance with SSPC-SP 1, Solvent Cleaning, followed by SSPC-SP 11, Power
Tool Cleaning to Bare Metal. Surface preparation shall be measured according to
SSPC-VIS 3. SSPC-SP 11 shall be performed for a minimum distance of 1 inch
from the uncoated or damaged area. In addition, intact shop -applied coating
surrounding the area shall be abraded or sanded for a distance of 6 inches out from
the properly prepared clean/bare metal areas to provide adequate roughness for
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
application of field coatings. All sanding dust and contamination shall be removed
prior to application of field coatings.
Field applied paint for Structural Steel shall conform to Section 6-07.3(10)H, as
applicable. Field applied paint for Piling, Landing Aids and Life Ladders shall be as
specified in the Special Provisions.
For areas above the tidal zone, the minimum drying time between coats shall be as
shown in the product data sheets, but not less than 12 hours. For areas within the
tidal zone, the minimum drying time between coats shall be as recommended by
the paint system manufacturer. The Contractor shall determine whether the paint
has cured sufficiently for proper application of succeeding coats.
The maximum time between intermediate and top coats shall be in accordance with
the manufacturer's written recommendations. If the maximum time between coats
is exceeded, all newly coated surfaces shall be prepared to SSPC-SP 3, Power
Tool Cleaning, and shall be repainted with the same paint that was cleaned, at no
additional cost to the Contracting Agency.
Each coat shall be applied in a uniform layer, completely covering the preceding
coat. The Contractor shall correct runs, sags, skips, or other deficiencies before
application of succeeding coats. Such corrective work may require re -cleaning,
application of additional paint, or other means as determined by the Engineer, at no
additional cost to the Contracting Agency.
Surface preparation for underwater locations shall consist of removing all dirt, oil,
grease, loose paint, loose rust, and marine growth from the area that is to be
repaired. The sound paint surrounding the damaged area shall be roughened to
meet the requirements of the manufacturer. Paint for underwater applications shall
be as specified in the Special Provisions and shall be applied in accordance with
the manufacturer's recommendations.
6-07.3(12)B Painting Existing Steel Ferry Terminal Structures
Painting of existing steel structures shall be in accordance with Section 6-07.3(10) as
supplemented by the following.
6-07.3(12)B1 Containment
Containment for full removal shall be in accordance with Section 6-07.3(10)A.
Containment for overcoat systems shall be in accordance with all applicable
Permits as required in the Special Provisions.
Prior to cleaning the Contractor shall enclose all exposed electrical and mechanical
equipment to seal out dust, water, and paint. Non-metallic surfaces shall not be
abrasive blasted or painted. Unless otherwise specified, the following metallic
surfaces shall not be painted and shall be protected from abrasive blasting and
painting:
Galvanized and stainless steel surfaces not previously painted,
2. Non-skid surfaces,
3. Unpainted intentionally greased surfaces,
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
4. Equipment labels, identification plates, tags, etc.,
5. Fire and emergency containers or boxes,
6. Mechanical hardware such as hoist sheaves, hydraulic cylinders, gear
boxes, wire rope, etc.
The Contractor shall submit a Type 2 Working Drawing consisting of materials and
equipment used to shield components specified to not be cleaned and painted.
The Contractor shall shut off the power prior to working around electrical
equipment. The Contractor shall follow the lock-out/tag-out safety provisions of the
WAC 296-803 and all other applicable safety standards.
6-07.3(12)B2 Surface Preparation
For applications above high water and within the tidal zone, surface preparation for
overcoat painting shall be in accordance with SSPC-SP 1, Solvent Cleaning,
followed by SSPC-SP 3, Power Tool Cleaning. Use of wire brushes is not allowed.
After SP 3 cleaning has been completed all surfaces exhibiting coating failure down
to the steel substrate, and those exhibiting visible corrosion, shall be prepared
down to clean bare steel in accordance with SSPC-SP 15, Commercial Grade
Power Tool Cleaning. Surface preparation shall be measured according to SSPC-
VIS 3. SSPC-SP 15 shall be performed for a minimum distance of 1 inch from the
area exhibiting failure or visible corrosion. In addition, intact shop -applied coating
surrounding the repair area shall be abraded or sanded for a distance of 6 inches
out from the properly prepared clean/bare metal areas to provide adequate
roughness for application of repair coatings. All sanding dust and contamination
shall be removed prior to application of repair coatings. Surface preparation for full
paint removal shall be in accordance with Section 6-07.3(10)E except SSPC-SP 11
will be permitted as detailed in the Contractor's painting plan and as allowed by the
Engineer.
Surface preparation for underwater locations shall consist of removing all dirt, oil,
grease, loose paint, loose rust, and marine growth from the area that is to be
repaired. The sound paint surrounding the damaged area shall be roughened as
required by the coating manufacturer.
Removed marine growth may be released to state waters provided the marine
growth is not mixed with contaminants (paint, oil, rust, etc.) and it shall not
accumulate on the sea bed. All marine growth containing contaminants shall be
collected for proper disposal.
Surface preparation for the underside of bridge decks (consisting of either a steel
grid system of main bars or tees and a light gauge metal form, in -filled with
concrete or a corrugated light gauge metal form, infilled with concrete) shall be in
accordance with SSPC-SP 2, Hand Tool Cleaning or SSPC-SP 3, Power Tool
Cleaning with the intent of not causing further damage to the light gauge metal
form. Following removal of any pack rust and corroded sections from the underside
of the bridge deck, cleaning and flushing to remove salts and prior to applying the
primer coat, the Contractor shall seal the entire underside of the deck system with
rust -penetrating sealer. Damage to galvanized metal forms and/or grids shall be
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
repaired in accordance with ASTM A 780, with the preferred method of repair using
paints containing zinc dust.
6-07.3(12)B3 Paint Systems
Paints systems for Structural Steel, which includes vehicle transfer spans and
towers, pedestrian overhead loading structures and towers, upland structural steel
and other elements as designated in the Special Provisions shall be as specified in
Section 6-07.3(10)H.
Paint systems for Piling, Landing Aids, Life Ladders, underside of vehicle transfer
span bridge decks, non-skid surface treated areas, and anti -graffiti coatings shall
be as specified in the Special Provisions.
6-07.3(12)B4 Paint Color
Paint colors shall be as specified in the Special Provisions.
6-07.3(12)B5 Coating Thickness
Coating thicknesses shall be as specified in the Special Provisions.
6-07.3(12)B6 Application of Field Coatings
Application of field coatings shall be in accordance with Section 6-07.3(10)0 and
Section 6-07.3(12)A2 except for the following:
All coatings applied in the field shall be applied using a brush or roller.
Spray application methods may be used if allowed by the Engineer.
2. Applied coatings shall not be immersed until the coating has been cured
as required by the coating manufacturer.
3. Non-skid surface treatment products shall be applied in accordance with
the manufacturer's recommendations.
4. Anti -graffiti coatings shall be applied in one coat following application of
the top coat, where specified in the Plans.
6-07.3(14)B Reference Standards
The second standard reference (to SSPC CS 23.00), and its accompanying title, is revised
to read:
SSPC CS 23.00 Specification for the Application of Thermal Spray Coatings
(Metallizing) of Aluminum, Zinc, and Their Alloys and
Composites for the Corrosion Protection of Steel
6-08.AP6
Section 6-08, Bituminous Surfacing on Structure Decks
January 7, 2019
6-08.3(7)A Concrete Deck Preparation
The first sentence of the first paragraph is revised to read:
The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish
the extent of bridge deck repair in accordance with Section 6-09.3(6).
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
6-08.3(8)A Structure Deck Preparation
The second sentence of the last paragraph is revised to read:
Prior to applying the primer or sheet membrane, all dust and loose material shall be
removed from the Structure Deck.
0 1• m'•
Section 6-09, Modified Concrete Overlays
January 7, 2019
6-09.3 Construction Requirements
This section is supplemented with the following new subsection:
6-09.3(15) Sealing and Texturing Concrete Overlay
After the requirements for checking for bond have been met, all joints and visible cracks
shall be filled and sealed with a high molecular weight methacrylate resin (HMWM).
Cracks 1/16 inch and greater in width shall receive two applications of HMWM.
Immediately following the application of HMWM, the wetted surface shall be coated with
sand for abrasive finish.
After all cracks have been filled and sealed and the HMWM resin has cured, the
concrete overlay surface shall receive a longitudinally sawn texture in accordance with
Section 6-02.3(10)D5.
Traffic shall not be permitted on the finished concrete until it has reached a minimum
compressive strength of 3,000 psi as verified by rebound number determined in
accordance with ASTM C805 and the longitudinally sawn texture is completed.
6-09.3(1)B Rotary Milling Machines
This section is revised to read:
Rotary milling machines used to remove an upper layer of existing concrete overlay,
when present, shall have a maximum operating weight of 50,000 pounds and conform
to Section 6-08.3(5)B.
6-09.3(1)C Hydro -Demolition Machines
The first sentence of this section is revised to read:
Hydro -demolition machines shall consist of filtering and pumping units operating in
conjunction with a remote -controlled robotic device, using high -velocity water jets to
remove sound concrete to the nominal scarification depth shown in the Plans with a
single pass of the machine, and with the simultaneous removal of deteriorated concrete.
6-09.3(1)D Shot Blasting Machines
This section, including title, is revised to read:
6-09.3(1)D Vacant
6-09.3(1)E Air Compressor
This section is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Air compressors shall be equipped with oil traps to eliminate oil from being blown onto
the bridge deck.
6-09.3(1)J Finishing Machine
This section is revised to read:
The finishing machine shall meet the requirements of Section 6-02.3(10) and the
following requirements:
The finishing machine shall be equipped with augers, followed by an oscillating,
vibrating screed, vibrating roller tamper, or a vibrating pan, followed by a rotating
cylindrical double drum screed. The vibrating screed, roller tamper or pan shall be
of sufficient length and width to properly consolidate the mixture. The vibrating
frequency of the vibrating screed, roller tamper or pan shall be variable with
positive control.
6-09.3(2) Submittals
Item number 1 and 2 are revised to read:
A Type 1 Working Drawing consisting of catalog cuts and operating parameters of
the hydro -demolition machine selected by the Contractor for use in this project to
scarify concrete surfaces.
2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle
loads, and axle spacing of the rotary milling machine (if used to remove an upper
layer of existing concrete overlay when present).
The first sentence of item number 3 is revised to read:
A Type 2 Working Drawing of the Runoff Water Disposal Plan.
6-09.3(5)A General
The first sentence of the fourth paragraph is revised to read:
All areas of the deck that are inaccessible to the selected scarifying machine shall be
scarified to remove the concrete surface matrix to a maximum nominal scarification
depth shown in the Plans by a method acceptable to the Engineer.
This section is supplemented with the following:
Concrete process water generated by scarifying concrete surface and removing existing
concrete overlay operations shall be contained, collected, and disposed of in
accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2)
Runoff Water Disposal Plan.
6-09.3(5)B Testing of Hydro -Demolition and Shot Blasting Machines
This section's title is revised to read:
Testing of Hydro -Demolition Machines
The second paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
In the "sound" area of concrete, the equipment shall be programmed to remove
concrete to the nominal scarification depth shown in the Plans with a single pass of the
machine.
6-09.3(5)D Shot Blasting
This section, including title, is revised to read:
6-09.3(5)D Vacant
6-09.3(5)E Rotomilling
This section, including title, is revised to read:
6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling
When the Contractor elects to remove the upper layer of existing concrete overlay,
when present, by rotomilling prior to final scarifying, the entire concrete surface of the
bridge deck shall be milled to remove the surface matrix to the depth specified in the
Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of
the rotary milling machine shall be monitored in order to prevent the unnecessary
removal of concrete below the specified removal depth.
6-09.3(6) Further Deck Preparation
The first paragraph is revised to read::
Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
Contractor, with the Engineer, shall perform a visual inspection of the scarified surface.
The Contractor shall mark those areas of the existing bridge deck that are authorized by
the Engineer for further deck preparation by the Contractor.
Item number 4 of the second paragraph is deleted.
The first sentence of the third paragraph is deleted.
6-09.3(6)A Equipment for Further Deck Preparation
This section is revised to read:
Further deck preparation shall be performed using either power driven hand tools
conforming to Section 6-09.3(1)A, or hydro -demolition machines conforming to Section
6-09.3(1)C.
6-09.3(6)B Deck Repair Preparation
The second paragraph is deleted.
The last sentence of the second paragraph (after the preceding Amendment is applied) is
revised to read:
In no case shall the depth of a sawn vertical cut exceed % inch or to the top of the top
steel reinforcing bars, whichever is less.
The first sentence of the third to last paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Where existing steel reinforcing bars inside deck repair areas show deterioration greater
than 20-percent section loss, the Contractor shall furnish and place steel reinforcing
bars alongside the deteriorated bars in accordance with the details shown in the
Standard Plans.
The last paragraph is deleted.
6-09.3(7) Surface Preparation for Concrete Overlay
The first seven paragraphs are deleted and replaced with the following:
Following the completion of any required further deck preparation the entire lane or strip
being overlaid shall be cleaned to be free from oil and grease, rust and other foreign
material that may still be present. These materials shall be removed by detergent -
cleaning or other method accepted by the Engineer followed by sandblasting.
After detergent cleaning and sandblasting is completed, the entire lane or strip being
overlaid shall be cleaned in final preparation for placing concrete.
Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being
cleaned in final preparation for placing concrete shall be discontinued when final
preparation is begun. Scarifying and hand tool chipping shall remain suspended until
the concrete has been placed and the requirement for curing time has been satisfied.
Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time
after the completion of concrete placing.
Scarification, and removal of the upper layer of concrete overlay when present, may
proceed during the final cleaning and overlay placement phases of the Work on
adjacent portions of the Structure so long as the scarification and concrete overlay
removal operations are confined to areas which are a minimum of 100 feet away from
the defined limits of the final cleaning or overlay placement in progress. If the
scarification and concrete overlay removal impedes or interferes in any way with the
final cleaning or overlay placement as determined by the Engineer, the scarification and
concrete overlay removal Work shall be terminated immediately and the scarification
and concrete overlay removal equipment removed sufficiently away from the area being
prepared or overlaid to eliminate the conflict. If the grade is such that water and
contaminants from the scarification and concrete overlay removal operation will flow into
the area being prepared or overlaid, the scarification and concrete overlay removal
operation shall be terminated and shall remain suspended for the first 24 hours of curing
time after the completion of concrete placement.
6-09.3(11) Placing Concrete Overlay
The first sentence of item number 3 in the fourth paragraph is revised to read:
Concrete shall not be placed when the temperature of the concrete surface is less than
450F or greater than 75°F, and wind velocity at the construction site is in excess of 10
mph.
6-09.3(12) Finishing Concrete Overlay
The third paragraph is deleted.
The last paragraph is deleted.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
6-09.3(13) Curing Concrete Overlay
The first sentence of the first paragraph is revised to read:
As the finishing operation progresses, the concrete shall be immediately covered with a
single layer of clean, new or used, wet burlap.
The last sentence of the second paragraph is deleted.
The following two new paragraphs are inserted after the second paragraph:
As an alternative to the application of burlap and fog spraying described above, the
Contractor may propose a curing system using proprietary curing blankets specifically
manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working
Drawing consisting of details of the proprietary curing blanket system, including product
literature and details of how the system is to be installed and maintained.
The wet curing regimen as described shall remain in place for a minimum of 42-hours.
The last paragraph is deleted.
6-09.3(14) Checking for Bond
The first sentence of the first paragraph is revised to read:
After the requirements for curing have been met, the entire overlaid surface shall be
sounded by the Contractor, in a manner accepted by and in the presence of the
Engineer, to ensure total bond of the concrete to the bridge deck.
The last sentence of the first paragraph is deleted.
The second paragraph is deleted.
6-10.AP6
Section 6-10, Concrete Barrier
August 6, 2018
6-10.2 Materials
In the first paragraph, the reference to "Portland Cement" is revised to read:
Cement 9-01
6-10.3(6) Placing Concrete Barrier
The first two sentences of the first paragraph are revised to read:
Precast concrete barriers Type 2, Type 4, Type F, precast single slope barrier, and
transitions shall rest on a paved foundation shaped to a uniform grade and section. The
foundation surface for precast concrete barriers Type 2, Type 4, Type F, precast single
slope barrier, and transitions shall meet this test for uniformity: When a 10-foot
straightedge is placed on the surface parallel to the centerline for the barrier, the
surface shall not vary more than inch from the lower edge of the straightedge.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
6-11.AP6
Section 6-11, Reinforced Concrete Walls
April 2, 2018
6-11.2 Materials
In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised
to read:
Aggregates for Concrete 9-03.1
6-12.AP6
Section 6-12, Noise Barrier Walls
August 6, 2018
6-12.2 Materials
In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised
to read:
Aggregates for Concrete 9-03.1
The first paragraph is supplemented with the following new material reference:
Noise Barrier Wall Access Door 9-06.17
6-12.3(9) Access Doors and Concrete Landing Pads
The second paragraph is deleted and replaced with the following:
All frame and door surfaces, except stainless steel surfaces, shall be painted in
accordance with Section 6-07.3(9). Primer shall be applied to all non -stainless steel
surfaces. All primer coated exposed metal surfaces shall be field painted with the
remaining Section 6-07.3(9)A paint system coats. The top coat, when dry, shall match
the color specified in the Plans or Special Provisions.
This section is supplemented with the following:
Access door deadbolt locks shall be capable of accepting a Best CX series core. The
Contractor shall furnish and install a spring -loaded construction core lock with each
lock. The Engineer will furnish the permanent Best CX series core for the Contractor to
install at the conclusion of the project.
6-13.AP6
Section 6-13, Structural Earth Walls
August 6, 2018
6-13.2 Materials
In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised
to read:
Aggregates for Concrete 9-03.1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
Item number 1 of the sixth paragraph is revised to read:
Vertical dimensions shall be ± 1/6 inch of the Plan dimension, and the rear height
shall not exceed the front height.
Item number 3 of the sixth paragraph is revised to read:
3. All other dimensions shall be ±'/4 inch of the Plan dimension.
6-14.AP6
Section 6-14, Geosynthetic Retaining Walls
April 2, 2018
6-14.2 Materials
In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
Cement Concrete" are revised to read:
Cement 9-01
Aggregates for Concrete 9-03.1
6-15.AP6
Section 6-15, Soil Nail Walls
January 7, 2019
6-15.3(7) Shotcrete Facing
The last paragraph is supplemented with the following:
After final tightening of the nut, the threads of the soil nail shall at a minimum be flush
with the end of the nut.
6-16.AP6
Section 6-16, Soldier Pile and Soldier Pile Tieback Walls
April 2, 2018
6-16.2 Materials
In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised
to read:
Aggregates for Concrete 9-03.1
6-18.AP6
Section 6-18, Shotcrete Facing
January 2, 2018
6-18.3(3) Testing
In the last sentence of the first paragraph, "AASHTO T 24" is revised to read "ASTM C1604".
6-18.3(3)B Production Testing
In the last sentence, "AASHTO T 24" is revised to read "ASTM C1604".
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 6-18.3(4) Qualifications of Contractor's Personnel
2 In the last sentence of the second paragraph, "AASHTO T 24" is revised to read "ASTM
3 C1604".
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
6-19.AP6
Section 6-19, Shafts
January 7, 2019
6-19.2 Materials
In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
Cement Concrete" are revised to read:
Cement 9-01
Aggregates for Concrete 9-03.1
6-19.3(1)A Shaft Construction Tolerances
The last paragraph is supplemented with the following:
The elevation of the top of the reinforcing cage for drilled shafts shall be within +6
inches and -3 inches from the elevation shown in the Plans.
6-19.3(2)D Nondestructive QA Testing Organization and Personnel
Item number 4 in the first paragraph is revised to read:
4. Personnel preparing test reports shall be a Professional Engineer, licensed under
Title 18 RCW, State of Washington, and shall seal the report in accordance with
WAC 196-23-020.
6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft
Excavation Operations
The first paragraph is supplemented with the following:
In no case shall shaft excavation and casing placement extend below the bottom of
shaft excavation as shown in the Plans.
6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS)
The third sentence of the third paragraph is revised to read:
The thermal wire shall extend from the bottom of the reinforcement cage to the top of
the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft.
The following new sentence is inserted after the third sentence of the third paragraph:
All thermal wires in a shaft shall be equal lengths.
6-19.3(9)D Nondestructive QA Testing Results Submittal
The last sentence of the first paragraph is revised to read:
Results shall be a Type 2E Working Drawing presented in a written report.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
7-02.AP7
Section 7-02, Culverts
April 2, 2018
7-02.2 Materials
In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
Cement Concrete" are revised to read:
Cement 9-01
Aggregates for Concrete 9-03.1
7-02.3(6)A4 Excavation and Bedding Preparation
The first sentence of the third paragraph is revised to read:
The bedding course shall be a 6-inch minimum thickness layer of culvert bedding
material, defined as granular material either conforming to Section 9-03.12(3) or to
AASHTO Grading No. 57 as specified in Section 9-03.1(4)C.
7-05.AP7
Section 7-05, Manholes, Inlets, Catch Basins, and Drywells
August 6, 2018
7-05.3 Construction Requirements
The fourth sentence of the third paragraph is deleted.
7-08.AP7
Section 7-08, General Pipe Installation Requirements
April 2, 2018
7-08.3(3) Backfilling
The fifth sentence of the fourth paragraph is revised to read:
All compaction shall be in accordance with the Compaction Control Test of Section 2-
03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used.
The following new sentences are inserted after the fifth sentence of the fourth paragraph:
When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written
request to use a test point evaluation for compaction acceptance. Test Point evaluation
shall be performed in accordance with SOP 738.
8-01.AP8
Section 8-01, Erosion Control and Water Pollution Control
April 2, 2018
8-01.1 Description
This section is revised to read:
This Work consists of furnishing, installing, maintaining, removing and disposing of best
management practices (BMPs), as defined in the Washington Administrative Code
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
(WAC) 173-201A, to manage erosion and water quality in accordance with these
Specifications and as shown in the Plans or as designated by the Engineer.
The Contracting Agency may have a National Pollution Discharge Elimination System
Construction Stormwater General Permit (CSWGP) as identified in the Contract Special
Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP
to the Contractor when a CSWGP has been obtained. The Contracting Agency may not
have a CSWGP for the project but may have another water quality related permit as
identified in the Contract Special Provisions or the Contracting Agency may not have
water quality related permits but the project is subject to applicable laws for the Work.
Section 8-01 covers all of these conditions.
8-01.2 Materials
The first paragraph is revised to read:
Materials shall meet the requirements of the following sections:
Corrugated Polyethylene Drain Pipe 9-05.1(6)
Quarry Spalls 9-13
Erosion Control and Roadside Planting 9-14
Construction Geotextile 9-33
8-01.3(1) General
This section is revised to read:
Adaptive management shall be employed throughout the duration of the project for the
implementation of erosion and water pollution control permit requirements for the
current condition of the project site. The adaptive management includes the selection
and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices,
implementing maintenance procedures, and other managerial practices that when used
singularly or in combination, prevent or reduce the release of pollutants to waters of the
State. The adaptive management shall use the means and methods identified in this
section and means and methods identified in the Washington State Department of
Transportation's Temporary Erosion and Sediment Control Manual or the Washington
State Department of Ecology's Stormwater Management Manuals for construction
stormwater.
The Contractor shall install a high visibility fence along the site preservation lines shown
in the Plans or as instructed by the Engineer.
Throughout the life of the project, the Contractor shall preserve and protect the
delineated preservation area, acting immediately to repair or restore any fencing
damaged or removed.
All discharges to surface waters shall comply with surface water quality standards as
defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to
the ground shall comply with groundwater quality standards WAC Chapter 173-200.
The Contractor shall comply with the CSWGP when the project is covered by the
CSWGP. Temporary Work, at a minimum, shall include the implementation of:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
Sediment control measures prior to ground disturbing activities to ensure all
discharges from construction areas receive treatment prior to discharging from
the site.
2. Flow control measures to prevent erosive flows from developing.
3. Water management strategies and pollution prevention measures to prevent
contamination of waters that will be discharged to surface waters or the
ground.
4. Erosion control measures to stabilize erodible earth not being worked.
5. Maintenance of BMPs to ensure continued compliant performance.
6. Immediate corrective action if evidence suggests construction activity is not in
compliance. Evidence includes sampling data, olfactory or visual evidence
such as the presence of suspended sediment, turbidity, discoloration, or oil
sheen in discharges.
To the degree possible, the Contractor shall coordinate this temporary Work with
permanent drainage and erosion control Work the Contract requires.
Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose
more erodible earth than as listed below:
Western Washington
(West of the Cascade
Mountain Crest
May 1 through
17 Acres
September 30
October 1
through April
5 Acres
30
Eastern Washington
(East of the Cascade
Mountain Crest
April 1 through
17 Acres
October 31
November 1
through March
5 Acres
31
The Engineer may increase or decrease the limits based on project conditions.
Erodible earth is defined as any surface where soils, grindings, or other materials may
be capable of being displaced and transported by rain, wind, or surface water runoff.
Erodible earth not being worked, whether at final grade or not, shall be covered within
the specified time period (see the table below), using BMPs for erosion control.
Western Washington
(West of the Cascade
Mountain Crest
October 1
2 days
through April
30
maximum
May 1 to
7 days
September 30
maximum
Eastern Washington
(East of the Cascade
Mountain Crest
October 1
5 days
through June
30
maximum
November 1
10 days
through March
31
maximum
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
When applicable, the Contractor shall be responsible for all Work required for
compliance with the CSWGP including annual permit fees.
If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
continue to comply with this division during the suspension.
Nothing in this Section shall relieve the Contractor from complying with other Contract
requirements.
8-01.3(1)A Submittals
This section's content is deleted.
This section is supplemented with the following new subsection:
8-01.3(1)A1 Temporary Erosion and Sediment Control
A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section
and plan sheets that meets the Washington State Department of Ecology's Stormwater
Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC
plans are not required to include plan sheets and are used on small projects that disturb
soil and have the potential to discharge but are not covered by the CSWGP. The
contract uses the term "TESC plan" to describe both TESC plans and abbreviated
TESC plans. When the Contracting Agency has developed a TESC plan for a Contract,
the narrative is included in the appendix to the Special Provisions and the TESC plan
sheets, when required, are included in the Contract Plans. The Contracting Agency
TESC plan will not include off -site areas used to directly support construction activity.
The Contractor shall either adopt the TESC Plan in the Contract or develop a new
TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor
shall modify the TESC Plan to meet the Contractor's schedule, method of construction,
and to include off -site areas that will be used to directly support construction activity
such as equipment staging yards, material storage areas, or borrow areas. Contractor
TESC Plans shall include all high visibility fence delineation shown on the Contracting
Agency Contract Plans. All TESC Plans shall meet the requirements of the current
edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be
adaptively managed as needed throughout construction based on site inspections and
discharge samples to maintain compliance with the CSWGP. The Contractor shall
develop a schedule for implementation of the TESC work and incorporate it into the
Contractor's progress schedule.
The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and
implementation schedule as Type 2 Working Drawings. At the request of the Engineer,
updated TESC Plans shall be submitted as Type 1 Working Drawings.
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
This section is revised to read:
The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate
of Training in Construction Site Erosion and Sediment Control from a course approved
by the Washington State Department of Ecology. The ESC Lead must be onsite or on
call at all times throughout construction. The ESC Lead shall be listed on the
Emergency Contact List required under Section 1-05.13(1).
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not
limited to:
Installing, adaptively managing, and maintaining temporary erosion and
sediment control BMPs to assure continued performance of their intended
function. Damaged or inadequate BMPs shall be corrected immediately.
2. Updating the TESC Plan to reflect current field conditions.
3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to
the Washington State Department of Ecology in accordance with the CSWGP.
4. Develop and maintain the Site Log Book as defined in the CSWGP. When the
Site Log Book or portion thereof is electronically developed, the electronic
documentation must be accessible onsite. As a part of the Site Log Book, the
Contractor shall develop and maintain a tracking table to show that identified
TESC compliance issues are fully resolved within 10 calendar days. The table
shall include the date an issue was identified, a description of how it was
resolved, and the date the issue was fully resolved.
The ESC Lead shall also inspect all areas disturbed by construction activities, all on -site
erosion and sediment control BMPs, and all stormwater discharge points at least once
every calendar week and within 24-hours of runoff events in which stormwater
discharges from the site. Inspections of temporarily stabilized, inactive sites may be
reduced to once every calendar month. The Washington State Department of Ecology's
Erosion and Sediment Control Site Inspection Form, located at
https:Hecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-
permits/Construction-stormwater-permit, shall be completed for each inspection and a
copy shall be submitted to the Engineer no later than the end of the next working day
following the inspection.
8-01.3(1)C Water Management
This section is supplemented with the following new subsections:
8-01.3(1)C5 Water Management for In -Water Work Below Ordinary High Water
Mark (OHWM)
Work over surface waters of the state (defined in WAC 173-201A-010) or below the
OHWM (defined in RCW 90.58.030) must comply with water quality standards for
surface waters of the state of Washington.
8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid
All equipment containing hydraulic fluid that extends from a bridge deck over surface
waters of the state or below the OHWM, shall be equipped with an environmentally
acceptable hydraulic fluid. The fluid shall meet specific requirements for
biodegradability, aquatic toxicity, and bioaccumulation in accordance with the United
States Environmental Protection Agency (EPA) publication EPA800-R-11-002.
Acceptance shall be in accordance with Section 1-06.3, Manufacturer's Certification of
Compliance.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
The designation of environmentally acceptable hydraulic fluid does not mean fluid spills
are acceptable. The Contractor shall respond to spills to land or water in accordance
with the Contract.
8-01.3(1)C7 Turbidity Curtain
All Work for the turbidity curtain shall be in accordance with the manufacturer's
recommendations for the site conditions. Removal procedures shall be developed and
used to minimize silt release and disturbance of silt. The Contractor shall submit a Type
2 Working Drawing, detailing product information, installation and removal procedures,
equipment and workforce needs, maintenance plans, and emergency
repair/replacement plans.
Turbidity curtain materials, installation, and maintenance shall be sufficient to comply
with water quality standards.
The Contractor shall notify the Engineer 10 days in advance of removing the turbidity
curtain. All components of the turbidity curtain shall be removed from the project.
8-01.3(1)C1 Disposal of Dewatering Water
This section is revised to read:
When uncontaminated groundwater is encountered in an excavation on a project it may
be infiltrated within vegetated areas of the right of way not designated as Sensitive
Areas or incorporated into an existing stormwater conveyance system at a rate that will
not cause erosion or flooding in any receiving surface water.
Alternatively, the Contractor may pursue independent disposal and treatment
alternatives that do not use the stormwater conveyance system provided it is in
compliance with the applicable WACs and permits.
8-01.3(1)C2 Process Wastewater
This section is revised to read:
Wastewater generated on -site as a byproduct of a construction process shall not be
discharged to surface waters of the State. Some sources of process wastewater may be
infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some
sources of process wastewater may be disposed via independent disposal and
treatment alternatives in compliance with the applicable WACs and permits.
8-01.3(1)C3 Shaft Drilling Slurry Wastewater
This section is revised to read:
Wastewater generated on -site during shaft drilling activity shall be managed and
disposed of in accordance with the requirements below. No shaft drilling slurry
wastewater shall be discharged to surface waters of the State. Neither the sediment nor
liquid portions of the shaft drilling slurry wastewater shall be contaminated, as
detectable by visible or olfactory indication (e.g., chemical sheen or smell).
Water -only shaft drilling slurry or water slurry with accepted flocculants may be
infiltrated on -site. Flocculants used shall meet the requirements of Section 9-
14.5(1) or shall be chitosan products listed as General Use Level Designation
(GULD) on the Washington State Department of Ecology's stormwater
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
treatment technologies webpage for construction treatment. Infiltration is
2
permitted if the following requirements are met:
3
4
a. Wastewater shall have a pH of 6.5 — 8.5 prior to discharge.
5
6
b. The amount of flocculant added to the slurry shall be kept to the minimum
7
needed to adequately settle out solids. The flocculant shall be thoroughly
8
mixed into the slurry.
9
10
c. The slurry removed from the shaft shall be contained in a leak proof cell or
11
tank for a minimum of 3 hours.
12
13
d. The infiltration rate shall be reduced if needed to prevent wastewater from
14
leaving the infiltration location. The infiltration site shall be monitored
15
regularly during infiltration activity. All wastewater discharged to the
16
ground shall fully infiltrate and discharges shall stop before the end of
17
each work day.
18
19
e. Drilling spoils and settled sediments remaining in the containment cell or
20
tank shall be disposed of in accordance with Section 6-19.3(4)F.
21
22
f. Infiltration locations shall be in upland areas at least 150 feet away from
23
surface waters, wells, on -site sewage systems, aquifer sensitive recharge
24
areas, sole source aquifers, well head protection areas, and shall be
25
marked on the plan sheets before the infiltration activity begins.
26
27
g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry
28
Wastewater Management and Infiltration Plan as a Type 2 Working
29
Drawing. This Plan shall be kept on -site, adapted if needed to meet the
30
construction requirements, and updated to reflect what is being done in
31
the field. The Working Drawing shall include, at a minimum, the following
32
information:
33
34
i. Plan sheet showing the proposed infiltration location and all surface
35
waters, wells, on -site sewage systems, aquifer -sensitive recharge
36
areas, sole source aquifers, and well -head protection areas within
37
150 feet.
38
39
ii. The proposed elevation of soil surface receiving the wastewater for
40
infiltration and the anticipated phreatic surface (i.e., saturated soil).
41
42
iii. The source of the water used to produce the slurry.
43
44
iv. The estimated total volume of wastewater to be infiltrated.
45
46
v. The accepted flocculant to be used (if any).
47
48
vi. The controls or methods used to prevent surface wastewater runoff
49
from leaving the infiltration location.
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
vii. The strategy for removing slurry wastewater from the shaft and
containing the slurry wastewater once it has been removed from the
shaft.
viii. The strategy for monitoring infiltration activity and adapting methods
to ensure compliance.
ix. A contingency plan that can be implemented immediately if it
becomes evident that the controls in place or methods being used are
not adequate.
x. The strategy for cleaning up the infiltration location after the infiltration
activity is done. Cleanup shall include stabilizing any loose sediment
on the surface within the infiltration area generated as a byproduct of
suspended solids in the infiltrated wastewater or soil disturbance
associated with BMP placement and removal.
2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives
not allowed for infiltration shall be contained and disposed of by the Contractor
at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils
that have come into contact with mineral slurry shall be disposed of in
accordance with Section 6-19.3(4)F.
8-01.3(1)C4 Management of Off -Site Water
This section is revised to read:
Prior to clearing and grubbing, the Contractor shall intercept all sources of off -site
surface water and overland flow that will run-on to the project. Off -site surface water
run-on shall be diverted through or around the project in a way that does not introduce
construction related pollution. It shall be diverted to its preconstruction discharge
location in a manner that does not increase preconstruction flow rate and velocity and
protects contiguous properties and waterways from erosion. The Contractor shall submit
a Type 2 Working Drawing consisting of the method for performing this Work.
8-01.3(1)E Detention/Retention Pond Construction
This section is revised to read:
Whether permanent or temporary, ponds shall be constructed before beginning other
grading and excavation Work in the area that drains into that pond. Detention/retention
ponds may be constructed concurrently with grading and excavation when allowed by
the Engineer. Temporary conveyances shall be installed concurrently with grading in
accordance with the TESC Plan so that newly graded areas drain to the pond as they
are exposed.
8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
In the table, the second column heading is revised to read:
Eastern Washington'
(East of the Cascade Mountain Crest)
Footnote 1 in the table is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Seeding may be allowed outside these dates when allowed or directed by the Engineer.
8-01.3(5) Plastic Covering
The first sentence of the first paragraph is revised to read:
Erosion Control — Plastic coverings used to temporarily cover stockpiled materials,
slopes or bare soils shall be installed and maintained in a way that prevents water from
intruding under the plastic and prevents the plastic cover from being damaged by wind.
8-01.3(7) Stabilized Construction Entrance
The first paragraph is revised to read:
Temporary stabilized construction entrance shall be constructed in accordance with the
Standard Plans, prior to construction vehicles entering the roadway from locations that
generate sediment track out on the roadway. Material used for stabilized construction
entrance shall be free of extraneous materials that may cause or contribute to track out.
8-01.3(8) Street Cleaning
This section is revised to read:
Self-propelled pickup street sweepers shall be used to remove and collect dirt and other
debris from the Roadway. The street sweeper shall effectively collect these materials
and prevent them from being washed or blown off the Roadway or into waters of the
State. Street sweepers shall not generate fugitive dust and shall be designed and
operated in compliance with applicable air quality standards. Material collected by the
street sweeper shall be disposed of in accordance with Section 2-03.3(7)C.
When allowed by the Engineer, power broom sweepers may be used in non -
environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris
from the roadway into the work area. The swept material shall be prevented from
entering or washing into waters of the State.
Street washing with water will require the concurrence of the Engineer.
8-01.3(12) Compost Socks
The first two sentences of the first paragraph are revised to read:
Compost socks are used to disperse flow and sediment. Compost socks shall be
installed as soon as construction will allow but before flow conditions create erosive
flows or discharges from the site. Compost socks shall be installed prior to any mulching
or compost placement.
8-01.3(13) Temporary Curb
The second to last sentence of the second paragraph is revised to read:
Temporary curbs shall be a minimum of 4 inches in height.
8-01.3(14) Temporary Pipe Slope Drain
The third and fourth paragraphs are revised to read:
The pipe fittings shall be water tight and the pipe secured to the slope with metal posts,
wood stakes, sand bags, or as allowed by the Engineer.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
The water shall be discharged to a stabilized conveyance, sediment trap, stormwater
pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain
water quality compliance.
The last paragraph is deleted.
8-01.3(15) Maintenance
This section is revised to read:
Erosion and sediment control BMPs shall be maintained or adaptively managed as
required by the CSWGP until the Engineer determines they are no longer needed.
When deficiencies in functional performance are identified, the deficiencies shall be
rectified immediately.
The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for
damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired
immediately.
In areas where the Contractor's activities have compromised the erosion control
functions of the existing grasses, the Contractor shall overseed at no additional cost to
the Contracting Agency.
The quarry spalls of construction entrances shall be refreshed, replaced, or screened to
maintain voids between the spalls for collecting mud and dirt.
Unless otherwise specified, when the depth of accumulated sediment and
debris reaches approximately'/3 the height of the BMP the deposits shall be removed.
Debris or contaminated sediment shall be disposed of in accordance with Section 2-
03.3(7)C. Clean sediments may be stabilized on -site using BMPs as allowed by the
Engineer.
8-01.3(16) Removal
This section is revised to read:
The Contractor shall remove all temporary BMPs, all associated hardware and
associated accumulated sediment deposition from the project limits prior to Physical
Completion unless otherwise allowed by the Engineer. When the temporary BMP
materials are made of natural plant fibers unaltered by synthetic materials the Engineer
may allow leaving the BMP in place.
The Contractor shall remove BMPs and associated hardware in a way that minimizes
soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil
after removal of BMPs. If the installation and use of the erosion control BMPs have
compacted or otherwise rendered the soil inhospitable to plant growth, such as
construction entrances, the Contractor shall take measures to rehabilitate the soil to
facilitate plant growth. This may include, but is not limited to, ripping the soil,
incorporating soil amendments, or seeding with the specified seed.
At the request of the Contractor and at the sole discretion of the Engineer the CSWGP
may be transferred back to the Contracting Agency. Approval of the Transfer of
Coverage request will require the following:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
All other Work required for Contract Completion has been completed.
2. All Work required for compliance with the CSWGP has been completed to the
maximum extent possible. This includes removal of BMPs that are no longer
needed and the site has undergone all Stabilization identified for meeting the
requirements of Final Stabilization in the CSWGP.
3. An Equitable Adjustment change order for the cost of Work that has not been
completed by the Contractor.
4. Submittal of the Washington State Department of Ecology Transfer of
Coverage form (Ecology form ECY 020-87a) to the Engineer.
If the Engineer approves the transfer of coverage back to the Contracting Agency, the
requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of
Termination form to the Washington State Department of Ecology will not apply.
8-01.4 Measurement
This section's content is deleted and replaced with the following new subsections:
8-01.4(1) Lump Sum Bid for Project (No Unit Items)
When the Bid Proposal contains the item "Erosion Control and Water Pollution
Prevention" there will be no measurement of unit or force account items for Work
defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also,
except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are
deleted.
8-01.4(2) Item Bids
When the Proposal does not contain the items "Erosion Control and Water Pollution
Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will
contain some or all of the following items measured as noted.
ESC lead will be measured per day for each day that an inspection is made and a
report is filed.
Biodegradable erosion control blanket and plastic covering will be measured by the
square yard along the ground slope line of surface area covered and accepted.
Turbidity curtains will be measured by the linear foot along the ground line of the
installed curtain.
Check dams will be measured per linear foot one time only along the ground line of
the completed check dam. No additional measurement will be made for check
dams that are required to be rehabilitated or replaced due to wear.
Stabilized construction entrances will be measured by the square yard by ground
slope measurement for each entrance constructed.
Tire wash facilities will be measured per each for each tire wash installed.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Street cleaning will be measured by the hour for the actual time spent cleaning
pavement, refilling with water, dumping and transport to and from cleaning
locations within the project limits, as authorized by the Engineer. Time to mobilize
the equipment to or from the project limits on which street cleaning is required will
not be measured.
Inlet protections will be measured per each for each initial installation at a
drainage structure.
Silt fence, gravel filter, compost berms, and wood chip berms will be measured by
the linear foot along the ground line of the completed barrier.
Wattles and compost socks will be measured by the linear foot.
Temporary curbs will be measured by the linear foot along the ground line of the
completed installation.
Temporary pipe slope drains will be measured by the linear foot along the flow line
of the pipe.
Coir logs will be measured by the linear foot along the ground line of the completed
installation.
Outlet protections will be measured per each initial installation at an outlet location.
Tackifiers will be measure by the acre by ground slope measurement.
8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
Pollution Prevention
The Contract Provisions may establish the project as lump sum, in accordance with
Section 8-01.4(1) and also include one or more of the items included above in Section
8-01.4(2). When that occurs, the corresponding measurement provision in Section 8-
01.4(2) is not deleted and the Work under that item will be measured as specified.
8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution
Prevention
Compost blanket will be measured by the square yard by ground slope surface area
covered and accepted.
Mulching will be measured by the acre by ground slope surface area covered and
accepted.
Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by
ground slope measurement.
Seeding and fertilizing by hand will be measured by the square yard by ground slope
measurement. No adjustment in area size will be made for the vegetation free zone
around each plant.
Fencing will be measured by the linear foot along the ground line of the completed
fence.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
8-01.5 Payment
This section's content is deleted and replaced with the following new subsections:
8-01.5(1) Lump Sum Bid for Project (No Unit Items)
Payment will be made for the following Bid item when it is included in the Proposal:
"Erosion Control and Water Pollution Prevention", lump sum.
The lump sum Contract price for "Erosion Control and Water Pollution Prevention"
shall be full pay to perform the Work as described in Section 8-01 except for costs
compensated by Bid Proposal items inserted through Contract Provisions as
described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion
Control and Water Pollution Prevention" will be made as follows:
The Contracting Agency will pay 15 percent of the bid amount for the
initial set up for the item. Initial set up includes the following:
a. Acceptance of the TESC Plan provided by the Contracting Agency or
submittal of a new TESC Plan,
b. Submittal of a schedule for the installation of the BMPs, and
Identifying water quality sampling locations.
2. 70 percent of the bid amount will be paid in accordance with Section 1-
09.9.
3. Once the project is physically complete and copies of the all reports
submitted to the Washington State Department of Ecology have been
submitted to the Engineer, and, if applicable, transference of the CSWGP
back to the Contracting Agency is complete, the remaining 15 percent of
the bid amount shall be paid in accordance with Section 1-09.9.
8-01.5(2) Item Bids
"ESC Lead", per day.
"Turbidity Curtain", per linear foot.
"Biodegradable Erosion Control Blanket", per square yard.
"Plastic Covering", per square yard.
"Check Dam", per linear foot.
"Inlet Protection", per each.
"Gravel Filter Berm", per linear foot.
"Stabilized Construction Entrance", per square yard.
"Street Cleaning", per hour.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
"Silt Fence", per linear foot.
"Wood Chip Berm", per linear foot.
"Compost Berm", per linear foot.
"Wattle", per linear foot.
"Compost Sock", per linear foot.
"Coir Log", per linear foot.
"Temporary Curb", per linear foot.
"Temporary Pipe Slope Drain", per linear foot.
"Temporary Seeding", per acre.
"Outlet Protection", per each.
"Tackifier", per acre.
"Erosion/Water Pollution Control", by force account as provided in Section 1-09.6.
Maintenance and removal of erosion and water pollution control devices including
removal and disposal of sediment, stabilization and rehabilitation of soil disturbed
by these activities, and any additional Work deemed necessary by the Engineer to
control erosion and water pollution will be paid by force account in accordance with
Section 1-09.6.
To provide a common Proposal for all Bidders, the Contracting Agency has entered an
amount in the Proposal to become a part of the Contractor's total Bid.
8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
Pollution Prevention
The Contract may establish the project as lump sum, in accordance with Section 8-
01.4(1) and also reinstate the measurement of one or more of the items described in
Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When
that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted
and the Work under that item will be paid as specified.
8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution
Prevention
Payment will be made for each of the following Bid items when they are included in the
Proposal:
"Compost Blanket", per square yard.
"Mulching", per acre
"Mulching with PAM", per acre
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
"Mulching with Short -Term Mulch", per acre.
"Mulching with Moderate -Term Mulch", per acre.
"Mulching with Long -Term Mulch", per acre.
"Seeding, Fertilizing and Mulching", per acre.
"Seeding and Fertilizing", per acre.
"Seeding and Fertilizing by Hand", per square yard.
"Second Application of Fertilizer", per acre.
"Liming", per acre.
"Mowing", per acre.
"Seeding and Mulching", per acre.
"High Visibility Fence", per linear foot.
8-02.AP8
Section 8-02, Roadside Restoration
January 2, 2018
8-02.2 Materials
The reference to the material "Soil" is revised to read "Topsoil".
8-02.5 Payment
The following new paragraph is inserted following the Bid item "Plant Selection ", per
each:
The unit Contract price for "Plant Selection ", per each shall be full pay for all Work
to perform the work as specified within the planting area prior to planting for weed
control, planting area preparation and installation of plants with initial watering.
The paragraph following the Bid item "PSIPE ", per each is revised to read:
The unit Contract price for "PSIPE ", per each, shall be full pay for all Work to
perform the work as specified within the planting area for weed control and planting
area preparation, planting, cleanup, and water necessary to complete planting
operations as specified to the end of first year plant establishment.
8-04.AP8
Section 8-04, Curbs, Gutters, and Spillways
April 2, 2018
8-04.2 Materials
In the first paragraph, the reference to "Portland Cement" is revised to read:
Cement 9-01
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
The first paragraph is supplemented with the following:
Roundabout truck apron cement concrete curb and gutter shall be constructed with air
entrained concrete Class 4000 conforming to the requirements of Section 6-02.
1• u':
Section 8-06, Cement Concrete Driveway Entrances
April 2, 2018
8-06.2 Materials
In the first paragraph, the reference to "Portland Cement" is revised to read:
Cement 9-01
8-06.3 Construction Requirements
The first paragraph is revised to read:
Cement concrete driveway approaches shall be constructed with air entrained concrete
Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or
Blended Hydraulic Cement Concrete Pavement conforming to the requirements of
Section 5-05.
...
Section 8-07, Precast Traffic Curb
April 2, 2018
8-07.3(1) Installing Curbs
The first sentence of the first paragraph is revised to read:
The curb shall be firmly bedded for its entire length and breadth on a mortar bed
conforming to Section 9-20.4(3) composed of one part Portland cement or blended
hydraulic cement and two parts sand.
The fourth paragraph is revised to read:
All joints between adjacent pieces of curb except joints for expansion and/or drainage
as designated by the Engineer shall be filled with mortar composed of one part Portland
cement or blended hydraulic cement and two parts sand.
A..
Section 8-11, Guardrail
August 6, 2018
8-11.3(1)C Terminal and Anchor Installation
The first paragraph is revised to read:
All excavation and backfilling required for installation of anchors shall be performed in
accordance with Section 2-09, except that the costs thereof shall be included in the unit
Contract price for the anchor installed.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
The first sentence of the second to last paragraph is revised to read:
Assembly and installation of Beam Guardrail Non -flared Terminals for Type 31 guardrail
shall be supervised at all times by a manufacturer's representative, or an installer who
has been trained and certified by the manufacturer.
The last paragraph is revised to read:
Beam Guardrail Non -flared Terminals for Type 31 guardrail shall meet the crash test
and evaluation criteria in the Manual for Assessing Safety Hardware (MASH).
8-11.4 Measurement
The third paragraph is revised to read:
Measurement of beam guardrail terminal will be per each for the
completed terminal.
The fourth paragraph is revised to read:
Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot
for the completed terminal.
The sixth paragraph is revised to read:
Measurement of beam guardrail anchor Type 10 will be per each for the completed
anchor, including the attachment of the anchor to the guardrail.
8-11.5 Payment
The Bid item "Beam Guardrail Anchor Type ", per each is revised to read "Beam
Guardrail Anchor Type 10", per each.
The Bid item "Beam Guardrail Buried Terminal Type 1", per each is deleted from this
section.
The Bid item "Beam Guardrail Buried Terminal Type 2", per linear foot and the following
paragraph are revised to read:
"Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot.
The unit Contract price per linear foot for "Beam Guardrail Type 31 Buried Terminal
Type 2" shall be full payment for all costs to obtain and provide materials and perform
the Work as described in Section 8-11.3(1)C.
8-14.AP8
Section 8-14, Cement Concrete Sidewalks
April 2, 2018
8-14.2 Materials
In the first paragraph, the reference to "Portland Cement" is revised to read:
Cement 9-01
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2 In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE
3 AMS Standard 595".
4
5 8-16.AP8
6 Section 8-16, Concrete Slope Protection
7 April 2, 2018
8 8-16.2 Materials
9 In the first paragraph, the last two material references are revised to read:
10
11 Poured Portland Cement or Blended Hydraulic Cement
12 Concrete Slope Protection 9-13.5(2)
13 Pneumatically Placed Portland Cement or Blended
14 Hydraulic Cement Concrete Slope Protection 9-13.5(3)
15
16 8-17.AP8
17 Section 8-17, Impact Attenuator Systems
18 January 7, 2019
19 8-17.3 Construction Requirements
20 This section is supplemented with the following:
21
22 Permanent impact attenuators shall meet the crash test and evaluation criteria of the
23 Manual for Assessing Safety Hardware (MASH), except as otherwise noted in the Plans
24 or Special Provisions.
25
26 8-20.AP8
27 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation
28 Systems, and Electrical
29 August 6, 2018
30 8-20.1(1) Regulations and Code
31 The last paragraph is revised to read:
32
33 Persons performing electrical Work shall be certified in accordance with and supervised
34 as required by RCW 19.28.161. Proof of certification shall be worn at all times in
35 accordance with WAC 296-46B-942. Persons failing to meet these certification
36 requirements may not perform any electrical work, and shall stop any active electrical
37 work, until their certification is provided and worn in accordance with this Section.
38
39 8-20.2(2) Equipment List and Drawings
40 This section is renumbered:
i5
42 8-20.2(1) Equipment List and Drawings
43
44 8-20.3(4) Foundations
45 The second sentence of the first paragraph is revised to read:
46
47 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard
48 foundations shall be Class 4000P and does not require air entrainment.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
8-20.3(5)A General
The last two sentences of the last paragraph is deleted.
This section is supplemented with the following:
All conduits shall include a pull tape with the equipment grounding conductor. The pull
tape shall be attached to the conduit near the end bell or grounded end bushing, or to
duct plugs or caps if present, at both ends of the conduit.
8-20.3(8) Wiring
The seventeenth paragraph is supplemented with the following:
Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be
used.
8-20.3(14)C Induction Loop Vehicle Detectors
Item number 2 is deleted.
Item numbers 3 through 12 are renumbered to 2 through 11, respectively.
Section 8-21, Permanent Signing
January 7 2019
8-21.3(5) Sign Relocation
The second sentence of the first paragraph is revised to read:
Where the existing sign Structure is mounted on concrete pedestals, the Contractor
shall remove the pedestal to a minimum of 2 feet below finished grade and backfill the
remaining hole with material similar to that surrounding the hole.
8-21.3(9)F Foundations
Item number 3 of the twelfth paragraph is supplemented with the following new sentence:
Class 4000P concrete for roadside sign structures does not require air entrainment.
8-22.AP8
Section 8-22, Pavement Marking
January 7, 2019
8-22.3(2) Preparation of Roadway Surfaces
The second paragraph is revised to read:
Remove all other contaminants from pavement surfaces that may adversely affect the
installation of new pavement marking.
8-22.3(3)F Application Thickness
The second to last sentence of the last paragraph is revised to read:
After grinding, clean the groove.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
E
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
9-OO.AP9
Section 9-00, Definitions and Tests
January 7, 2019
9-00.4 Sieves for Testing Purposes
This section is revised to read:
Test sieves shall be made of either: (1) woven wire cloth conforming to ASTM El 1, or
(2) square -hole, perforated plates conforming to ASTM E323.
9-00.7 Galvanized Hardware, AASHTO M 232
The first sentence is revised to read:
An acceptable alternate to hot -dip galvanizing in accordance with AASHTO M 232 will
be zinc coatings mechanically deposited in accordance with ASTM B695, providing the
minimum thickness of zinc coating is not less than that specified in AASHTO M 232,
and the process will not produce hydrogen embrittlement in the base metal.
N1 T . .
Section 9-02, Bituminous Materials
January 7, 2019
9-02.1 Asphalt Material, General
The second paragraph is revised to read:
The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified
asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2
"Standard Practice for Asphalt Suppliers That Certify Performance Graded and
Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the
acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to
the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier
of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that
the PG asphalt binder or emulsified asphalt meets the Specification requirements of the
Contract.
9-02.1(4) Performance Graded Asphalt Binder (PGAB)
This section's title is revised to read:
Performance Graded (PG) Asphalt Binder
The first paragraph is revised to read:
PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades
specified in the Contract shall be used in the production of HMA. For HMA with greater
than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt
binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the
proportions of the mix design shall meet the PG asphalt binder requirements of
AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract.
The second paragraph, including the table, is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders
2 shall meet the following requirements:
3
Additional Requirements by
Performance Grade PG As halt Binders
Property
Test
PG58S-
PG58H-
PG58V-
PG64S-28
PG64H-
PG64V-
Method
22
22
22
28
28
RTFO
Residue:
Average
AASHTO
Percent
T 350'
30% Min.
20% Min.
25% Min.
30% Min.
Recovery
@ 3.2
kPa
'Specimen conditioned in accordance with AASHTO T 240 - RTFO.
4
5 The third paragraph is revised to read:
6
7 The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not
8 required.
9
10
11 9-02.1(6) Cationic Emulsified Asphalt
12 This section is revised to read:
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the
grades specified in the Contract shall be used.
9-02.5 Warm Mix Asphalt (WMA) Additive
This section, including title, is revised to read:
9-02.5 HMA Additive
Additives for HMA shall be accepted by the Engineer.
9-03.AP9
Section 9-03, Aggregates
January 7, 2019
9-03.1 Aggregates for Portland Cement Concrete
This section's title is revised to read:
Aggregates for Concrete
9-03.1(1) General Requirements
The first two sentences of the first paragraph are revised to read:
Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel
in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if
it complies with the specifications for concrete.
The second paragraph (up until the colon) is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Aggregates for concrete shall meet the following test requirements:
The second sentence of the second to last paragraph is revised to read:
The Contractor shall submit test results according to ASTM C1567 through the Engineer
to the State Materials Laboratory that demonstrate that the proposed fly ash when used
with the proposed aggregates and cement will control the potential expansion to 0.20
percent or less before the fly ash and aggregate sources may be used in concrete.
9-03.1(2) Fine Aggregate for Portland Cement Concrete
This section's title is revised to read:
Fine Aggregate for Concrete
9-03.1(4) Coarse Aggregate for Portland Cement Concrete
This section's title is revised to read:
Coarse Aggregate for Concrete
9-03.1(4)C Grading
The first paragraph (up until the colon) is revised to read:
Coarse aggregate for concrete when separated by means of laboratory sieves shall
conform to one or more of the following gradings as called for elsewhere in these
Specifications, Special Provisions, or in the Plans:
9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
This section's title is revised to read:
Combined Aggregate Gradation for Concrete
9-03.1(5)B Grading
In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read
"FOP for WAQTC/AASHTO T 27/T 11 ".
9-03.2 Aggregate for Job -Mixed Portland Cement Mortar
This section's title is revised to read:
Aggregate for Job -Mixed Portland Cement or Blended Hydraulic Cement Mortar
The first sentence of the first paragraph is revised to read:
Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of
sand or other inert materials, or combinations thereof, accepted by the Engineer, having
hard, strong, durable particles free from adherent coating.
9-03.4(1) General Requirements
The first paragraph (up until the colon) is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
Aggregate for bituminous surface treatment shall be manufactured from ledge rock,
talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface
Treatment shall meet the following test requirements:
9-03.8(1) General Requirements
The first paragraph (up until the colon) is revised to read:
Aggregates for Hot Mix Asphalt shall meet the following test requirements:
9-03.8(2) HMA Test Requirements
The two tables in the second paragraph are replaced with the following three tables:
Mix Criteria
HMA Class
3/8 inch
'/2 inch
3/ inch
1 inch
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Voids in Mineral
Aggregate VMA), %
15.0
14.0
13.0
12.0
Voids Filled With Asphalt (VFA), %
ESAL's millions
VFA
< 0.3
70
80
70
80
70
80
67
80
0.3 to < 3
65
78
65
78
65
78
65
78
>_ 3
73
76
65
75
65
75
65
75
Dust/Asphalt Ratio
0.6
1.6
0.6
1.6
0.6
1.6
0.6
1.6
Test Method
ESAL's millions
Number of Passes
Hamburg Wheel -Track Testing, FOP for
AASHTO T 324 Minimum Number of
Passes with no Stripping Inflection Point
and Maximum Rut Depth of 10mm
< 0.3
10,000
0.3 to < 3
12,500
3
15,000
Indirect Tensile IDT Strength psi of Bituminous Materials FOP for ASTM D6931 175 Maximum
ESAL's millions
N initial
N design
N maximum
%Gmm
<0.3
:591.5
96.0
:598.0
0.3to<3
:590.5
96.0
1598.0
>_ 3
<_ 89.0
96.0
<_ 98.0
Gyratory Compaction
(number of gyrations)
< 0.3
6
50
75
0.3 to < 3
7
75
115
> 3
8
100
160
9-03.8(7) HMA Tolerances and Adjustments
In the table in item number 1, the fifth row is revised to read:
Asphalt binder -0.4% to 0.5% ±0.7%
In the table in item number 1, the following new row is inserted before the last row:
Voids in Mineral
-1.0%
Aggregate, VMA
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
9-03.9(1) Ballast
The second paragraph (up until the colon) is revised to read:
Aggregates for ballast shall meet the following test requirements:
9-03.14(4) Gravel Borrow for Structural Earth Wall
The second sentence of the first paragraph is revised to read:
The material shall be substantially free of shale or other soft, poor durability particles,
and shall not contain recycled materials, such as glass, shredded tires, concrete rubble,
or asphaltic concrete rubble.
9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance
The first sentence of the second paragraph is revised to read:
Recycled concrete aggregate may be used as coarse aggregate or blended with coarse
aggregate for Commercial Concrete, Class 3000 concrete, or Cement Concrete
Pavement.
Item number 4 of the second paragraph is revised to read:
4. For Cement Concrete Pavement mix designs using recycled concrete aggregates,
the Contractor shall submit evidence that ASR mitigating measures control
expansion in accordance with Section 9-03.1(1).
This section is supplemented with the following new subsection:
9-03.21(1)B1 Recycled Concrete Aggregate Approval and Acceptance
Recycled concrete aggregate may be approved through a three tiered system that
consists of the following:
Tier 1
Approval Requirements
Approval of the Reclamation Facility is not required.
Acceptance Requirements
Certification of toxicity characteristics in accordance with
Section 9-03.21(1).
Field acceptance testing in accordance with Section 3-
04.
Approved to provide
the following Aggregate Materials:
9-03.10 Aggregate for Gravel Base
9-03.12(1)B Gravel Backfill for Foundations Class B
9-03.12(2) Gravel Backfill for Walls
9-03.12(3) Gravel Backfill for Pipe Zone Bedding
9-03.14(1) Gravel Borrow
9-03.14(2) Select Borrow
9-03.14(2) Select Borrow (greater than 3 feet below subgrade and side slope)
9-03.14(3) Common Borrow
9-03.14(3) Common Borrow (greater than 3 feet below subgrade and side slope)
9-03.17 Foundation Material Class A and Class B
9-03.18 Foundation Material Class C
9-03.19 Bank Run Gravel for Trench Backfill
Tier 2
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
Approval Requirements
The Reclamation Facility shall have a Quality Control
Plan (QCP) in accordance with WSDOT QC 9 "Standard
Practice for Approval of Reclamation Facilities of
WSDOT Recycled Concrete and Returned Concrete".
The Reclamation Facility's QCP shall be submitted and
approved by the WSDOT State Materials Laboratory.
Once accepted, any changes to the QCP will require a
new QCP to be submitted for acceptance.
Evaluation of aggregate source properties (LA Wear and
Degradation) for the recycled concrete aggregate is not
required.
Acceptance Requirements
Certification of toxicity characteristics in accordance with
Section 9-03.21(1), required if requested.
Field acceptance testing in accordance with Section 3-04
is required.
Provide certification in accordance with WSDOT QC 9 for
every lot. A lot shall be no larger than 10,000 tons.
Approved to provide
the following Aggregate Materials:
Tier 1 aggregate materials
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03.9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12 1 A Gravel Backfill for Foundations Class A
Tier 3
Approval Requirements
The Reclamation Facility shall have a Quality Control
Plan (QCP) in accordance with WSDOT QC 10
"Standard Practice for Approval of Reclamation Facilities
of Recycled Concrete Aggregates from Stockpiles of
Unknown Sources". The Reclamation Facility's QCP
shall be submitted and approved by the WSDOT State
Materials Laboratory. Once accepted, any changes to
the QCP will require a new QCP to be submitted for
acceptance.
Evaluation of aggregate source properties (LA Wear and
Degradation) for the recycled concrete aggregate is
required.
Acceptance Requirements
Certification of toxicity characteristics in accordance with
Section 9-03.21(1) is required.
Field acceptance testing in accordance with Section 3-04
is required.
Provide certification in accordance with WSDOT QC 10
for every lot. A lot shall be no larger than 10,000 tons
Approved to provide
the following Aggregate Materials:
Tier 1 aggregate materials
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03.9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12 1 A Gravel Backfill for Foundations Class A
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of
2 recycled concrete aggregate will be in accordance with Section 9-03.21(1), and
3 acceptance will be in accordance with Section 3-04.
4
5 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled
6 Material
7 "Portland Cement" is deleted from the first two rows in the table.
8
9 The following new row is inserted after the second row:
10
Coarse Aggregate for Concrete Pavement 1 9-03.1 4 0 1 100 0 1 0
11
12 The first column of the fourth row (after the preceding Amendment is applied) is revised to
13 read:
14
15 Coarse Aggregate for Commercial Concrete and Class 3000 Concrete
16
17 9-04.AP9
18 Section 9-04, Joint and Crack Sealing Materials
19 January 7, 2019
20 This section's title is revised to read:
21
22 Joint Sealing Materials
23
24 9-04.1(2) Premolded Joint Filler for Expansion Joints
25 In this section, each reference to "AASHTO T 42" is revised to read "ASTM D 545".
26
27 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
28 This section is supplemented with the following:
29
30 Hot poured sealant for cement concrete pavement is acceptable for installations in joints
31 where cement concrete pavement abuts a bituminous pavement.
32
33 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
34 This section is supplemented with the following:
35
36 Hot poured sealant for bituminous pavement is acceptable for installations in joints
37 where cement concrete pavement abuts a bituminous pavement.
38
39 9-04.2(1)B Sand Slurry for Bituminous Pavement
40 Item number 2 of the first paragraph is revised to read:
41
42 2. Two percent portland cement or blended hydraulic cement, and
43
44 9-04.3 Joint Mortar
45 The first paragraph is revised to read:
46
47 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one
48 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient
49 water to allow proper workability.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2 9-04.5 Flexible Plastic Gaskets
3 In the table, the Test Method value for Specific Gravity at 770F is revised to read "ASTM
4 D71 ".
5
6 In the table, the Test Method value for Flash Point COC, F is revised to read "ASTM D93
7 REV A".
8
9 In the table, the Test Method value for Volatile Matter is revised to read "ASTM D6".
10
11 9-05.AP9
12 Section 9-05, Drainage Structures and Culverts
13 January 7, 2019
14 9-05.3(1)A End Design and Joints
15 The second sentence of the first paragraph is revised to read:
16
17 The joints and gasket material shall meet the requirements of ASTM C990.
18
19 9-05.3(1)C Age at Shipment
20 The last sentence of the first paragraph is revised to read:
21
22 Unless it is tested and accepted at an earlier age, it shall not be considered ready for
23 shipment sooner than 28 days after manufacture when made with Type II portland
24 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III
25 portland cement.
26
27 9-05.7(3) Concrete Storm Sewer Pipe Joints
28 The second sentence is revised to read:
29
30 The joints and gasket material shall meet the requirements of ASTM C990.
31
32 9-05.7(4)A Hydrostatic Pressure on Pipes in Straight Alignment
33 The first sentence is revised to read:
34
35 Hydrostatic pressure tests on pipes in straight alignment shall be made in accordance
36 with the procedure outlined in Section 10 of ASTM C990, except that they shall be
37 performed on an assembly consisting of not less than three nor more than five pipe
38 sections selected from stock by the Engineer and assembled in accordance with
39 standard installation instructions issued by the manufacturer.
40
41 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe
42 This section is revised to read:
43
44 Polypropylene culvert and storm sewer pipe shall conform to the following requirements:
45
46 1. For dual wall pipe sizes up to 60 inches: ASTM F2881 or AASHTO M 330,
47 Type S or Type D.
48
49 2. For double or triple wall pipe sizes up to 60 inches: ASTM F2764.
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
3. Fittings shall be factory welded, injection molded, or PVC.
9-05.24(2) Polypropylene Sanitary Sewer Pipe
This section is revised to read:
Polypropylene sanitary sewer pipe shall conform to the following requirements:
For pipe sizes up to 60 inches: ASTM F2764.
2. Fittings shall be factory welded, injection molded, or PVC.
9-06.AP9
Section 9-06, Structural Steel and Related Materials
January 7, 2019
9-06.5 Bolts
This section's title is revised to read:
Bolts and Rods
9-06.5(4) Anchor Bolts
This section, including title, is revised to read:
9-06.5(4) Anchor Bolts and Anchor Rods
Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless
otherwise specified, shall be Grade 105 and shall conform to Supplemental
Requirements S2, S3, and S4.
Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to
ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts
and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292,
Grade 21-1, and shall conform to the overtapping, lubrication, and rotational testing
requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or
galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH.
Washers shall conform to ASTM F436.
The bolts and rods shall be tested by the manufacturer in accordance with the
requirements of the pertinent Specification and as specified in these Specifications.
Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the
project site. The Contractor shall submit to the Engineer for acceptance a
Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and
washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the
Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for
testing.
All bolts, rods, nuts, and washers shall be marked and identified as required in the
pertinent Specification.
9-06.15 Welded Shear Connectors
The third paragraph is revised to read:
Mechanical properties shall be determined in accordance with AASHTO T 244.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
9-06.17 Vacant
This section, including title, is revised to read:
9-06.17 Noise Barrier Wall Access Door
Access door frames shall be formed of 14-gauge steel to the size and dimensions
shown in the Plans. The access door frame head and jamb members shall be mitered,
securely welded, and ground smooth. Each head shall have two anchors and each jamb
shall have three anchors. The hinges shall be reinforced with '/4-inch by 12-inch plate,
width equal to the full inside width of the frame.
Access doors shall be full flush 1-3/4-inch thick seamless doors with a polystyrene core.
Door faces shall be constructed with smooth seamless 14-gauge roller -levered, cold -
rolled steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating
Designation AZ55 minimum. The vertical edges shall be neat interlocked hemmed edge
seam. The top and bottom of the door shall be enclosed with 14-gauge channels.
Mortise and reinforcement for locks and hinges shall be 10-gauge steel. Welded top cap
shall be ground and filled for exterior applications. The bottom channel shall have weep
holes.
Each access door shall have three hinges. Access door hinges shall be ASTM A 276
Type 316 stainless steel, 4-'/2-inches square, with stainless steel ball bearing and non -
removable pins.
Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type
316 stainless steel, with a grip handle of one -inch diameter and 8 to 10-inches in length.
The door assembly shall be fabricated and assembled as a complete unit including all
hardware specified prior to shipment.
9-06.18 Metal Bridge Railing
The second sentence of the first paragraph is revised to read:
Steel used for metal railings, when galvanized after fabrication in accordance with
AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or
0.15 to 0.25 percent.
9-07.AP9
Section 9-07, Reinforcing Steel
January 7, 2019
9-07.5(1) Epoxy -Coated Dowel Bars (for Cement Concrete Rehabilitation)
This section (including title) is revised to read:
9-07.5(1) Dowel Bars for Cement Concrete Pavement Rehabilitation
Dowel bars for Cement Concrete Pavement Rehabilitation shall be 1'/2 inch outside
diameter plain round steel bars or tubular bars 18 inches in length and meet the
requirements of one of the following dowel bar types:
Epoxy -coated dowel bars shall be round plain steel bars of the dimensions
shown in the Standard Plans. They shall conform to AASHTO M31, Grade 60
or ASTM A615, Grade 60 and shall be coated in accordance with ASTM
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
A1078 Type 2 coating, except that the bars may be cut to length after being
coated. Cut ends shall be coated in accordance with ASTM A1078 with a
patching material that is compatible with the coating, inert in concrete and
recommended by the coating manufacturer. The thickness of the epoxy
coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a
written certification that properly identifies the coating material, the number of
each batch of coating material used, quantity represented, date of
manufacture, name and address of manufacturer, and a statement that the
supplied coating material meets the requirements of ASTM A1078 Type 2
coating. Patching material, compatible with the coating material and inert in
concrete and recommended by the manufacturer shall be supplied with each
shipment for field repairs by the Contractor.
2. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625
inch outside diameter and a 0.120 inch wall thickness. Both the inside and
outside of the tube shall be zinc coated with G40 galvanizing in accordance
with ASTM A653. Following zinc coating the tubes shall be coated in
accordance with Section 9-07.5(1) item 1. The ends of the tube shall be
capped to prevent intrusion of concrete or other materials.
9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and
Cement Concrete Pavement Rehabilitation)
The first paragraph (up until the colon) is revised to read:
Corrosion resistant dowel bars shall be 1'/2 inch outside diameter plain round steel bars
or tubular bars 18 inches in length and meet the requirements of one of the following:
Item number 4 and 5 of the first paragraph are revised to read:
4. Corrosion -resistant, low -carbon, chromium plain steel bars for concrete
reinforcement meeting all the requirements of ASTM A 1035 Alloy Type CS Grade
100 or Alloy Type CS Grade 120.
5. Zinc Clad dowel bars shall be 1'/2 inch solid bars or 1.625 inch outside diameter by
0.120 inch wall tubular bars meeting the chemical and physical properties of
AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. The bars shall have a
minimum of 0.035 inches A710 Zinc alloy clad to the plain steel inner bar or tube.
A710 Zinc shall be composed of: zinc: 99.5 percent, by weight, minimum; copper:
0.1-0.25 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each
end of tubular bars shall be plugged using a snug -fitting insert to prohibit any
intrusion of concrete or other materials.
The numbered list in the first paragraph is supplemented with the following:
6. Multicoated fusion bonded epoxy bars shall consist of an ASTM A615 bar with
alternating layers of ASTM A934 coating and an abrasion resistant overcoat (ARO).
The ASTM A934 coating shall form the base and there shall be two layers of each
coating material. The minimum thickness of the combined layers of the ASTM A934
coating and ARO coating shall be 20 mils. The ARO shall meet the following
requirements:
Test I Method I Specification
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
Gouge
Resistance
NACE TM0215, 30 kg
wt., LS-1 bit @
25°C
< 0.22 mm
Gouge
Resistance
NACE TM0215, 50 kg
wt., LS-1 bit @
25°C
< 0.44 mm
7. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625 inch
outside diameter and a 0.120 inch wall thickness. Both the inside and outside of the
tube shall be zinc coated with G90 galvanizing in accordance with ASTM A653.
Following zinc coating the tubes shall be coated in accordance with Section 9-
07.5(1) item 1. The ends of the tube shall be capped to prevent intrusion of
concrete or other materials.
The last paragraph is revised to read:
Stainless Steel Clad and Stainless Steel Tube Dowel bar ends shall be sealed with a
patching material (primer and finish coat) used for patching epoxy -coated reinforcing
steel as required in Section 9-07.3, item 6.
15 9-07.7 Wire Mesh
16 This section is supplemented with the following:
17
18 Welded wire manufacturers shall participate in the NTPEP Audit Program for
19 Reinforcing Steel (rebar) Manufacturers and shall be listed on the NTPEP audit program
20 website displaying that they are NTPEP compliant.
21
22 9-08.AP9
23 Section 9-08, Paints and Related Materials
24 January 7, 2019
25 9-08.1(1) Description
26 The first sentence is revised to read:
27
28 Paint used for highway and bridge structure applications shall be made from materials
29 meeting the requirements of the applicable Federal and State Paint Specifications,
30 Department of Defense (DOD), American Society of Testing of Materials (ASTM), and
31 The Society for Protective Coatings (SSPC) specifications in effect at time of
32 manufacture.
33
34 9-08.1(2) Paint Types
35 This section is supplemented with the following new subsections:
36
37 9-08.1(2)M NEPCOAT Qualified Products List
38 Qualified products used shall be part of a NEPCOAT system supplied by the same
39 manufacturer.
40
41 9-08.1(2)N NEPCOAT Qualified Products List B
42 Qualified products used shall be part of a NEPCOAT system supplied by the same
43 manufacturer.
44
45 9-08.1(2)D Organic Zinc -Rich Primer
46 This section, including title, is revised to read:
47
48 Vacant
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
9-08.1(2)E Epoxy Polyamide
This section is revised to read:
Epoxy polyamide shall be a two -component system conforming to MIL-DTL-24441 or
SSPC Coating Standard No. 42.
9-08.1(2)H Top Coat, Single -Component, Moisture -Cured Polyurethane
This section is revised to read:
Vehicle Type: Moisture -cured aliphatic polyurethane.
Color and Gloss: Meet the SAE AMS Standard 595 Color as specified in the table
below.
The Top Coat shall meet the following requirements:
The resin shall be an aliphatic urethane.
Minimum -volume solids 50 percent.
The top coat shall be semi -gloss.
Color
Semi -Gloss
Washington Gray
26357
Mt. Baker Gray
26134
Mt. St. Helens Gray
26306
Cascade Green
24158
9-08.1(2)1 Rust -Penetrating Sealer
This section is revised to read:
Rust -penetrating sealer shall be a two -component, chemically -cured, 100 percent solids
epoxy.
9-08.1(2)J Black Enamel
This section is revised to read:
The enamel shall conform to Federal Specification MIL PRF 24635E Type II Class 2.
9-08.1(2)K Orange Equipment Enamel
The first paragraph is revised to read:
The enamel shall be an alkyd gloss enamel conforming to Federal Specification MIL-
PRF-24635E Type II Class 1. The color, when dry, shall match that of SAE AMS
Standard 595, color number 12246.
9-08.1(2)L Exterior Acrylic Latex Paint -White
The first paragraph is revised to read:
This paint shall conform to Federal Specification MIL-PRF-24635E Type II Class 1, 2 or
3.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2 9-08.1(7) Acceptance
3 This section is revised to read:
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
For projects with moisture -cured polyurethane quantities less than 20 gallons,
acceptance will be by the Manufacturer's Certificate of Compliance.
For projects with moisture -cured polyurethane quantities greater than 20 gallons, the
product shall be listed in the current WSDOT Qualified Products List (QPL). If the lot
number is listed on the QPL, it may be accepted without additional testing. If the lot
number is not listed on the QPL, a 1 quart sample shall be submitted to the State
Materials Laboratory for testing and acceptance.
For all other paint types, acceptance will be based on visual inspection.
9-08.1(8) Standard Colors
In the first paragraph, the reference to "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
The second paragraph is revised to read:
Unless otherwise specified, all top or finish coats shall be semi -gloss, with the paint
falling within the range of 35 to 70 on the 60-degree gloss meter.
9-08.2 Powder Coating Materials for Coating Galvanized Surfaces
The last paragraph is revised to read:
Repair materials shall be as recommended by the powder coating manufacturer and as
specified in the Contractor's powder coating plan as accepted by the Engineer.
9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces
This section, including title, is revised to read:
9-08.3 Concrete Surface Treatments
9-08.3(1) Pigmented Sealer Materials
The pigmented sealer shall be a semi -opaque, colored toner containing only methyl
methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in
solution at all times by a chemical suspension agent, and solvent. Toning pigments
shall be laminar silicates, titanium dioxide, and inorganic oxides only. There shall
be no settling or color variation. Tinting shall occur at the factory at the time of
manufacture and placement in containers, prior to initial shipment. Use of vegetable
or marine oils, paraffin materials, stearates, or organic pigments in any part of
coating formulation will not be permitted. The color of pigmented sealer shall be as
specified by the Contracting Agency. The Contractor shall submit a 1-quart wet
sample, a drawdown color sample, and spectrophotometer or colorimeter readings
taken in accordance with ASTM D2244, for each batch and corresponding
standard color card. The calculated Delta E shall not exceed 1.5 from the
Commission Internationale de I'Eclairage (CIELAB) when measured at 10 degrees
Standard Observer and Illuminant D 65.
The 1-quart wet sample shall be submitted in the manufacturer's labeled container
with product number, batch number, and size of batch. The companion drawdown
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
color sample shall be labeled with the product number, batch number, and size of
batch. The Contractor shall submit the specified samples and readings to the
Engineer at least 14 calendar days prior to the scheduled application of the sealer.
The Contractor shall not begin applying pigmented sealer until receiving the
Engineer's written approval of the pigmented sealer color samples.
9-08.3(2) Exposed Aggregate Concrete Coatings and Sealers
9-08.3(2)A Retardant Coating
Retardant coating shall exhibit the following properties:
Retards the set of the surface mortar of the concrete without
preventing the concrete to reach the specified 28 day compressive
strength.
2. Leaves the aggregate with its original color and luster, and firmly
embedded in the concrete matrix.
3. Allows the removal of the surface mortar in accordance with the
methods specified in Section 6-02.3(14)E without the use of acidic
washing compounds.
4. Allows for uniform removal of the surface mortar.
If the Contractor proposes use of a retardant coating that is not listed in the
current WSDOT QPL, the Contractor shall submit a Type 2 Working Drawing
consisting of a one quart product sample from a current lot along with
supporting product information, Safety Data Sheet, and a Manufacturer's
Certificate of Compliance stating that the product conforms to the above
performance requirements.
9-08.3(2)B Clear Sealer
The sealer for concrete surfaces with exposed aggregate finish shall be a
clear, non -gloss, penetrating sealer of either a silane, siloxane, or silicone
based formulation.
9-08.3(3) Permeon Treatment
Permeon treatment shall be a product of known consistent performance in
producing the SAE AMS Standard 595 Color No. 30219 target color hue
established by WSDOT, either selected from the WSDOT Qualified Products List
(QPL), or an equivalent product accepted by the Engineer. For acceptance of
products not listed in the current WSDOT QPL, the Contractor shall submit Type 3
Working Drawings consisting of a one quart product sample from a current lot,
supporting product information and a Safety Data Sheet.
9-13.AP9
Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion
and Scour Protection and Rock Walls
April 2, 2018
9-13.1(1) General
The last paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other
2 defects tending to destroy its resistance to weather and shall meet the following test
3 requirements:
4
5 9-13.5 Concrete Slope Protection
6 This section is revised to read:
7
8 Concrete slope protection shall consist of reinforced portland cement or blended
9 hydraulic cement concrete poured or pneumatically placed upon the slope with a
10 rustication joint pattern or semi -open concrete masonry units placed upon the slope
11 closely adjoining each other.
12
13 9-13.5(2) Poured Portland Cement Concrete Slope Protection
14 This section's title is revised to read:
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection
9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection
This section's title is revised to read:
Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete
Slope Protection
The first paragraph is revised to read:
Cement — This material shall be portland cement or blended hydraulic cement as
specified in Section 9-01.
9-13.7(1) Rock for Rock Walls and Chinking Material
The first paragraph (up until the colon) is revised to read:
Rock for rock walls and chinking material shall be hard, sound and durable material,
free from seams, cracks, and other defects tending to destroy its resistance to weather,
and shall meet the following test requirements:
9-14.AP9
Section 9-14, Erosion Control and Roadside Planting
August 6, 2018
9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
In Table 1, the last four rows are deleted.
9-14.4(2)A Long -Term Mulch
The first paragraph is supplemented with the following:
Products containing cellulose fiber produced from paper or paper components will not
be accepted.
Table 2 is supplemented with the following new rows:
Water Holding Capacity I ASTM D 7367 1800 percent minimum
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Organic Matter Content
HTO T 267
90 ercent minimum
Seed Germination
Enhancement
rASTIVID 7322
Long Term
420 percent minimum
9-14.4(2)B Moderate -Term Mulch
This section is revised to read:
Within 48 hours of application, the Moderate -Term Mulch shall bond with the soil
surface to create a continuous, absorbent, flexible, erosion -resistant blanket. Moderate -
Term Mulch shall effectively perform the intended erosion control function in accordance
with Section 8-01.3(1) for a minimum of 3 months, or until temporary vegetation has
been established, whichever comes first.
Moderate -Term Mulch shall not be used in conjunction with permanent seeding.
9-14.4(2)C Short -Term Mulch
This section is revised to read:
Short -Term Mulch shall effectively perform the intended erosion control function in
accordance with Section 8-01.3(1) for a minimum of 2 months, or until temporary
vegetation has been established, whichever comes first. Short -Term Mulch shall not be
used in conjunction with permanent seeding.
9-16.AP9
Section 9-16, Fence and Guardrail
August 6, 2018
9-16.3(1) Rail Element
The last sentence of the first paragraph is revised to read:
All rail elements shall be formed from 12-gage steel except for thrie beam reducer
sections, reduced length thrie beam rail elements, thrie beams used for bridge rail
retrofits, and Design F end sections, which shall be formed from 10-gage steel.
9-16.3(5) Anchors
The last paragraph is revised to read:
Cement grout shall conform to Section 9-20.3(4) and consist of one part portland
cement or blended hydraulic cement and two parts sand.
9-18.AP9
Section 9-18, Precast Traffic Curb
April 2, 2018
9-18.1(1) Aggregates and Proportioning
Item number 1 of the first paragraph is revised to read:
Portland cement or blended hydraulic cement shall conform to the requirements of
Section 9-01 except that it may be Type I portland cement conforming to AASHTO
M 85.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
E
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
9-20.AP9
Section 9-20, Concrete Patching Material, Grout, and Mortar
January 7, 2019
9-20.1 Patching Material
This section, including title, is revised to read:
9-20.1 Patching Material for Cement Concrete Pavement
Concrete patching material shall be prepackaged mortar extended with aggregate. The
amount of aggregate for extension shall conform to the manufacturer's
recommendation.
Patching mortar and patching mortar extended with aggregate shall contain
cementitious material and conform to Sections 9-20.1(1) and 9-20.1(2). The
Manufacturer shall use the services of a laboratory that has an equipment calibration
verification system and a technician training and evaluation process in accordance with
AASHTO R 18 to perform all tests specified in Section 9-20.1.
9-20.1(1) Patching Mortar
Patching mortar shall conform to the following requirements:
Compressive Strength
ASTM Test Method
Specification
at 3 hours
C 39
Minimum 3,000 psi
at 24 hours
C 39
Minimum 5,000 psi
Length Change
at 28 days
C 157
0.15 percent maximum
Total Chloride Ion Content
C 1218
1 Ib/ d3 maximum
Bond Strength
at 24 hours
C 882 (As modified by C
928, Section 9.5
Minimum 1,000 psi
Scaling Resistance (at 25
cycles of freezing and
thawing)
C 672 (As modified by C
928, Section 9.4)
1 Ib/ftz maximum
9-20.1(2) Patching Mortar Extended with Aggregate
Patching mortar extended with aggregate shall meet the following requirements:
Compressive Strength
ASTM Test Method
Specification
at 3 hours
C 39
Minimum 3,000 psi
at 24 hours
C 39
Minimum 5,000 psi
Length Change
at 28 days C 157 0.15 percent maximum
Bond Strength
at 24 hours
C 882 (As modified by
ASTM C928, Section 9.5
Minimum 1,000 psi
Scaling Resistance (at 25
cycles of freezing and
thawing)
C 672
2 Maximum Visual Rating
Freeze thaw
C 666
Maximum expansion 0.10%
Minimum durability 90.0%
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
9-20.1(3) Aggregate
Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4)
and be AASHTO Grading No. 8. A Manufacturer's Certificate of Compliance shall
be submitted showing the aggregate source and the gradation. Mitigation for Alkali
Silica Reaction (ASR) will not be required for the extender aggregate used for
concrete patching material.
9-20.1(4) Water
Water shall meet the requirements of Section 9-25.1. The quantity of water shall be
within the limits recommended by the repair material manufacturer.
9-20.2 Specifications
This section, including title, is revised to read:
9-20.2 Patching Material for Concrete Structure Repair
Concrete patching material shall be a prepackaged mixture of portland or blended
hydraulic cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace
slag and microsilica fume may be used. The concrete patching material may be
shrinkage compensated. The concrete patching material shall also meet the following
requirements:
• Compressive strength of 6000 psi or higher at 28 days in accordance with
AASHTO T 22 (ASTM C 39), unless noted otherwise
• Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM
C 1583 or ICRI 210.3R
• Shrinkage shall be 0.05 percent (500 microstrain) or lower at 28 days in
accordance with AASHTO T 160 (ASTM C 157) as modified by ICRI 320.3R
• Permeability shall be 2,000 coulombs or lower at 28 days in accordance with
AASHTO T 277 (ASTM C 1202)
• Freeze -thaw resistance shall have a durability factor of 90 percent or higher
after a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A
(ASTM C 666)
• Soluble chloride ion limits in Section 6-02.3(2) shall be satisfied
9-20.2(1) Patching Mortar
This section, including title, is deleted in its entirety.
9-20.2(2) Patching Mortar Extended with Aggregate
This section, including title, is deleted in its entirety.
9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications
This section is revised to read:
Grout Type 3 shall be a prepackaged material that does not include expansive
admixtures meeting the following requirements:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Compressive strength shall be 4000 psi or higher at 28 days in accordance
with AASHTO T 22 (ASTM C 39) for grout extended with coarse aggregate or
AASHTO T 106 (ASTM C109) otherwise.
Bond strength shall meet one of the following:
250 psi or higher at 28 days or less in accordance with ASTM C1583.
2000 psi or higher at 28 days or less in accordance with ASTM C882. The
following modification to ASTM C882 is acceptable: use Type 3 Grout in
lieu of epoxy resin base bonding system and freshly mixed portland-
cement mortar in the procedure for testing Type II and V systems.
Drying shrinkage shall be 0.08 percent (800 microstrain) or lower at 28 days in
accordance with AASHTO T 160 (ASTM C157). The following modification to
AASHTO T 160 is acceptable: use a standard specimen size of 3 x 3 x 11-'/4
inches.
9-20.5 Bridge Deck Repair Material
Item number 3 of the first paragraph is revised to read:
3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with
AASHTO T 277.
9-21.AP9
Section 9-21, Raised Pavement Markers (RPM)
January 2, 2018
9-21.2 Raised Pavement Markers Type 2
This section's content is deleted.
9-21.2(1) Physical Properties
This section, including title, is revised to read:
9-21.2(1) Standard Raised Pavement Markers Type 2
The marker housing shall contain reflective faces as shown in the Plans to reflect
incident light from either a single or opposite directions and meet the requirements of
ASTM D 4280 including Flexural strength requirements.
9-21.2(2) Optical Requirements
This section, including title, is revised to read:
9-21.2(2) Abrasion Resistant Raised Markers Type 2
Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and
meet the requirements of ASTM D 4280 with the following additional requirement: The
coefficient of luminous intensity of the markers shall be measured after subjecting the
entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop
apparatus. After the exposure described above, retroreflected values shall not be less
than 0.5 times a nominal unblemished sample.
9-21.2(3) Strength Requirements
This section is deleted in its entirety.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
9-26.AP9
Section 9-26, Epoxy Resins
January 7, 2019
9-26.1(1) General
The following new sentence is inserted after the first sentence of the first paragraph:
For pre -packaged cartridge kits, the epoxy bonding agent shall meet the requirements
of ASTM C881 when mixed according to manufacturer instructions, utilizing the
manufacturer's mixing nozzle.
9-26.1(2) Packaging and Marking
The first sentence of the first paragraph is revised to read:
The components of the epoxy system furnished under these Specifications shall be
supplied in separate containers or pre -packaged cartridge kits that are non -reactive with
the materials contained.
The second paragraph is revised to read:
Separate containers shall be marked by permanent marking that identify the formulator,
"Component A" (contains the Epoxy Resin) and "Component B" (Contains the Curing
Agent), type, grade, class, lot or batch number, mixing instructions and the quantity
contained in pounds or gallons as defined by these Specifications.
The following new paragraph is inserted after the second paragraph:
Pre -packaged cartridge kits shall be marked by permanent marking that identify the
formulator, type, grade, class, lot or batch number, mixing instructions and the quantity
contained in ounces or milliliters as defined by these Specifications.
9-28.AP9
Section 9-28, Signing
April 2, 2018
Materials and Fabrication
9-28.10 Vacant
This section, including title, is revised to read:
9-28.10 Digital Printing
Transparent and opaque durable inks used in digital printed sign messages shall be as
recommended by the manufacturer. When properly applied, digital printed colors shall
have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall
present a smooth surface, free from foreign material, and all messages and borders
shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective
minimum values established for its type and color. Digitally printed signs shall meet the
daytime color and luminance, and nighttime color requirements of ASTM D 4956. No
variations in color or overlapping of colors will be permitted. Digital printed permanent
traffic signs shall have an integrated engineered match component clear protective
overlay recommended by the sheeting manufacturer applied to the entire face of the
sign. On Temporary construction/maintenance signs printed with black ink only, the
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
protective overlay film is optional, as long as the finished sign has a warranty of a
minimum of three years from sign sheeting manufacturer.
All digital printed traffic control signs shall be an integrated engineered match
component system. The integrated engineered match component system shall consist
of retroreflective sheeting, durable ink(s), and clear overlay film all from the same
manufacturer applied to aluminum substrate conforming to Section 9-28.8.
The sign fabricator shall use an approved integrated engineered match component
system as listed on the Qualified Products List (QPL). Each approved digital printer
shall only use the compatible retroreflective sign sheeting manufacturer's engineered
match component system products.
Each retroreflective sign sheeting manufacturer/integrated engineered match
component system listed on the QPL shall certify a department approved sign fabricator
is approved to operate their compatible digital printer. The sign fabricator shall re -certify
annually with the retroreflective sign manufacturer to ensure their digital printer is still
meeting manufacturer's specifications for traffic control signs. Documentation of each
re -certification shall be submitted to the QPL Engineer annually.
9-28.11 Hardware
The last paragraph is revised to read:
All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and
related connecting hardware shall be galvanized in accordance with ASTM F 2329.
9-28.14(2) Steel Structures and Posts
The first sentence of the third paragraph is revised to read:
Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
Section 9-06.5(4), including Supplemental Requirement S4 tested at -20°F.
In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM
F 2329".
The first sentence of the fifth paragraph is revised to read:
Except as otherwise noted, steel used for sign structures and posts shall have a
controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent.
The last sentence of the last paragraph is revised to read:
If such modifications are contemplated, the Contractor shall submit a Type 2 Working
Drawing of the proposed modifications.
y . = . .
Section 9-29, Illumination, Signal, Electrical
January 7, 2019
9-29.1 Conduit, Innerduct, and Outerduct
This section is supplemented with the following new subsections:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
9-29.1(10) Pull Tape
Pull tape shall be pre -lubricated polyester pulling tape. The pull tape shall have a
minimum width of/2-inch and a minimum tensile strength of 500 pounds. Pull tape may
have measurement marks.
9-29.1(11) Foam Conduit Sealant
Foam conduit sealant shall be self -expanding waterproof foam designed to prevent both
water and pest intrusion. The foam shall be designed for use in and around electrical
equipment, including both insulated and bare conductors.
9-29.2(1) Junction Boxes
The first paragraph is revised to read:
For the purposes of this Specification concrete is defined as portland cement or blended
hydraulic cement concrete and non -concrete is all others.
9-29.2(1)A2 Non -Concrete Junction Boxes
The first paragraph is revised to read:
Material for the non -concrete junction boxes shall be of a quality that will provide for a
similar life expectancy as portland cement or blended hydraulic cement concrete in a
direct burial application.
9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read:
Slip Resistant Lid
ASTM A36 steel
Frame
ASTM A36 steel
Slip Resistant Frame
ASTM A36 steel
9-29.3(2)A1 Single Conductor Current Carrying
This second sentence is revised to read:
Insulation shall be XLP (cross -linked polyethylene) or EPR (Ethylene Propylene
Rubber), Type USE (Underground Service Entrance) or USE-2, and rated for 600-volts
or higher.
9-29.6 Light and Signal Standards
In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F
2329".
Item number 2 of the last paragraph is revised to read:
2. The steel light and signal standard fabricator's shop drawing submittal, including
supporting design calculations, submitted as a Type 2E Working Drawing in
accordance with Section 8-20.2(1) and the Special Provisions.
9-29.6(1) Steel Light and Signal Standards
In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
The first sentence of the last paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Steel used for light and signal standards shall have a controlled silicon content of either
0.00 to 0.06 percent or 0.15 to 0.25 percent.
9-29.6(5) Foundation Hardware
In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
9-29.10(1) Conventional Roadway Luminaires
This section is revised to read:
All conventional roadway luminaires shall meet 3G vibration requirements as described
in ANSI C136.31.
All luminaires shall have housings fabricated from aluminum. The housing shall be
painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise
specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test
as specified in ASTM B117.
Each housing shall include a four bolt slip -fitter mount capable of accepting a nominal 2"
tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping
bracket(s) and the cap screws shall not bottom out on the housing bosses when
adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the
luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws
used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall
include leveling reference points for both transverse and longitudinal adjustment.
All luminaires shall include shorting caps when shipped. The caps shall be removed and
provided to the Contracting Agency when an alternate control device is required to be
installed in the photocell socket. House side shields shall be included when required by
the Contract. Order codes shall be modified to the minimum extent necessary to include
the option for house side shields.
This section is supplemented with the following new subsections:
9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires
HPS conventional roadway luminaires shall meet the following requirements:
General shape shall be "cobrahead" style, with flat glass lens and full cutoff
optics.
2. Light pattern distribution shall be IES Type III.
3. The reflector of all luminaires shall be of a snap -in design or secured with
screws. The reflector shall be polished aluminum or prismatic borosilicate
glass.
4. Flat lenses shall be formed from heat resistant, high -impact, molded
borosilicate or tempered glass.
5. The lens shall be mounted in a doorframe assembly, which shall be hinged to
the luminaire and secured in the closed position to the luminaire by means of
an automatic latch. The lens and doorframe assembly, when closed, shall
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
exert pressure against a gasket seat. The lens shall not allow any light output
above 90 degrees nadir. Gaskets shall be composed of material capable of
withstanding the temperatures involved and shall be securely held in place.
6. The ballast shall be mounted on a separate exterior door, which shall be
hinged to the luminaire and secured in the closed position to the luminaire
housing by means of an automatic type of latch (a combination hex/slot
stainless steel screw fastener may supplement the automatic -type latch).
7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt
lamp complete and associated ballast. Lamps shall mount horizontally.
9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires
LED Conventional Roadway Luminaires are divided into classes based on their
equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W,
310W, and 400W. LED luminaires are required to be pre -approved in order to verify
their photometric output. To be considered for pre -approval, LED luminaires must meet
the requirements of this section.
LED luminaires shall include a removable access door, with tool -less entry, for access
to electronic components and the terminal block. The access door shall be removable,
but include positive retention such that it can hang freely without disconnecting from the
luminaire housing. LED drivers may be mounted either to the interior of the luminaire
housing or to the removable door itself.
LED drivers shall be removable for user replacement. All internal modular components
shall be connected by means of mechanical plug and socket type quick disconnects.
Wire nuts may not be used for any purpose. All external electrical connections to the
luminaire shall be made through the terminal block.
LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s)
shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color
Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI)
of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees
Celsius.
LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages
refer to the supply voltages to the luminaires present in the field. LED power usage shall
not exceed the following maximum values for the applicable wattage class:
Class
Max. Wattage
20OW
110W
250W
165W
310W
210W
40OW
275W
Only one brand of LED conventional roadway luminaire may be used on a Contract.
They do not necessarily have to be the same brand as any high -mast, underdeck, or
wall -mount luminaires when those types of luminaires are specified in the Contract.
LED luminaires shall include a standard 10 year manufacturer warranty.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
The list of pre -approved LED Conventional Roadway Luminaires is available at
http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm.
9-29.10(2) Decorative Luminaires
This section, including title, is revised to read:
9-29.10(2) Vacant
9-29.12 Electrical Splice Materials
This section is supplemented with the following new subsections:
9-29.12(3) Splice Enclosures
9-29.12(3)A Heat Shrink Splice Enclosure
Heat shrink splice enclosures shall be medium or heavy wall cross -linked
polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic
adhesive sealant. Heat shrink splices used for "wye" connections require rubber
electrical mastic tape.
9-29.12(3)B Molded Splice Enclosure
Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The
material used shall be compatible with the insulation material of the insulated
conductor or cable. The component materials of the resin insulation shall be
packaged ready for convenient mixing without removing from the package.
9-29.12(4) Re -Enterable Splice Enclosure
Re -enterable splice enclosures shall use either dielectric grease or a flexible resin
contained in a two-piece plastic mold. The mold shall either snap together or use
stainless steel hose clamps.
9-29.12(5) Vinyl Electrical Tape for Splices
Vinyl electrical tape in splicing applications shall meet the requirements of MIL-1-
24391 C.
9-29.12(1) Illumination Circuit Splices
This section is revised to read:
Underground illumination circuit splices shall be solderless crimped connections
capable of securely joining the wires, both mechanically and electrically, as defined in
Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or
split bolt vice -type connectors.
9-29.12(1)A Heat Shrink Splice Enclosure
This section is deleted in its entirety.
9-29.12(1)B Molded Splice Enclosure
This section is deleted in its entirety.
9-29.12(2) Traffic Signal Splice Material
This section is revised to read:
Induction loop splices and magnetometer splices shall use an uninsulated barrel -type
crimped connector capable of being soldered.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
2 9-29.13(10)D Cabinets for Type 170E and 2070 Controllers
3 The first sentence of item number 4 is revised to read:
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
A disposable paper filter element with dimensions of 12" x 16" x 1" shall be provided in
lieu of a metal filter.
Item number 6 is revised to read:
6. LED light strips shall be provided for cabinet lighting, powered from the Equipment
breaker on the Power Distribution Assembly. Each LED light strip shall be
approximately 12 inches long, have a minimum output of 320 lumens, and have a
color temperature of 4100K (cool white) or higher. There shall be three light strips
for each rack within the cabinet. Lighting shall be ceiling mounted — rack mounted
lighting is not permitted. Light strips shall be installed in the locations shown in the
Standard Plans. Lighting shall not interfere with the proper operation of any other
ceiling mounted equipment. All lighting fixtures above a rack shall energize
automatically when either door to that respective rack is opened. Each door switch
shall be labeled "Light".
Item number 7 is revised to read:
7. Rack mounted equipment shall be as shown in the Standard Plans. The cabinet
shall use PDA #2LX and Output File #1 LX. Where an Auxiliary Output File is
required, Output File #2LX shall also be included.
This section is supplemented with the following new item:
9. The PCB connectors for Field Terminal Blocks FT1 through FT6 on Output Files
#1 LX and #2LX shall be capable of accepting minimum 14 AWG field wiring, have
a pitch of 5.08 mm, and use screw flange type locking to secure the plug and
socket connection. The sockets on the Field Terminal Panel shall be secured to the
panel such that unplugging a connector will not result in the socket moving or
separating from the panel.
9-29.13(11) Cabinets for Type 170E and 2070 Controllers
Item number 2 is revised to read:
2. Rack mounted equipment shall be as shown in the Standard Plans.
Item number 3 is revised to read:
3. PDA #3LX shall be furnished with three Model 200 Load Switches installed. PDA
#3LX shall be modified to include a second Model 430 transfer relay, mounted on
the rear of the PDA and wired as shown in the Standard Plans.
9-29.13(12) ITS Cabinet
This section's title is revised to read:
Type 331 L ITS Cabinet
The first paragraph (excluding the numbered list) is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Basic ITS cabinets shall be Model 331 L Cabinets, unless otherwise specified in the
Contract. Type 331 L Cabinets shall be constructed in accordance with the TEES, with
the following modifications:
Item number 6 of the first paragraph is revised to read:
6. LED light strips shall be provided for cabinet lighting, powered from the Equipment
breaker on the Power Distribution Assembly. Each LED light strip shall be
approximately 12 inches long, have a minimum output of 320 lumens, and have a
color temperature of 4100K (cool white) or higher. There shall be three light strips
for each rack within the cabinet. Lighting shall be ceiling mounted — rack mounted
lighting is not permitted. Light strips shall be installed in the locations shown in the
Standard Plans. Lighting shall not interfere with the proper operation of any other
ceiling mounted equipment. All lighting fixtures above a rack shall energize
automatically when either door to that respective rack is opened. Each door switch
shall be labeled "Light".
9-29.16(2)E Painting Signal Heads
In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
9-29.17 Signal Head Mounting Brackets and Fittings
In the first paragraph, item number 2 under Stainless Steel is revised to read:
2. Bands or cables for Type N mount.
9-29.20 Pedestrian Signals
In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
9-29.24 Service Cabinets
The third sentence of item number 6 is revised to read:
The dead front cover shall have cutouts for the entire breaker array, with blank covers
where no circuit breakers are installed.
Item number 8 is revised to read:
8. Lighting contactors shall meet the requirements of Section 9-29.24(2).
The last sentence of item number 10 is revised to read:
Dead front panels shall prevent access to any exposed, live components, and shall
cover all equipment except for circuit breakers (including blank covers), the photocell
test/bypass switch, and the GFCI receptacle.
9-29.24(2) Electrical Circuit Breakers and Contactors
This section is revised to read:
All circuit breakers shall be bolt -on type, with the RMS-symmetrical interrupting capacity
described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at
240 or 277 volts, as applicable, with an interrupting capacity of not less than 10,000
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
amperes. Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have
an interrupting capacity of not less than 14,000 amperes.
Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor,
mercury vapor, metal halide, and fluorescent) lamp loads. Contactors for 120/240/277
volt circuits shall be rated at 240 volts maximum line to line voltage, or 277 volts
maximum line to neutral voltage, as applicable. Contactors for 480 volt circuits shall be
rated at 480 volt maximum line to line voltage.
9-33.AP9
Section 9-33, Construction Geosynthetic
August 6, 2018
9-33.4(1) Geosynthetic Material Approval
The second sentence of the first paragraph is revised to read:
If the geosynthetics material is not listed in the current WSDOT QPL, a Manufacturer's
Certificate of Compliance including Certified Test Reports of each proposed
geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for
evaluation.
The last paragraph is revised to read:
Geosynthetics used as reinforcement in permanent geosynthetic retaining walls,
reinforced slopes, reinforced embankments, and other geosynthetic reinforcement
applications require proof of compliance with the National Transportation Product
Evaluation Program (NTPEP) in accordance with AASHTO Standard Practice R 69,
Standard Practice for Determination of Long -Term Strength for Geosynthetic
Reinforcement.
9-34.AP9
Section 9-34, Pavement Marking Material
January 7, 2019
9-34.2(2) Color
The first sentence is revised to read:
Paint draw -downs shall be prepared according to ASTM D823.
Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595".
9-34.2(3) Prohibited Materials
This section is revised to read:
Traffic paint shall not contain mercury, lead, chromium, diarylide pigments, toluene,
chlorinated solvents, hydrolysable chlorine derivatives, ethylene -based glycol ethers
and their acetates, nor any other EPA hazardous waste material over the regulatory
levels in accordance with CFR 40 Part 261.24.
9-34.2(5) Low VOC Waterborne Paint
The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2".
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
The heading "High -Build Waterborne Paint" is supplemented with "Type 4".
The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5".
In the row beginning with "O @900F", each minimum value is revised to read "60"
In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is
revised to read "3".
The last four rows are replaced with the following:
Vehicle Composition
ASTM D
100% acrylic emulsion
100% cross -linking
100% acrylic emulsion
2621
acr lic4
Freeze -Thaw
ASTM D
@ 5 cycles show no
@ 5 cycles show no
@ 3 cycles show no
Stability, KU
2243 and D
coagulation or change
coagulation or change
coagulation or change
562
in viscosity greater
in viscosity greater
in viscosity greater
than ± 10 KU
than ± 10 KU
than ± 10 KU
Heat Stability
ASTM D 5622
± 10 KU from the initial
± 10 KU from the initial
± 10 KU from the initial
viscosity
viscosity
Viscosity
Low Temperature
ASTM D
No Cracks*
No Cracks
Film Formation
28053
Cold Flexibilit 5
ASTM D522
Pass at 0.5 in mandrel*
Test Deck Durability6
ASTM D913
>_70% paint retention in
wheel track*
Mud Cracking
(See note 7)
1 No Cracks
No Cracks
After the preceding Amendments are applied, the following new column is inserted after the
"Standard Waterborne Paint Type 1 and 2" column:
Semi -Durable Waterborne Paint Type 3
White
I Yellow
Min. Max.
I Min. I Max.
Within ± 0.3 of qualification sample
80
95
80
95
60
60
77
77
65
65
43
43
1.25
1.25
3
3
0.98
0.96
88
50
100,
100,
9.5
9.5
10
10
100% acrylic emulsion
@ 5 cycles show no coagulation or
change in viscosity greater than ± 10 KU
± 10 KU from the initial viscosity
No Cracks
Pass at 0.25 in mandrel
>_700,46 paint retention in wheel track
No Cracks
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
The footnotes are supplemented with the following:
4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F
Section 3.1.1.
5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness
of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F) for 24
hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall
be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the
aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel
apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and
immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must
show no evidence of cracking, chipping or flaking when bent 180 degrees over a
mandrel bar of specified diameter.
6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a
minimum of six months with the following additional requirements: it shall be applied at
15 wet mils to a test deck that is located at 4ON latitude or higher with at least 10,000
ADT and which was applied during the months of September through November.
7Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with
a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH
and 72±5 °F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks.
26 9-34.3 Plastic
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE
AMS Standard 595".
9-34.3(2) Type B — Pre -Formed Fused Thermoplastic
In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE
AMS Standard 595".
9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate
The Test Method value for Adhesion to PCC or HMA, psi is revised to read "ASTM
D4541'".
9-34.4 Glass Beads for Pavement Marking Materials
In the Test Method column of the table titled Metal Concentration Limits, "EPA 3052 SW-846
601OC" is revised to read "EPA 3052 SW-846 601OD".
9-34.5(1) Temporary Pavement Marking Tape — Short Duration
This section, including title, is revised to read:
9-34.5(1) Temporary Pavement Marking Tape — Short Duration (Removable)
Temporary pavement marking tape for short duration (usage is for up to two months)
shall conform to ASTM D4592 Type II except that black tape, black mask tape and the
black portion of the contrast removable tape, shall be non -reflective.
9-34.5(2) Temporary Pavement Marking Tape — Long Duration
This section's title is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Temporary Pavement Marking Tape — Long Duration (Non -Removable)
The first sentence is revised to read:
Temporary pavement marking tape for long duration (usage is for greater than two
months and less than one year) shall conform to ASTM D4592 Type II.
ASTM E2176 is deleted from the second sentence.
9-34.7(1) Requirements
The first paragraph is revised to read:
Field performance evaluation is required for low VOC solvent -based paint per Section 9-
34.2(4), Type A — liquid hot applied thermoplastic per Section 9-34.3(1), Type B —
preformed fused thermoplastic per Section 9-34.3(2), Type C — cold applied preformed
tape per Section 9-34.3(3), and Type D — liquid applied methyl methacrylate per Section
9-34.3(4).
The last paragraph is deleted.
9-34.7(1)C Auto No -Track Time
The first paragraph is revised to read:
Auto No -Track Time will only be required for low VOC solvent -based paint in
accordance with Section 9-34.2(4).
The second and third sentences of the second paragraph are deleted.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/7/19
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
2. SPECIAL PROVISIONS
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for resurfacing (3-inch overlay) 0.59 mile of Renton
Avenue South from South 130t" Street to Taylor Avenue NW, ADA ramps will be
upgraded to current standards. The Work shall include, but is not limited to,
excavation, pavement removal, grading, cement concrete curb and gutter,
cement concrete sidewalks, driveways, storm system improvements, pedestrian
HAWK signal, traffic signal modifications, roadway planing, HMA overlay,
landscape restoration, channelization, traffic control, and other work all in
accordance with the attached Contract Plans, these Special Provisions and the
Standard Specifications.
1-01.3 Definitions
(January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it,
and replace them with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the
Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the
lowest responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the
Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time
begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and
unrestricted use and benefit of the facilities, both from the operational and
safety standpoint, any remaining traffic disruptions will be rare and brief,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-1
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
and only minor incidental work, replacement of temporary substitute
facilities, plant establishment periods, or correction or repair remains for
the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All
documentation required by the Contract and required by law does not
necessarily need to be furnished by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the
obligations of the Contractor under the contract are fulfilled by the
Contractor. All documentation required by the Contract and required by
law must be furnished by the Contractor before establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT
General Special Provisions, to the terms "Department of Transportation",
"Washington State Transportation Commission", "Commission",
"Secretary of Transportation", "Secretary", "Headquarters", and "State
Treasurer" shall be revised to read "Contracting Agency."
All references to the terms "State" or "state" shall be revised to read
"Contracting Agency" unless the reference is to an administrative agency
of the State of Washington, a State statute or regulation, or the context
reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read
"Contracting Agency designated location".
All references to "final contract voucher certification" shall be interpreted
to mean the Contracting Agency form(s) by which final payment is
authorized, and final completion and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in
the Bid Proposal, which may, at the discretion of the Contracting Agency,
be awarded in addition to the base bid.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-2
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
Alternate
One of two or more units of work or groups of bid items, identified
separately in the Bid Proposal, from which the Contracting Agency may
make a choice between different methods or material of construction for
performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as
listed in Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies
to whatever bond form(s) are required by the Contract Documents, which
may be a combination of a Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract."
Contract Time
The period of time established by the terms and conditions of the Contract
within which the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder
signifying the Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the
Contractor authorizing and directing the Contractor to proceed with the
Work and establishing the date on which the Contract time begins.
Traffic
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists,
wheelchairs, and equestrian traffic.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-3
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the
minimum qualifications of RCW 39.04.350(1) to be considered a
responsible bidder and qualified to be awarded a public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this Section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can
be found in the Call for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the
Contractor at no cost as detailed below:
No. of
To Prime Contractor
Sets
Basis of Distribution
Reduced plans
2
Furnished automatically
(11" x 17")
upon award.
Contract Provisions
2
Furnished automatically
upon award.
Large plans
2
Furnished only upon
(e.g., 22" x 34")
request.
Additional plans and Contract Provisions may be obtained by the
Contractor from the source stated in the Call for Bids, at the Contractor's
own expense.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-4
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
1-02.4 Examination of Plans, Specifications, Site of Work
1-02.4(1) General
(August 15, 2016 APWA GSP Option A)
The first sentence of the last paragraph is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid
Documents, must request the explanation or interpretation in writing soon
enough to allow a written reply to reach all prospective Bidders before the
submission of their Bids.
1-02.4(2) Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and
when included as an appendix to the Special Provisions, shall be
considered as part of the Contract.
1-02.5 Proposal Forms
(June 27, 2011 APWA GSP)
Delete this Section and replace it with the following:
The Proposal Form will identify the project and its location and describe
the work. It will also list estimated quantities, units of measurement, the
items of work, and the materials to be furnished at the unit bid prices. The
bidder shall complete spaces on the proposal form that call for, but are
not limited to, unit prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and
acknowledgment of addenda; the bidder's name, address, telephone
number, and signature; the bidder's D/M/WBE commitment, if applicable;
a State of Washington Contractor's Registration Number; and a Business
License Number, if applicable. Bids shall be completed by typing or shall
be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms
with alternates and additives, if such be to the advantage of the
Contracting Agency. The bidder shall bid on all alternates and additives
set forth in the Proposal Form unless otherwise specified.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-5
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-02.6 Preparation of Proposal
(July 11, 2018 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit
or lump sum price must equal or exceed the minimum amount
stated.
5. Any correction to a bid made by interlineation, alteration, or erasure,
shall be initialed by the signer of the bid.
Delete the last two paragraphs, and replace them with the following:
If no Subcontractor is listed, the Bidder acknowledges that it does not
intend to use any Subcontractor to perform those items of work.
The Bidder shall submit with their Bid a completed Contractor Certification
Wage Law Compliance form, provided by the Contracting Agency. Failure
to return this certification as part of the Bid Proposal package will make
this Bid Nonresponsive and ineligible for Award. A Contractor Certification
of Wage Law Compliance form is included in the Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid
in any manner.
A bid by a corporation shall be executed in the corporate name, by the
president or a vice president (or other corporate officer accompanied by
evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and
signed by a partner. A copy of the partnership agreement shall be
submitted with the Bid Form if any UDBE requirements are to be satisfied
through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and
signed by a member of the joint venture. A copy of the joint venture
agreement shall be submitted with the Bid Form if any UDBE
requirements are to be satisfied through such an agreement.
1-02.6(1) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled
materials into the project, using the form provided in the Contract Provisions.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-6
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this Section with the following:
Bid bonds shall contain the following:
1. Contracting Agency -assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or
as a percentage which represents five percent of the
maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official
statements. The signature of the person authorized to
submit the bid should agree with the signature on the bond,
and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the
bond and the power of attorney.
If so stated in the Contract Provisions, bidder must use the bond form
included in the Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid
deposit.
1-02.9 Delivery of Proposal
(May 17, 2018 APWA GSP, Option A)
Delete this section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project
Name and Project Number as stated in the Call for Bids clearly marked on
the outside of the envelope, or as otherwise required in the Bid
Documents, to ensure proper handling and delivery.
To be considered responsive on a FHWA-funded project, the Bidder may
be required to submit the following items, as required by Section 1-02.6:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-7
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
• UDBE Written Confirmation Document from each UDBE firm listed
on the Bidder's completed UDBE Utilization Certification (WSDOT
272-056U)
• Good Faith Effort (GFE) Documentation
These documents, if applicable, shall be received either with the Bid
Proposal or as a supplement to the Bid. These documents shall be
received no later than 24 hours (not including Saturdays, Sundays and
Holidays) after the time for delivery of the Bid Proposal.
If submitted after the Bid Proposal is due, the document(s) must be
submitted in a sealed envelope labeled the same as for the Proposal, with
"Supplemental Information" added. All other information required to be
submitted with the Bid Proposal must be submitted with the Bid Proposal
itself, at the time stated in the Call for Bids.
The Contracting Agency will not open or consider any Bid Proposal that is
received after the time specified in the Call for Bids for receipt of Bid
Proposals, or received in a location other than that specified in the Call for
Bids. The Contracting Agency will not open or consider any
"Supplemental Information" (UDBE confirmations, or GFE documentation)
that is received after the time specified above, or received in a location
other than that specified in the Call for Bids.
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this Section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the
Bidder may withdraw, revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized
person and physically delivers it to the place designated for receipt
of Bid Proposals, and
2. The Contracting Agency receives the request before the time set
for receipt of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by
the Contracting Agency before the time set for receipt of Bid
Proposals.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-8
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal
is received before the time set for receipt of Bid Proposals, the
Contracting Agency will return the unopened Proposal package to the
Bidder. The Bidder must then submit the revised or supplemented
package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
1-02.13 Irregular Proposals
(June 20, 2017 APWA GSP)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting
Agency is not used or is altered;
C. The completed Proposal form contains any unauthorized
additions, deletions, alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or
accept the award, or enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a
Subcontractor list, if applicable, as required in
Section 1-02.6;
h. The Bidder fails to submit or properly complete an
Underutilized Disadvantaged Business Enterprise
Certification, if applicable, as required in Section 1-02.6;
The Bidder fails to submit written confirmation from each
UDBE firm listed on the Bidder's completed UDBE Utilization
Certification that they are in agreement with the bidder's
UDBE participation commitment, if applicable, as required in
Section 1-02.6, or if the written confirmation that is submitted
fails to meet the requirements of the Special Provisions;
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-9
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The Bidder fails to submit UDBE Good Faith Effort
documentation, if applicable, as required in Section 1-02.6,
or if the documentation that is submitted fails to demonstrate
that a Good Faith Effort to meet the Condition of Award was
made;
k. The Bid Proposal does not constitute a definite and
unqualified offer to meet the material terms of the Bid
invitation; or
More than one Proposal is submitted for the same project
from a Bidder under the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid
item;
b. Any of the unit prices are excessively unbalanced (either
above or below the amount of a reasonable Bid) to the
potential detriment of the Contracting Agency;
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint
venture or partnership submit Proposals for the same project
(in such an instance, both Bids may be rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, Option A)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the
mandatory bidder responsibility criteria in RCW 39.04.350(1), as
amended.
The Contracting Agency will verify that the Bidder meets the mandatory
bidder responsibility criteria in RCW 39.04.350(1). To assess bidder
responsibility, the Contracting Agency reserves the right to request
documentation as needed from the Bidder and third parties concerning
the Bidder's compliance with the mandatory bidder responsibility criteria.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-10
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
If the Contracting Agency determines the Bidder does not meet the
mandatory bidder responsibility criteria in RCW 39.04.350(1) and is
therefore not a responsible Bidder, the Contracting Agency shall notify the
Bidder in writing, with the reasons for its determination. If the Bidder
disagrees with this determination, it may appeal the determination within
two (2) business days of the Contracting Agency's determination by
presenting its appeal and any additional information to the Contracting
Agency. The Contracting Agency will consider the appeal and any
additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting
Agency will not execute a contract with any other Bidder until at least two
business days after the Bidder determined to be not responsible has
received the Contracting Agency's final determination.
1-02.15 Pre Award Information
(August 14, 2013 APWA GSP)
Revise this Section to read:
Before awarding any contract, the Contracting Agency may require one or
more of these items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and
manufacture of any or all materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency
requires) showing the order of and time required for the
various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or
representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do
business in the city or county where the work is located.
7. Any other information or action taken that is deemed
necessary to ensure that the bidder is the lowest responsible
bidder.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-11
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check
them for correctness of extensions of the prices per unit and the total
price. If a discrepancy exists between the price per unit and the extended
amount of any bid item, the price per unit will control. If a minimum bid
amount has been established for any item and the bidder's unit or lump
sum price is less than the minimum specified amount, the Contracting
Agency will unilaterally revise the unit or lump sum price, to the minimum
specified amount and recalculate the extension. The total of extensions,
corrected where necessary, including sales taxes where applicable and
such additives and/or alternates as selected by the Contracting Agency,
will be used by the Contracting Agency for award purposes and to fix the
Awarded Contract Price amount and the amount of the contract bond.
1-03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this Section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly
equal, then the tie -breaker will be the Bidder with an equal lowest bid, that
proposed to use the highest percentage of recycled materials in the
Project, per the form submitted with the Bid Proposal. If those
percentages are also exactly equal, then the tie -breaker will be
determined by drawing as follows: Two or more slips of paper will be
marked as follows: one marked "Winner" and the other(s) marked
"unsuccessful". The slips will be folded to make the marking unseen. The
slips will be placed inside a box. One authorized representative of each
Bidder shall draw a slip from the box. Bidders shall draw in alphabetic
order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the
slip marked "Winner" will be determined to be the successful Bidder and
eligible for Award of the Contract. Only those Bidders who submitted a Bid
total that is exactly equal to the lowest responsive Bid, and with a
proposed recycled m aterials percentage that is exactly equal to the
highest proposed recycled materials amount, are eligible to draw.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-12
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this Section to read:
Copies of the Contract Provisions, including the unsigned Form of
Contract, will be available for signature by the successful bidder on the
first business day following award. The number of copies to be executed
by the Contractor will be determined by the Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall
return the signed Contracting Agency -prepared contract, an insurance
certification as required by Section 1-07.18, and a satisfactory bond as
required by law and Section 1-03.4. Before execution of the contract by
the Contracting Agency, the successful bidder shall provide any pre -award
information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind
the Contracting Agency nor shall any work begin within the project limits
or within Contracting Agency -furnished sites. The Contractor shall bear all
risks for any work begun outside such areas and for any materials ordered
before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents
return of the contract documents within the calendar days after the award
date stated above, the Contracting Agency may grant up to a maximum of
10 additional calendar days for return of the documents, provided the
Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance
bond(s) for the full contract amount. The bond may be a combined
payment and performance bond; or be separate payment and
performance bonds. In the case of separate payment and performance
bonds, each shall be for the full contract amount. The bond(s) shall-
1 . Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-13
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
a. Is registered with the Washington State Insurance
Commissioner, and
b. Appears on the current Authorized Insurance List in the
State of Washington published by the Office of the
Insurance Commissioner,
3. Guarantee that the Contractor will perform and comply with all
obligations, duties, and conditions under the Contract, including but
not limited to the duty and obligation to indemnify, defend, and
protect the Contracting Agency against all losses and claims
related directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors,
or lower tier subcontractors of the Contractor) to faithfully
perform and comply with all contract obligations, conditions,
and duties, or
b. Of the Contractor (or the subcontractors or lower tier
subcontractors of the Contractor) to pay all laborers,
mechanics, subcontractors, lower tier subcontractors,
material person, or any other person who provides supplies
or provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and
penalties incurred on the project under titles 50, 51, and 82 RCW;
and
5. Be accompanied by a power of attorney for the Surety's officer
empowered to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a
corporation, the bond(s) must be signed by the president or vice
president, unless accompanied by written proof of the authority of
the individual signing the bond(s) to bind the corporation (i.e.,
corporate resolution, power of attorney, or a letter to such effect
signed by the president or vice president).
1-03.7 Judicial Review
(July 23, 2015 APWA GSP)
Revise this Section to read:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-14
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
Any decision made by the Contracting Agency regarding the Award and
execution of the Contract or Bid rejection shall be conclusive subject to
the scope of judicial review permitted under Washington Law. Such
review, if any, shall be timely filed in the Superior Court of the county
where the Contracting Agency headquarters is located, provided that
where an action is asserted against a county, RCW 36.01.05 shall control
venue and iurisdiction.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by
following this order of precedence (e.g., 1 presiding over 2, 2 over 3,
3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. Contracting Agency's Standard Plans or Details (if any), and
8. WSDOT Standard Plans for Road, Bridge, and Municipal
Construction.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-15
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-04.4 Changes
1-04.4(1) Minor Changes
Section 1-04.4(1), including title, is revised to read as follows:
1-04.4(1) Unexpected Site Changes
Payments or credits for changes may be made under the Bid item
"Unexpected Site Changes." At the discretion of the Contracting Agency,
this procedure for Unexpected Site Changes may be used in lieu of the
more formal procedure as outlined in Section 1-04.4, Changes.
The Contractor will be provided a copy of the completed order for
Unexpected Site Changes. The agreement for the Unexpected Site
Changes will be documented by signature of the Contractor, or notation of
verbal agreement. If the Contractor is in disagreement with anything
required by the order for Unexpected Site Changes, the Contractor may
protest the order as provided in Section 1-04.5.
Payments will be determined in accordance with Section 1-09.4. For the
purpose of providing a common Proposal for all Bidders, the Contracting
Agency has entered an amount for "Unexpected Site Changes" in the
Proposal to become a part of the total Bid by the Contractor. The
Contractor/Bidder is cautioned that payment of any portion of this bid item
is not guaranteed unless such need arises during the performance of this
project. Where references are made herein to consider some work
incidental to the Contract and as such to merge the cost of incidental work
into the various items bid, no such costs shall be merged into this bid
item.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviations from Plans and Stakes
Supplement this Section with the following:
(August 7, 2017 WSDOT GSP)
Contractor Surveying - Roadway
Copies of the Contracting Agency provided primary survey control data
are available for the bidder's inspection at the office of the Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting
all alignment stakes, slope stakes, and grades necessary for the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-16
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
construction of the roadbed, drainage, surfacing, paving, channelization
and pavement marking, illumination and signals, guardrails and barriers,
and signing. Except for the survey control data to be furnished by the
Contracting Agency, calculations, surveying, and measuring required for
setting and maintaining the necessary lines and grades shall be the
Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are
discovered that were not identified in the Plans and construction activity
may disturb or damage the monuments. All monuments noted on the
plans "DO NOT DISTURB" shall be protected throughout the length of the
project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the
work performed on each shift, the methods utilized, and the control points
used. The record shall be adequate to allow the survey to be reproduced.
A copy of each day's record shall be provided to the Engineer within three
working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed
in "Definitions of Surveying and Associated Terms" current edition,
published by the American Congress on Surveying and Mapping and the
American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the
Contracting Agency, and expand into secondary control by adding
stakes and hubs as well as additional survey control needed for the
project. Provide descriptions of secondary control to the
Contracting Agency. The description shall include coordinates and
elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes,
or marks on centerline or on offsets to centerline at all curve points
(PCs, PTs, and Pls) and at points on the alignments spaced no
further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at
intermediate points not more than 50 feet apart. The clearing and
grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet
beyond the top of a cut unless otherwise shown in the Plans.
4. Establish grading limits, placing slope stakes at centerline
increments not more than 50 feet apart. Establish offset reference
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-17
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
to all slope stakes. If Global Positioning Satellite (GPS) Machine
Controls are used to provide grade control, then slope stakes may
be omitted at the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage
features, placing offset stakes to all drainage structures and to
pipes at a horizontal interval not greater than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the
top of subgrade and at the top of each course of surfacing.
Subgrade and surfacing stakes shall be set at horizontal intervals
not greater than 50 feet in tangent sections, 25 feet in curve
sections with a radius less than 300 feet, and at 10-foot intervals in
intersection radii with a radius less than 10 feet. Transversely,
stakes shall be placed at all locations where the roadway slope
changes and at additional points such that the transverse spacing
of stakes is not more than 12 feet. If GPS Machine Controls are
used to provide grade control, then roadbed and surfacing stakes
may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check
work throughout the project.
8. Provide references for paving pins at 25-foot intervals or provide
simultaneous surveying to establish location and elevation of
paving pins as they are being placed.
9. For all other types of construction included in this provision,
(including but not limited to channelization and pavement marking,
illumination and signals, guardrails and barriers, and signing)
provide staking and layout as necessary to adequately locate,
construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or
roadway sections shown in the Contract Plans in order to achieve
proper smoothness and drainage where matching into existing
features, such as a smooth transition from new pavement to
existing pavement. The Contractor shall submit these changes to
the Engineer for review and approval 10 days prior to the beginning
of work.
The Contractor shall provide the Contracting Agency copies of any
calculations and staking data when requested by the Engineer.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-18
SPECIAL PROVISIONS - Continued
1 To facilitate the establishment of these lines and elevations, the
2 Contracting Agency will provide the Contractor with primary survey control
3 information consisting of descriptions of two primary control points used
4 for the horizontal and vertical control, and descriptions of two additional
5 primary control points for every additional three miles of project length.
6 Primary control points will be described by reference to the project
7 alignment and the coordinate system and elevation datum utilized by the
8 project. In addition, the Contracting Agency will supply horizontal
9 coordinates for the beginning and ending points and for each Point of
10 Intersection (PI) on each alignment included in the project.
11
12 The Contractor shall ensure a surveying accuracy within the following
13 tolerances:
14
15 Vertical Horizontal
16 Slope stakes ±0.10 feet ±0.10 feet
17
18 Subgrade grade stakes set
19 0.04 feet below grade ±0.01 feet ±0.5 feet
20 (parallel to alignment)
21 ±0.1 feet
22 (normal to alignment)
23
24 Vertical Horizontal
25 Stationing on roadway N/A ±0.1 feet
26 Alignment on roadway N/A ±0.04 feet
27 Surfacing grade stakes ±0.01 feet ±0.5 feet
28 (parallel to alignment)
29 ±0.1 feet
30 (normal to alignment)
31
32 Roadway paving pins for
33 surfacing or paving ±0.01 feet ±0.2 feet
34 (parallel to alignment)
35 ±0.1 feet
36 (normal to alignment)
37
38 The Contracting Agency may spot-check the Contractor's surveying.
39 These spot-checks will not change the requirements for normal checking
40 by the Contractor.
41
42 When staking roadway alignment and stationing, the Contractor shall
43 perform independent checks from different secondary control to ensure
44 that the points staked are within the specified survey accuracy tolerances.
45
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-19
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
The Contractor shall calculate coordinates for the alignment. The
Contracting Agency will verify these coordinates prior to issuing approval
to the Contractor for commencing with the work. The Contracting Agency
will require up to seven calendar days from the date the data is received.
Contract work to be performed using contractor -provided stakes shall not
begin until the stakes are approved by the Contracting Agency. Such
approval shall not relieve the Contractor of responsibility for the accuracy
of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When
stakes are needed that are not described in the Plans, then those stakes
shall be marked, at no additional cost to the Contracting Agency as
ordered by the Engineer.
Payment
Payment will be made for the following bid item when included in the
proposal:
"Roadway Surveying," lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for
all labor, equipment, materials, and supervision utilized to perform the
Work specified, including any resurveying, checking, correction of errors,
replacement of missing or damaged stakes, and coordination efforts.
(April 4, 2011 WSDOT GSP)
Licensed Surveyors
The Contractor shall be responsible for reestablishing or locating legal
survey markers such as GLO monuments or property corner monuments,
conduct boundary surveys to determine Contracting Agency right-of-way
locations, and obtain, review and analyze deeds and records as
necessary to determine these boundaries. The Contracting Agency will
provide "rights of entry" as needed by the Contractor to perform the work.
The Contractor shall brush out or clear and stake or mark the right-of-way
lines as designated by the Engineer.
The Contractor shall inform the Engineer when monuments are
discovered that were not identified in the Plans and construction activity
may disturb or damage the monuments. All monuments noted on the
plans "DO NOT DISTURB" shall be protected throughout the length of the
project or be replaced at Contractors expense.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-20
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
When required, the Contractor shall prepare and file a Record of Survey
map in accordance with RCW 58.09 and provide a recorded copy to the
Contracting Agency. The Contracting Agency will provide all existing base
maps, existing horizontal and vertical control, and other material available
with Washington State Plane Coordinate information to the Contractor.
The Contracting Agency will also provide maps, plan sheets, and/or aerial
photographs clearly identifying the limits of the areas to be surveyed. The
Contractor shall establish Washington State Plane Coordinates on all
points required in the Record of Survey and other points designated in the
Contract documents.
Existing right of way documentation, existing base maps, existing
horizontal and vertical control descriptions, maps, plan sheets, aerial
photographs and all other available material may be viewed by
prospective bidders at the office of the Engineer.
The Contractor shall perform all of the necessary calculations for the
contracted survey work and shall provide copies of these calculations to
the Contracting Agency. Electronic files of all survey data shall be
provided and in a format acceptable to the Contracting Agency.
All survey work performed by the Contractor shall conform to all applicable
sections of the Revised Code of Washington and the Washington
Administrative Code.
The Contractor shall provide all traffic control, signing, and temporary
traffic control devices in order to provide a safe work zone.
Payment
Payment will be made in accordance with Section 1-09.6 for the following
bid item when included in the proposal:
"Licensed Surveying," Force Account.
For the purpose of providing a common proposal for all bidders, the
Contracting Agency has entered an amount for the item "Licensed
Surveying" in the bid proposal to become a part of the total bid by
the Contractor.
(April 2, 2018 WSDOT GSP)
Contractor Surveying — ADA Features
ADA Feature Staking Requirements
The Contractor shall be responsible for setting, maintaining, and
resetting all alignment stakes, and grades necessary for the
construction of the ADA features. Calculations, surveying, and
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-21
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
measuring required for setting and maintaining the necessary lines
and grades shall be the Contractor's responsibility. The Contractor
shall build the ADA features within the specifications in the
Standard Plans and contract documents.
ADA Feature As -Built Measurements
The Contractor shall be responsible for providing electronic As -Built
records of all ADA feature improvements completed in the Contract.
The survey work shall include but not be limited to completing the
measurements, recording the required measurements and
completing other data fill-ins found on the ADA Measurement
Forms, and transmitting the electronic Forms to the Engineer. The
ADA Measurement Forms are found at the following website
location:
http://www.wsdot.wa.gov/Design/ADAGuidance.htm
In the instance where an ADA Feature does not meet accessibility
requirements, all work to replace non -conforming work and then to
measure, record the as -built measurements, and transmit the
electronic Forms to the Engineer shall be completed at no
additional cost to the Contracting Agency, as ordered by the
Engineer.
Payment
Payment will be made for the following bid item that is included in the
Proposal:
"ADA Features Surveying," lump sum.
The unit Contract price per lump sum for "ADA Features Surveying" shall
be full pay for all the Work as specified.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this Section with the following:
If the Contractor fails to remedy defective or unauthorized work within the
time specified in a written notice from the Engineer, or fails to perform any
part of the work required by the Contract Documents, the Engineer may
correct and remedy such work as may be identified in the written notice,
with Contracting Agency forces or by such other means as the Contracting
Agency may deem necessary.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-22
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
If the Contractor fails to comply with a written order to remedy what the
Engineer determines to be an emergency situation, the Engineer may
have the defective and unauthorized work corrected immediately, have
the rejected work removed and replaced, or have work the Contractor
refuses to perform completed by using Contracting Agency or other
forces. An emergency situation is any situation when, in the opinion of the
Engineer, a delay in its remedy could be potentially unsafe, or might
cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to
correcting and remedying defective or unauthorized work, or work the
Contractor failed or refused to perform, shall be paid by the Contractor.
Payment will be deducted by the Engineer from monies due, or to become
due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of work of others
destroyed or damaged by correction, removal, or replacement of the
Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because
of the delay in the performance of the work attributable to the exercise of
the Contracting Agency's rights provided by this Section.
The rights exercised under the provisions of this Section shall not diminish
the Contracting Agency's right to pursue any other avenue for additional
remedy or damages with respect to the Contractor's failure to perform the
work as required.
1-05.11 Final Inspection
Delete this Section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the
Contractor shall so notify the Engineer and request the Engineer establish
the Substantial Completion Date. The Contractor's request shall list the
specific items of work that remain to be completed in order to reach
physical completion. The Engineer will schedule an inspection of the work
with the Contractor to determine the status of completion. The Engineer
may also establish the Substantial Completion Date unilaterally.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-23
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
If, after this inspection, the Engineer concurs with the Contractor that the
work is substantially complete and ready for its intended use, the
Engineer, by written notice to the Contractor, will set the Substantial
Completion Date. If, after this inspection the Engineer does not consider
the work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons
therefor.
Upon receipt of written notice concurring in or denying substantial
completion, whichever is applicable, the Contractor shall pursue
vigorously, diligently and without unauthorized interruption, the work
necessary to reach Substantial and Physical Completion. The Contractor
shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the
work.
The above process shall be repeated until the Engineer establishes the
Substantial Completion Date and the Contractor considers the work
physically complete and ready for final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready
for final inspection, the Contractor by written notice, shall request the
Engineer to schedule a final inspection. The Engineer will set a date for
final inspection. The Engineer and the Contractor will then make a final
inspection and the Engineer will notify the Contractor in writing of all
particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective
work shall be pursued vigorously, diligently, and without interruption until
physical completion of the listed deficiencies. This process will continue
until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after
receipt of the written notice listing the deficiencies, the Engineer may,
upon written notice to the Contractor, take whatever steps are necessary
to correct those deficiencies pursuant to Section 1-05.7. The Contractor
will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor
and the Contracting Agency, in writing, of the date upon which the work
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-24
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
was considered physically complete. That date shall constitute the
Physical Completion Date of the contract, but shall not imply acceptance
of the work or that all the obligations of the Contractor under the contract
have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical
Completion Date a complete and operable system. Therefore, when the
work involves the installation of machinery or other mechanical
equipment; street lighting, electrical distribution or signal systems;
irrigation systems; buildings; or other similar work it may be desirable for
the Engineer to have the Contractor operate and test the work for a period
of time after final inspection but prior to the physical completion date.
Whenever items of work are listed in the Contract Provisions for
operational testing they shall be fully tested under operating conditions for
the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor
shall correct any items of workmanship, materials, or equipment which
prove faulty, or that are not in first class operating condition. Equipment,
electrical controls, meters, or other devices and equipment to be tested
during this period shall be tested under the observation of the Engineer,
so that the Engineer may determine their suitability for the purpose for
which they were installed. The Physical Completion Date cannot be
established until testing and corrections have been completed to the
satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else
needed to successfully complete operational testing, shall be included in
the unit contract prices related to the system being tested, unless
specifically set forth otherwise in the proposal.
Operational and test periods, when
affect a manufacturer's guaranties
terms of the contract.
required by the Engineer, shall not
or warranties furnished under the
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this Section.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-25
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-05.14 Cooperation with Other Contractors
(March 13, 1995 WSDOT GSP)
Section 1-05.14 is supplemented with the following:
Other Contracts or Other Work
It is anticipated that the following work adjacent to or within the limits of
this project will be performed by others during the course of this project
and will require coordination of the work:
Earlington Townhomes Development Construction
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project
Engineer. All correspondence from the Contractor constituting any
notification, notice of protest, notice of dispute, or other correspondence
constituting notification required to be furnished under the Contract, must
be in paper format, hand delivered or sent via mail delivery service to the
Project Engineer's office. Electronic copies such as e-mails or
electronically delivered copies of correspondence will not constitute such
notice and will not comply with the reauirements of the Contract.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the
costs for power and water necessary for the performance of the work,
unless the contract includes power and water as a pay item.
Add the following new section:
1-05.18 Record Drawings
(March 8, 2013 APWA GSP)
The Contractor shall maintain one set of full size plans for Record
Drawings, updated with clear and accurate red -lined field revisions on a
daily basis, and within 2 business days after receipt of information that a
change in Work has occurred. The Contractor shall not conceal any work
until the required information is recorded.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-26
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
This Record Drawing set shall be used for this purpose alone, shall be
kept separate from other Plan sheets, and shall be clearly marked as
Record Drawings. These Record Drawings shall be kept on site at the
Contractor's field office, and shall be available for review by the
Contracting Agency at all times. The Contractor shall bring the Record
Drawings to each progress meeting for review.
The preparation and upkeep of the Record Drawings is to be the assigned
responsibility of a single, experienced, and qualified individual. The
quality of the Record Drawings, in terms of accuracy, clarity, and
completeness, is to be adequate to allow the Contracting Agency to
modify the computer -aided drafting (CAD) Contract Drawings to produce a
complete set of Record Drawings for the Contracting Agency without
further investigative effort by the Contracting Agency.
The Record Drawing markups shall document all changes in the Work,
both concealed and visible. Items that must be shown on the markups
include but are not limited to:
• Actual dimensions, arrangement, and materials used when
different than shown in the Plans.
• Changes made by Change Order or Field Order.
• Changes made by the Contractor.
• Accurate locations of storm sewer, sanitary sewer, water mains and
other water appurtenances, structures, conduits, light standards,
vaults, width of roadways, sidewalks, landscaping areas, building
footprints, channelization and pavement markings, etc. Include
pipe invert elevations, top of castings (manholes, inlets, etc.).
If the Contract calls for the Contracting Agency to do all surveying and
staking, the Contracting Agency will provide the elevations at the
tolerances the Contracting Agency requires for the Record Drawings.
When the Contract calls for the Contractor to do the surveying/staking, the
applicable tolerance limits include, but are not limited to the following:
As -built sanitary & storm invert and
grate elevations
As -built monumentation
As -built waterlines, inverts, valves,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-27
Vertical
± 0.01 foot
± 0.001
foot
± 0.10 foot
Horizontal
± 0.01 foot
± 0.001
foot
± 0.10 foot
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
hydrants
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, ± 0.10 foot ± 0.10 foot
Corn
As -built signs, signals, etc. N/A ± 0.10 foot
Making Entries on the Record Drawings:
• Use erasable colored pencil (not ink) for all markings on the Record
Drawings, conforming to the following color code:
• Additions - Red
• Deletions - Green
• Comments - Blue
• Dimensions - Graphite
• Provide the applicable reference for all entries, such as the change
order number, the request for information (RFI) number, or the
approved shop drawing number.
• Date all entries.
• Clearly identify all items in the entry with notes similar to those in
the Contract Drawings (such as pipe symbols, centerline
elevations, materials, pipe joint abbreviations, etc.).
The Contractor shall certify on the Record Drawings that said drawings
are an accurate depiction of built conditions, and in conformance with the
requirements detailed above. The Contractor shall submit final Record
Drawings to the Contracting Agency. Contracting Agency acceptance of
the Record Drawings is one of the requirements for achieving Physical
Completion.
Payment will be made for the following bid item:
Record Drawings Lump Sum
(Minimum Bid $500.00)
Payment for this item will be made on a prorated monthly basis for work
completed in accordance with this section up to 75 percent of the lump
sum bid. The final 25 percent of the lump sum item will be paid upon
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-28
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
submittal and approval of the completed Record Drawings set prepared in
conformance with these Special Provisions.
A minimum bid amount has been entered in the Bid Proposal for this item.
The Contractor must bid at least that amount.
1-06 CONTROL OF MATERIAL
This Section is supplemented with the following:
1-06.0 Buy America
(August 6, 2012 WSDOT GSP)
In accordance with Buy America requirements contained in
23 CFR 635.410, the major quantities of steel and iron construction
material that is permanently incorporated into the project shall consist of
American -made materials only. Buy America does not apply to temporary
steel items, e.g., temporary sheet piling, temporary bridges, steel
scaffolding and falsework.
Minor amounts of foreign steel and iron may be utilized in this project
provided the cost of the foreign material used does not exceed one -tenth
of one percent of the total contract cost or $2,500.00, whichever is
greater.
American -made material is defined as material having all manufacturing
processes occurring domestically. To further define the coverage, a
domestic product is a manufactured steel material that was produced in
one of the 50 States, the District of Columbia, Puerto Rico, or in the
territories and possessions of the United States.
If domestically produced steel billets or iron ingots are exported outside of
the area of coverage, as defined above, for any manufacturing process
then the resulting product does not conform to the Buy America
requirements. Additionally, products manufactured domestically from
foreign source steel billets or iron ingots do not conform to the Buy
America requirements because the initial melting and mixing of alloys to
create the material occurred in a foreign country.
Manufacturing begins with the initial melting and mixing, and continues
through the coating stage. Any process which modifies the chemical
content, the physical size or shape, or the final finish is considered a
manufacturing process. The processes include rolling, extruding,
machining, bending, grinding, drilling, welding, and coating. The action of
applying a coating to steel or iron is deemed a manufacturing process.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-29
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
Coating includes epoxy coating, galvanizing, aluminizing, painting, and
any other coating that protects or enhances the value of steel or iron. Any
process from the original reduction from ore to the finished product
constitutes a manufacturing process for iron.
Due to a nationwide waiver, Buy America does not apply to raw materials
(iron ore and alloys), scrap (recycled steel or iron), and pig iron or
processed, pelletized, and reduced iron ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen.
C. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
C. Shop fabrication.
A certification of materials origin will be required for any items comprised
of, or containing, steel or iron construction materials prior to such items
being incorporated into the permanent work. The certification shall be on
DOT Form 350-109EF provided by the Engineer, or such other form the
Contractor chooses, provided it contains the same information as DOT
Form 350-109EF.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-30
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this Section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in
the construction of the project. Approval of such material use shall be as
detailed elsewhere in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of
recycled materials that were utilized in the construction of the project for
each of the items listed in Section 9-03.21. The report shall include hot
mix asphalt, recycled concrete aggregate, recycled glass, steel furnace
slag and other recycled materials (e.g., utilization of on -site material and
aggregates from concrete returned to the supplier). The Contractor's
report shall be provided on DOT form 350-075 Recycled Materials
Reporting.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this Section with the following:
In cases of conflict between different safety regulations, the more
stringent regulation shall apply.
The Washington State Department of Labor and Industries shall be the
sole and paramount administrative agency responsible for the
administration of the provisions of the Washington Industrial Safety and
Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known
place at the project site, all articles necessary for providing first aid to the
injured. The Contractor shall establish, publish, and make known to all
employees, procedures for ensuring immediate removal to a hospital, or
doctor's care, persons, including employees, who may have been injured
on the project site. Employees should not be permitted to work on the
project site before the Contractor has established and made known
procedures for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and
adequacy of the Contractor's plant, appliances, and methods, and for any
damage or injury resulting from their failure, or improper maintenance,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-31
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
use, or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site, including safety for all
persons and property in the performance of the work. This requirement
shall apply continuously, and not be limited to normal working hours. The
required or implied duty of the Engineer to conduct construction review of
the Contractor's performance does not, and shall not, be intended to
include review and adequacy of the Contractor's safety measures in, on,
or near the project site.
(April 3, 2006 WSDOT GSP)
Confined Space
Confined spaces are known to exist at the following locations:
Catch Basin, Type 2 Structures
The Contractor shall be fully responsible for the safety and health of all
on -site workers and compliant with Washington Administrative Code
(WAC 296-809).
The Contractor shall prepare and implement a confined space program for
each of the confined spaces identified above. The Contractors Confined
Space program shall be sent to the contracting agency at least 30 days
prior to the Contractor beginning work in or adjacent to the confined
space. No work shall be performed in or adjacent to the confined space
until the plan is submitted to the Engineer as required. The Contractor
shall communicate with the Engineer to ensure a coordinated effort for
providing and maintaining a safe worksite for both the Contracting
Agency's and Contractor's workers when working in or near a confined
space.
All costs to prepare and implement the confined space program shall be
included in the bid prices for the various items associated with the
confined space work.
1-07.2 State Taxes
Delete this Section, including its sub -sections, in its entirety and replace it with
the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules
on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-32
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
clarify those rules. The Contractor should contact the Washington State
Department of Revenue for answers to questions in this area. The
Contracting Agency will not adjust its payment if the Contractor bases a
bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit bid prices
or other contract amounts. In some cases, however, state retail sales tax
will not be included. Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the
Contract Bond if a FHWA-funded Project) only if the Contractor has
obtained from the Washington State Department of Revenue a certificate
showing that all contract -related taxes have been paid (RCW 60.28.051).
The Contracting Agency may deduct from its payments to the Contractor
any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this contract or not. Any
amount so deducted will be paid into the proper State fund.
1-07.2(1) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or
improving streets, roads, etc., which are owned by a municipal
corporation, or political subdivision of the state, or by the United States,
and which are used primarily for foot or vehicular traffic. This includes
storm or combined sewer systems within and included as a part of the
street or road drainage system and power lines when such are part of the
roadway lighting system. For work performed in such cases, the
Contractor shall include Washington State Retail Sales Taxes in the
various unit bid item prices, or other contract amounts, including those
that the Contractor pays on the purchase of the materials, equipment, or
supplies used or consumed in doing the work.
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and
repairing of new or existing buildings, or other structures, upon real
property. This includes, but is not limited to, the construction of streets,
roads, highways, etc., owned by the state of Washington; water mains
and their appurtenances; sanitary sewers and sewage disposal systems
unless such sewers and disposal systems are within, and a part of, a
street or road drainage system; telephone, telegraph, electrical power
distribution lines, or other conduits or lines in or above streets or roads,
unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-33
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
to real property, whether or not such personal property becomes a part of
the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full contract price. The
Contracting Agency will automatically add this sales tax to each payment
to the Contractor. For this reason, the Contractor shall not include the
retail sales tax in the unit bid item prices, or in any other contract amount
subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment
the Contractor or a subcontractor makes on the purchase or rental of
tools, machinery, equipment, or consumable supplies not integrated into
the project. Such sales taxes shall be included in the unit bid item prices
or in any other contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting
Agency on any contract wholly for professional or other services (as
defined in Washington State Department of Revenue Rules 138 and 244).
1-07.5 Environmental Regulations
This Section is supplemented with the following:
(September 20, 2010 WSDOT GSP)
Environmental Commitments
The following Provisions summarize the requirements, in addition to those
required elsewhere in the Contract, imposed upon the Contracting Agency
by the various documents referenced in the Special Provision Permits and
Licenses. Throughout the work, the Contractor shall comply with the
following requirements:
(August 3, 2009 WSDOT GSP)
The intentional bypass of stormwater from all or any portion of a
stormwater treatment system is prohibited without the approval of the
Engineer.
(August 3, 2009 WSDOT GSP)
Payment
All costs to comply with this special provision for the environmental
commitments and requirements are incidental to the contract and are the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-34
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
responsibility of the Contractor. The Contractor shall include all related
costs in the associated bid prices of the contract.
1-07.7 Load Limits
This Section is supplemented with the following:
(March 13, 1995 WSDOT GSP)
If the sources of materials provided by the Contractor necessitates hauling
over roads other than State Highways, the Contractor shall, at the
Contractor's expense, make all arrangements for the use of the haul
routes.
1-07.9 Wages
1-07.9(1) General
This Section is supplemented with the following:
(January 5, 2018 WSDOT GSP)
The Federal wage rates incorporated in this contract have been
established by the Secretary of Labor under United States Department of
Labor General Decision No. WA180001.
The State rates incorporated in this contract are applicable to all
construction activities associated with this contract.
(April 2, 2007 WSDOT GSP)
Application of Wage Rates for the Occupation of Landscape Construction
State prevailing wage rates for public works contracts are included in this
contract and show a separate listing for the occupation:
Landscape Construction, which includes several different occupation
descriptions such as: Irrigation and Landscape Plumbers, Irrigation and
Landscape Power Equipment Operators, and Landscaping or Planting
Laborers.
In addition, federal wage rates that are included in this contract may also include
occupation descriptions in Federal Occupational groups for work also specifically
identified with landscaping such as:
Laborers with the occupation description, Landscaping or Planting, or
Power Equipment Operators with the occupation description, Mulch
Seeding Operator.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-35
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
If Federal wage rates include one or more rates specified as applicable to
landscaping work, then Federal wage rates for all occupation descriptions,
specific or general, must be considered and compared with corresponding State
wage rates. The higher wage rate, either State or Federal, becomes the
minimum wage rate for the work performed in that occupation.
Contractors are responsible for determining the appropriate crafts necessary to
perform the contract work. If a classification considered necessary for
performance of the work is missing from the Federal Wage Determination
applicable to the contract, the Contractor shall initiate a request for approval of a
proposed wage and benefit rate. The Contractor shall prepare and submit
Standard Form 1444, Request for Authorization of Additional Classification and
Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the
completed form to the Project Engineer's office. The presence of a classification
wage on the Washington State Prevailing Wage Rates For Public Works
Contracts does not exempt the use of form 1444 for the purpose of determining
a federal classification wage rate.
1-07.11 Requirements for Nondiscrimination
This Section is supplement with the following:
(April 2, 2018 WSDOT GSP)
Requirement for Affirmative Action to Ensure Equal Employment
Opportunity (Executive Order 11246)
1. The Contractor's attention is called to the Equal Opportunity Clause
and the Standard Federal Equal Employment Opportunity
Construction Contract Specifications set forth herein.
2. The goals and timetables for minority and female participation set
by the Office of Federal Contract Compliance Programs, expressed
in percentage terms for the Contractor's aggregate work force in
each construction craft and in each trade on all construction work in
the covered area, are as follows:
Women - Statewide
Timetable
Goal
Until further notice 6.9%
Minorities - by Standard Metropolitan Statistical Area (SMSA)
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-36
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
WA Spokane.
Non-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA
Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA
Whitman.
Richland, WA
SMSA Counties:
Richland Kennewick, WA
WA Benton; WA Franklin.
Non-SMSA Counties
WA Walla Walla.
Yakima, WA:
SMSA Counties:
Yakima, WA
WA Yakima.
Non-SMSA Counties
WA Chelan; WA
Okanogan.
5.4
3.6
9.7
7.2
Douglas; WA Grant; WA Kittitas; WA
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson;
WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San
Juan; WA Skagit; WA Thurston; WA Whatcom.
Portland, OR:
SMSA Counties:
Portland, OR -WA
WA Clark.
Non-SMSA Counties
WA Cowlitz; WA Klickitat;
Wahkiakum.
4.5
3.8
WA Skamania; WA
These goals are applicable to each nonexempt Contractor's total
on -site construction workforce, regardless of whether or not part of
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-37
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
that workforce is performing work on a Federal, or federally
assisted project, contract, or subcontract until further notice.
Compliance with these goals and time tables is enforced by the
Office of Federal Contract compliance Programs.
The Contractor's compliance with the Executive Order and the
regulations in 41 CFR Part 60-4 shall be based on its
implementation of the Equal Opportunity Clause, specific
affirmative action obligations required by the specifications set forth
in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of
minority and female employment and training must be substantially
uniform throughout the length of the contract, in each construction
craft and in each trade, and the Contractor shall make a good faith
effort to employ minorities and women evenly on each of its
projects. The transfer of minority or female employees or trainees
from Contractor to Contractor or from project to project for the sole
purpose of meeting the Contractor's goal shall be a violation of the
contract, the Executive Order and the regulations in 41 CFR
Part 60-4. Compliance with the goals will be measured against the
total work hours performed.
3. The Contractor shall provide written notification to the Office of
Federal Contract Compliance Programs (OFCCP) within 10
working days of award of any construction subcontract in excess of
$10,000 or more that are Federally funded, at any tier for
construction work under the contract resulting from this solicitation.
The notification shall list the name, address and telephone number
of the Subcontractor; employer identification number of the
Subcontractor; estimated dollar amount of the subcontract;
estimated starting and completion dates of the subcontract; and the
geographical area in which the contract is to be performed. The
notification shall be sent to:
U.S. Department of Labor
Office of Federal Contract Compliance Programs Pacific
Region
Attn: Regional Director
San Francisco Federal Building
90 — 7th Street, Suite 18-300
San Francisco, CA 94103(415) 625-7800 Phone
(415) 625-7799 Fax
Additional information may be found at the U.S. Department of
Labor website:
https://www.dol.gov/ofccp/reps/compliance/preaward/cnstnote.htm
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-38
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4. As used in this Notice, and in the contract resulting from this
solicitation, the Covered Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction Contract
Specifications (Executive Order 11246)
1. As used in these specifications:
a. Covered Area means the geographical area described in the
solicitation from which this contract resulted;
b. Director means Director, Office of Federal Contract
Compliance Programs, United States Department of Labor,
or any person to whom the Director delegates authority;
C. Employer Identification Number means the Federal Social
Security number used on the Employer's Quarterly Federal
Tax Return, U. S. Treasury Department Form 941;
d. Minority includes:
(1) Black, a person having origins in any of the Black
Racial Groups of Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish
surnamed person of Mexican, Puerto Rican, Cuban,
Central American, South American, or other Spanish
origin.
(3) Asian or Pacific Islander, a person having origins in
any of the original peoples of the Pacific rim or the
Pacific Islands, the Hawaiian Islands and Samoa.
(4) American Indian or Alaskan Native, a person having
origins in any of the original peoples of North
America, and who maintain cultural identification
through tribal affiliation or community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier,
subcontracts a portion of the work involving any construction trade,
it shall physically include in each subcontract in excess of $10,000
the provisions of these specifications and the Notice which contains
the applicable goals for minority and female participation and which
is set forth in the solicitations from which this contract resulted.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-39
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a
Hometown Plan approved by the U.S. Department of Labor in the
covered area either individually or through an association, its
affirmative action obligations on all work in the Plan area (including
goals and timetables) shall be in accordance with that Plan for
those trades which have unions participating in the Plan.
Contractors must be able to demonstrate their participation in and
compliance with the provisions of any such Hometown Plan. Each
Contractor or Subcontractor participating in an approved Plan is
individually required to comply with its obligations under the EEO
clause, and to make a good faith effort to achieve each goal under
the Plan in each trade in which it has employees. The overall good
faith performance by other Contractors or Subcontractors toward a
goal in an approved Plan does not excuse any covered
Contractor's or Subcontractor's failure to take good faith effort to
achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action
standards provided in paragraphs 7a through 7p of this Special
Provision. The goals set forth in the solicitation from which this
contract resulted are expressed as percentages of the total hours
of employment and training of minority and female utilization the
Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area.
Covered construction contractors performing construction work in
geographical areas where they do not have a Federal or federally
assisted construction contract shall apply the minority and female
goals established for the geographical area where the work is being
performed. The Contractor is expected to make substantially
uniform progress in meeting its goals in each craft during the period
specified.
5. Neither the provisions of any collective bargaining agreement, nor
the failure by a union with whom the Contractor has a collective
bargaining agreement, to refer either minorities or women shall
excuse the Contractor's obligations under these specifications,
Executive Order 11246, or the regulations promulgated pursuant
thereto.
6. In order for the nonworking training hours of apprentices and
trainees to be counted in meeting the goals, such apprentices and
trainees must be employed by the Contractor during the training
period, and the Contractor must have made a commitment to
employ the apprentices and trainees at the completion of their
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-40
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
training, subject to the availability of employment opportunities.
Trainees must be trained pursuant to training programs approved
by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure
equal employment opportunity. The evaluation of the Contractor's
compliance with these specifications shall be based upon its effort
to achieve maximum results from its action. The Contractor shall
document these efforts fully, and shall implement affirmative action
steps at least as extensive as the following:
a. Ensure and maintain a working environment free of
harassment, intimidation, and coercion at all sites, and in all
facilities at which the Contractor's employees are assigned
to work. The Contractor, where possible, will assign two or
more women to each construction project. The Contractor
shall specifically ensure that all foremen, superintendents,
and other on -site supervisory personnel are aware of and
carry out the Contractor's obligation to maintain such a
working environment, with specific attention to minority or
female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female
recruitment sources, provide written notification to minority
and female recruitment sources and to community
organizations when the Contractor or its unions have
employment opportunities available, and maintain a record
of the organizations' responses.
C. Maintain a current file of the names, addresses and
telephone numbers of each minority and female
off -the -street applicant and minority or female referral from a
union, a recruitment source or community organization and
of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall
for referral and was not referred back to the Contractor by
the union or, if referred, not employed by the Contractor, this
shall be documented in the file with the reason therefor,
along with whatever additional actions the Contractor may
have taken.
d. Provide immediate written notification to the Director when
the union or unions with which the Contractor has a
collective bargaining agreement has not referred to the
Contractor a minority person or woman sent by the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-41
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Contractor, or when the Contractor has other information
that the union referral process has impeded the Contractor's
efforts to meet its obligations.
e. Develop on-the-job training opportunity and/or participate in
training programs for the area which expressly include
minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the
Contractor's employment needs, especially those programs
funded or approved by the U.S. Department of Labor. The
Contractor shall provide notice of these programs to the
sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice
of the policy to unions and training programs and requesting
their cooperation in assisting the Contractor in meeting its
EEO obligations; by including it in any policy manual and
collective bargaining agreement; by publicizing it in the
company newspaper, annual report, etc.; by specific review
of the policy with all management personnel and with all
minority and female employees at least once a year; and by
posting the company EEO policy on bulletin boards
accessible to all employees at each location where
construction work is performed.
g. Review, at least annually, the company's EEO policy and
affirmative action obligations under these specifications with
all employees having any responsibility for hiring,
assignment, layoff, termination or other employment
decisions including specific review of these items with on -
site supervisory personnel such as Superintendents,
General Foremen, etc., prior to the initiation of construction
work at any job site. A written record shall be made and
maintained identifying the time and place of these meetings,
persons attending, subject matter discussed, and disposition
of the subject matter.
h. Disseminate the Contractor's EEO policy externally by
including it in any advertising in the news media, specifically
including minority and female news media, and providing
written notification to and discussing the Contractor's EEO
policy with other Contractors and Subcontractors with whom
the Contractor does or anticipates doing business.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-42
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Direct its recruitment efforts, both oral and written to minority,
female and community organizations, to schools with
minority and female students and to minority and female
recruitment and training organizations serving the
Contractor's recruitment area and employment needs. Not
later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written
notification to organizations such as the above, describing
the openings, screening procedures, and tests to be used in
the selection process.
Encourage present minority and female employees to recruit
other minority persons and women and where reasonable,
provide after school, summer and vacation employment to
minority and female youth both on the site and in other
areas of a Contractor's work force.
k. Validate all tests and other selection requirements where
there is an obligation to do so under 41 CFR Part 60-3.
Conduct, at least annually, an inventory and evaluation of all
minority and female personnel for promotional opportunities
and encourage these employees to seek or to prepare for,
through appropriate training, etc., such opportunities.
M. Ensure that seniority practices, job classifications, work
assignments and other personnel practices, do not have a
discriminatory effect by continually monitoring all personnel
and employment related activities to ensure that the EEO
policy and the Contractor's obligations under these
specifications are being carried out.
n. Ensure that all facilities and company activities are
nonsegregated except that separate or single -user toilet and
necessary changing facilities shall be provided to assure
privacy between the sexes.
o. Document and maintain a record of all solicitations of offers
for subcontracts from minority and female construction
contractors and suppliers, including circulation of
solicitations to minority and female contractor associations
and other business associations.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-43
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
P. Conduct a review, at least annually, of all supervisors'
adherence to and performance under the Contractor's EEO
policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations
which assist in fulfilling one or more of their affirmative action
obligations (7a through 7p). The efforts of a contractor association,
joint contractor -union, contractor -community, or other similar group
of which the Contractor is a member and participant, may be
asserted as fulfilling any one or more of the obligations under 7a
through 7p of this Special Provision provided that the Contractor
actively participates in the group, makes every effort to assure that
the group has a positive impact on the employment of minorities
and women in the industry, ensure that the concrete benefits of the
program are reflected in the Contractor's minority and female work-
force participation, makes a good faith effort to meet its individual
goals and timetables, and can provide access to documentation
which demonstrate the effectiveness of actions taken on behalf of
the Contractor. The obligation to comply, however, is the
Contractor's and failure of such a group to fulfill an obligation shall
not be a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women
have been established. The Contractor, however, is required to
provide equal employment opportunity and to take affirmative
action for all minority groups, both male and female, and all
women, both minority and non -minority. Consequently, the
Contractor may be in violation of the Executive Order if a particular
group is employed in substantially disparate manner (for example,
even though the Contractor has achieved its goals for women
generally, the Contractor may be in violation of the Executive Order
if a specific minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative
action standards to discriminate against any person because of
race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person
or firm debarred from Government contracts pursuant to Executive
Order 11246.
12. The Contractor shall carry out such sanctions and penalties for
violation of these specifications and of the Equal Opportunity
Clause, including suspensions, terminations and cancellations of
existing subcontracts as may be imposed or ordered pursuant to
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-44
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Executive Order 11246, as amended, and its implementing
regulations by the Office of Federal Contract Compliance
Programs. Any Contractor who fails to carry out such sanctions
and penalties shall be in violation of these specifications and
Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these
specifications, shall implement specific affirmative action steps, at
least as extensive as those standards prescribed in paragraph 7 of
this Special Provision, so as to achieve maximum results from its
efforts to ensure equal employment opportunity. If the Contractor
fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall
proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all
employment related activity to ensure that the company EEO policy
is being carried out, to submit reports relating to the provisions
hereof as may be required by the government and to keep records.
Records shall at least include, for each employee, their name,
address, telephone numbers, construction trade, union affiliation if
any, employee identification number when assigned, social security
number, race, sex, status (e.g., mechanic, apprentice, trainee,
helper, or laborer), dates of changes in status, hours worked per
week in the indicated trade, rate of pay, and locations at which the
work was performed. Records shall be maintained in an easily
understandable and retrievable form; however, to the degree that
existing records satisfy this requirement, the Contractors will not be
required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the
application of other laws which establish different standards of
compliance or upon the application of requirements for the hiring of
local or other area residents (e.g., those under the Public Works
Employment Act of 1977 and the Community Development Block
Grant Program).
16. Additional assistance for Federal Construction Contractors on
contracts administered by Washington State Department of
Transportation or by Local Agencies may be found at:
Washington State Dept. of Transportation
Office of Equal Opportunity
PO Box 47314
310 Maple Park Ave. SE
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-45
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Olympia WA
98504-7314
Ph: 360-705-7090
Fax: 360-705-6801
http://www.wsdot.wa.gov/equalopportunity/default.htm
(April 3, 2018 WSDOT GSP, Option B)
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR
Part 26 and USDOT's official interpretations (i.e., Questions & Answers)
apply to this Contract. Demonstrating compliance with these
Specifications is a Condition of Award (COA) of this Contract. Failure to
comply with the requirements of this Specification may result in your Bid
being found to be nonresponsive resulting in rejection or other sanctions
as provided by Contract.
DBE Abbreviations and Definitions
Broker — A business firm that provides a bona fide service, such as
professional, technical, consultant or managerial services and
assistance in the procurement of essential personnel, facilities,
equipment, materials, or supplies required for the performance of
the Contract; or, persons/companies who arrange or expedite
transactions.
Certified Business Description — Specific descriptions of work the
DBE is certified to perform, as identified in the Certified Firm
Directory, under the Vendor Information page.
Certified Firm Directory — A database of all Minority, Women, and
Disadvantaged Business Enterprises, including those identified as a
UDBE, currently certified by Washington State. The on-line Directory
is available to Contractors for their use in identifying and soliciting
interest from DBE firms. The database is located under the Firm
Certification section of the Diversity Management and Compliance
System web page at: https://omwbe.diversitycompliance.com.
Commercially Useful Function (CUF) — 49 CFR 26.55(c)(1)
defines commercially useful function as: "A DBE performs a
commercially useful function when it is responsible for execution of
the work of the contract and is carrying out its responsibilities by
actually performing, managing, and supervising the work involved.
To perform a commercially useful function, the DBE must also be
responsible, with respect to materials and supplies used on the
contract, for negotiating price, determining quality and quantity,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-46
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
ordering the material, and installing (where applicable) and paying
for the material itself. To determine whether a DBE is performing a
commercially useful function, you must evaluate the amount of work
subcontracted, industry practices, whether the amount the firm is to
be paid under the contract is commensurate with the work it is
actually performing and the DBE credit claimed for its performance
of the work, and other relevant factors."
Contract — For this Special Provision only, this definition
supplements Section 1-01.3. 49 CFR 26.5 defines contract as: "... a
legally binding relationship obligating a seller to furnish supplies or
services (including, but not limited to, construction and professional
services) and the buyer to pay for them. For purposes of this part, a
lease is considered to be a contract."
Disadvantaged Business Enterprise (DBE) — A business firm
certified by the Washington State Office of Minority and Women's
Business Enterprises, as meeting the criteria outlined in 49 CFR 26
regarding DBE certification. A Underutilized Disadvantaged
Business Enterprise (UDBE) firm is a subset of DBE.
Force Account Work — Work measured and paid in accordance
with Section 1-09.6.
Good Faith Efforts — Efforts to achieve the UDBE COA Goal or
other requirements of this part which, by their scope, intensity, and
appropriateness to the objective, can reasonably be expected to
fulfill the program requirement.
Manufacturer (DBE) — A DBE firm that operates or maintains a
factory or establishment that produces on the premises the
materials, supplies, articles, or equipment required under the
Contract. A DBE Manufacturer shall produce finished goods or
products from raw or unfinished material or purchase and
substantially alters goods and materials to make them suitable for
construction use before reselling them.
Regular Dealer (DBE) — A DBE firm that owns, operates, or
maintains a store, warehouse, or other establishment in which the
materials or supplies required for the performance of a Contract are
bought, kept in stock, and regularly sold to the public in the usual
course of business. To be a Regular Dealer, the DBE firm must be
an established regular business that engages in as its principal
business and in its own name the purchase and sale of the products
in question. A Regular Dealer in such items as steel, cement, gravel,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-47
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
stone, and petroleum products need not own, operate or maintain a
place of business if it both owns and operates distribution
equipment for the products. Any supplementing of regular dealers'
own distribution equipment shall be by long-term formal lease
agreements and not on an ad -hoc basis. Brokers, packagers,
manufacturers' representatives, or other persons who arrange or
expedite transactions shall not be regarded as Regular Dealers
within the meaning of this definition.
Underutilized Disadvantaged Business Enterprise (UDBE) — A
DBE Firm that is underutilized based on WSDOT's Disparity Study.
All UDBEs are DBEs.
UDBE Commitment — The dollar amount the Contractor indicates
they will be subcontracting to be applied towards the UDBE
Condition of Award Goal as shown on the UDBE Utilization
Certification Form for each UDBE Subcontractor. This UDBE
Commitment amount will be incorporated into the Contract and shall
be considered a Contract requirement. Any changes to the UDBE
Commitment require the Engineer's approval.
UDBE Condition of Award (COA) Goal — An assigned numerical
amount specified as a percentage of the Contract. Initially, this is
the minimum amount that the Bidder must commit to by submission
of the Utilization Certification Form and/or by Good Faith Effort
(GFE). This is also the minimum required amount of UDBE
participation specified as a percentage of the final Contract amount
inclusive of all change orders.
UDBE COA Goal
The Contracting Agency has established a UDBE COA Goal for this
Contract in the amount of: 7 percent.
DBE Eligibility/Selection of DBEs
In order to determine the distinct element(s) of work for which a DBE is
certified, Contractors should refer to the Certified Business Description.
The Contractor shall not use NAICS codes on the UDBE Utilization
Certification.
Crediting DBE Participation
Subcontractors proposed as COA must be certified prior to the due date
for bids on the Contract. All non-COA DBE Subcontractors shall be
certified before the subcontract on which they are participating is
executed.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-48
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Be advised that although a firm is listed in the Certified Firm Directory,
there are cases where the listed firm is in a temporary suspension
status. The Contractor shall review the OMWBE Suspended DBE Firms
list. A DBE firm that is included on this list may not enter into new
contracts that count towards participation.
DBE participation is only credited upon payment to the DBE.
The following are some definitions of what may be counted as DBE
participation.
DBE Prime Contractor
Only take credit for that portion of the total dollar value of the
Contract equal to the distinct, clearly defined portion of the Work
that the DBE Prime Contractor performs with its own forces and is
certified to perform.
DBE Subcontractor
Only take credit for that portion of the total dollar value of the
subcontract that is equal to the distinct, clearly defined portion of the
Work that the DBE performs with its own forces. The value of work
performed by the DBE includes the cost of supplies and materials
purchased by the DBE and equipment leased by the DBE, for its
work on the contract. Supplies, materials or equipment obtained by
a DBE that are not utilized or incorporated in the contract work by
the DBE will not be eligible for DBE credit.
The supplies, materials, and equipment purchased or leased from
the Contractor or its affiliate, including any Contractor's resources
available to DBE subcontractors at no cost, shall not be credited.
DBE credit will not be given in instances where the equipment lease
includes the operator. The DBE is expected to operate the
equipment used in the performance of its work under the contract
with its own forces. Situations where equipment is leased and used
by the DBE, but payment is deducted from the Contractor's payment
to the DBE is not allowed.
When the subcontractor is part of a UDBE Commitment, the
following apply:
1. If a UDBE subcontracts a portion of the Work of its contract
to another firm, the value of the subcontracted Work may be
counted toward the UDBE COA Goal only if the Lower -Tier
Subcontractor is also a UDBE.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-49
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2. Work subcontracted to a Lower -Tier Subcontractor that is a
DBE, but not a UDBE, may be counted as DBE race -neutral
participation but not counted toward the UDBE COA Goal.
3. Work subcontracted to a non -DBE does not count towards
the UDBE COA Goal nor DBE participation.
DBE Subcontract and Lower Tier Subcontract Documents
There must be a subcontract agreement that complies with 49 CFR
Part 26 and fully describes the distinct elements of Work committed
to be performed by the DBE. The subcontract agreement shall
incorporate requirements of the primary Contract. Subcontract
agreements of all tiers, including lease agreements shall be readily
available at the project site for the Engineer's review.
DBE Service Provider
The value of fees or commissions charged by a DBE Broker, a DBE
behaving in a manner of a Broker, or another service provider for
providing a bona fide service, such as professional, technical,
consultant, managerial services, or for providing bonds or insurance
specifically required for the performance of the contract will only be
credited as DBE participation, if the fee/commission is determined
by the Contracting Agency to be reasonable and the firm has
performed a CUF.
Force Account Work
When the Contractor elects to utilize force account Work to meet
the UDBE COA Goal, as demonstrated by listing this force account
Work on the UDBE Utilization Certification Form, for the purposes of
meeting UDBE COA Goal, only 50% of the Proposal amount shall
be credited toward the Contractors Commitment to meet the UDBE
COA Goal.
One hundred percent of the actual amounts paid to the DBE for the
force account Work shall be credited towards UDBE COA Goal or
DBE participation.
Temporary Traffic Control
If the DBE firm is being utilized in the capacity of only "Flagging", the
DBE firm must provide a Traffic Control Supervisor JCS) and
flagger, which are under the direct control of the DBE. The DBE firm
shall also provide all flagging equipment (e.g. paddles, hard hats,
and vests).
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-50
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
If the DBE firm is being utilized in the capacity of "Traffic Control
Services", the DBE firm must provide a TCS, flaggers, and traffic
control items (e.g., cones, barrels, signs, etc.) and be in total control
of all items in implementing the traffic control for the project. In
addition, if the DBE firm utilizes the Contractor's equipment, such as
Transportable Attenuators and Portable Changeable Message Signs
(PCMS) no DBE credit can be taken for supplying and operating the
items.
Trucking
DBE trucking firm participation may only be credited as DBE
participation for the value of the hauling services, not for the
materials being hauled unless the trucking firm is also certified as a
supplier. In situations where the DBE's work is priced per ton, the
value of the hauling service must be calculated separately from the
value of the materials in order to determine DBE credit for hauling
The DBE trucking firm must own and operate at least one licensed,
insured and operational truck on the contract. The truck must be of
the type that is necessary to perform the hauling duties required
under the contract. The DBE receives credit for the value of the
transportation services it provides on the Contract using trucks it
owns or leases, licenses, insures, and operates with drivers it
employs.
The DBE may lease additional trucks from another DBE firm.
The trucking Work subcontracted to any non -DBE trucking firm will
not receive credit for Work done on the project. The DBE may lease
trucks from a non -DBE truck leasing company, but can only receive
credit towards DBE participation if the DBE uses its own employees
as drivers.
DBE credit for a truck broker is limited to the fee/commission that
the DBE receives for arranging transportation services.
Truck registration and lease agreements shall be readily available at
the project site for the Engineer review.
When Trucking is a UDBE Commitment, the following apply:
1. If the trucking firm is a UDBE, participation may count
towards the UDBE COA Goal.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-51
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
2. The Work that a UDBE trucking firm performs with trucks it
leases from other certified UDBE trucking firms qualify for
100% credit towards the UDBE COA Goal.
3. The UDBE may lease trucks from a non-UDBE truck leasing
company, but can only receive credit towards UDBE
participation if the UDBE uses its own employees as drivers.
DBE Manufacturer and DBE Regular Dealer
One hundred percent (100%) of the cost of the manufactured
product obtained from a DBE manufacturer can count as DBE
participation. If the DBE manufacturer is a UDBE, participation may
count towards the UDBE COA Goal.
Sixty percent (60%) of the cost of materials or supplies purchased
from a DBE Regular Dealer may be credited as DBE Participation.
If the role of the DBE Regular Dealer is determined to be that of a
pass -through, then no DBE credit will be given for its services. If the
role of the DBE Regular Dealer is determined to be that of a Broker,
then DBE credit shall be limited to the fee or commission it receives
for its services. Regular Dealer status and the amount of credit is
determined on a Contract -by -Contract basis. If the DBE regular
dealer is a UDBE, participation may count towards the UDBE COA
Goal.
Regular Dealer DBE firms, including UDBEs must be approved
before being used on a project. The WSDOT Approved Regular
Dealer list published on WSDOT's Office of Equal Opportunity
(OEO) web site must include the specific project for which approval
is being requested. For purposes of the UDBE COA Goal
participation, the Regular Dealer must submit the Regular Dealer
Status Request form a minimum of five days prior to bid opening.
Purchase of materials or supplies from a DBE which is neither a
manufacturer nor a regular dealer, (i.e. Broker) only the fees or
commissions charged for assistance in the procurement of the
materials and supplies, or fees or transportation charges for the
delivery of materials or supplies required on a job site, can count as
DBE participation provided the fees are not excessive as compared
with fees customarily allowed for similar services. Documentation
will be required to support the fee/commission charged by the DBE.
The cost of the materials and supplies themselves cannot be
counted toward as DBE participation.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-52
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Note: Requests to be listed as a Regular Dealer will only be
processed if the requesting firm is a material supplier
certified by the Office of Minority and Women's Business
Enterprises in a NAICS code that falls within the 42XXXX
NAICS Wholesale code section.
Underutilized Disadvantaged Business Enterprise Utilization
The requirements of this section apply to projects with a UDBE COA
Goal. To be eligible for award of the Contract, the Bidder shall properly
complete and submit an Underutilized Disadvantaged Business
Enterprise (UDBE) Utilization Certification with the Bidder's sealed Bid
Proposal, as specified in Section 1-02.9 Delivery of Proposal. The
Bidder's UDBE Utilization Certification must clearly demonstrate how the
Bidder intends to meet the UDBE COA Goal. A UDBE Utilization
Certification (WSDOT Form 272-056U) is included in the Proposal
package for this purpose as well as instructions on how to properly fill
out the form.
The Bidder is advised that the items listed below when listed in the
Utilization Certification must have their amounts reduced to the
percentages shown and those reduced amounts will be the amount
applied towards meeting the UDBE COA Goal.
• Force account at 50%
• Regular dealer at 60%
In the event of arithmetic errors in completing the UDBE Utilization
Certification, the amount listed to be applied towards the UDBE COA
Goal for each UDBE shall govern and the UDBE total amount shall be
adjusted accordingly.
Note: The Contracting Agency shall consider as non -responsive
and shall reject any Bid Proposal submitted that does not
contain a UDBE Utilization Certification Form that accurately
demonstrates how the Bidder intends to meet the UDBE
COA Goal.
Underutilized Disadvantaged Business Enterprise Written
Confirmation Document(s)
The requirements of this section apply to projects with a UDBE COA
Goal. The Bidder shall submit an Underutilized Disadvantaged Business
Enterprise (UDBE) Written Confirmation Document (completed and
signed by the UDBE) for each UDBE firm listed in the Bidder's
completed UDBE Utilization Certification submitted with the Bid. Failure
to do so will result in the associated participation being disallowed, which
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-53
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
may cause the Bid to be determined to be nonresponsive resulting in Bid
rejection.
The Confirmation Documents provide confirmation from the UDBEs that
they are participating in the Contract as provided in the Contractor's
Commitment. The Confirmation Documents must be consistent with the
Utilization Certification.
A UDBE Written Confirmation Document (WSDOT Form 422-031 U) is
included in the Proposal package for this purpose.
The form(s) shall be received as specified in the special provisions for
Section 1-02.9 Delivery of Proposal.
It is prohibited for the Bidder to require a UDBE to submit a Written
Confirmation Document with any part of the form left blank. Should the
Contracting Agency determine that an incomplete Written Confirmation
Document was signed by a UDBE, the validity of the document comes
into question. The associated UDBE participation may not receive credit.
Selection of Successful Bidder/Good Faith Efforts (GFE)
The requirements of this section apply to projects with a UDBE COA
Goal. The successful Bidder shall be selected on the basis of having
submitted the lowest responsive Bid, which demonstrates a good faith
effort to achieve the UDBE COA Goal. The Contracting Agency, at any
time during the selection process, may request a breakdown of the bid
items and amounts that are counted towards the overall contract goal for
any of the UDBEs listed on the UDBE Utilization Certification.
Achieving the UDBE COA Goal may be accomplished in one of two
ways:
1. By meeting the UDBE COA Goal
Submission of the UDBE Utilization Certification and supporting
UDBE Written Confirmation Document(s) showing the Bidder has
obtained enough UDBE participation to meet or exceed the
UDBE COA Goal.
2. By documentation that the Bidder made adequate GFE to meet
the UDBE COA Goal
The Bidder may demonstrate a GFE in whole or part through
GFE documentation ONLY IN THE EVENT a Bidder's efforts to
solicit sufficient UDBE participation have been unsuccessful. The
Bidder must supply GFE documentation in addition to the UDBE
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-54
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Utilization Certification, and supporting UDBE Written
Confirmation Document(s).
Note: In the case where a Bidder is awarded the contract based
on demonstrating adequate GFE, the advertised UDBE COA
Goal will not be reduced. The Bidder shall demonstrate a
GFE during the life of the Contract to attain the advertised
UDBE COA Goal.
GFE documentation shall be submitted as specified in Section 1-02.9.
The Contracting Agency will review the GFE documentation and will
determine if the Bidder made an adequate good faith effort.
Good Faith Effort (GFE) Documentation
GFE is evaluated when:
1. Determining award of a Contract that has COA goal,
2. When a COA UDBE is terminated and substitution is required,
and
3. Prior to Physical Completion when determining whether the
Contractor has satisfied its UDBE commitments.
49 CFR Part 26, Appendix A is intended as general guidance and does
not, in itself, demonstrate adequate good faith efforts. The following is a
list of types of actions, which would be considered as part of the Bidder's
GFE to achieve UDBE participation. It is not intended to be a mandatory
checklist, nor is it intended to be exclusive or exhaustive. Other factors
or types of efforts may be relevant in appropriate cases.
1. Soliciting through all reasonable and available means (e.g.
attendance at pre -bid meetings, advertising and/or written
notices) the interest of all certified UDBEs who have the capability
to perform the Work of the Contract. The Bidder must solicit this
interest within sufficient time to allow the UDBEs to respond to
the solicitation. The Bidder must determine with certainty if the
UDBEs are interested by taking appropriate steps to follow up
initial solicitations.
2. Selecting portions of the Work to be performed by UDBEs in
order to increase the likelihood that the UDBE COA Goal will be
achieved. This includes, where appropriate, breaking out contract
Work items into economically feasible units to facilitate UDBE
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-55
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
participation, even when the Contractor might otherwise prefer to
perform these Work items with its own forces.
3. Providing interested UDBEs with adequate information about the
Plans, Specifications, and requirements of the Contract in a timely
manner to assist them in responding to a solicitation.
a. Negotiating in good faith with interested UDBEs. It is the
Bidder's responsibility to make a portion of the Work
available to UDBE subcontractors and suppliers and to
select those portions of the Work or material needs
consistent with the available UDBE subcontractors and
suppliers, so as to facilitate UDBE participation. Evidence
of such negotiation includes the names, addresses, and
telephone numbers of UDBEs that were considered; a
description of the information provided regarding the Plans
and Specifications for the Work selected for
subcontracting; and evidence as to why additional
agreements could not be reached for UDBEs to perform
the Work.
b. A Bidder using good business judgment would consider a
number of factors in negotiating with subcontractors,
including DBE subcontractors, and would take a firm's
price and capabilities as well as the UDBE COA Goal into
consideration. However, the fact that there may be some
additional costs involved in finding and using UDBEs is not
in itself sufficient reason for a Bidder's failure to meet the
UDBE COA Goal, as long as such costs are reasonable.
Also, the ability or desire of a Contractor to perform the
Work of a Contract with its own organization does not
relieve the Bidder of the responsibility to make Good Faith
Efforts. Contractors are not, however, required to accept
higher quotes from UDBEs if the price difference is
excessive or unreasonable.
4. Not rejecting UDBEs as being unqualified without sound reasons
based on a thorough investigation of their capabilities. The
Contractor's standing within its industry, membership in specific
groups, organizations, or associations and political or social
affiliations (for example union vs. non -union employee status) are
not legitimate causes for the rejection or non -solicitation of bids in
the Contractor's efforts to meet the UDBE COA Goal.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-56
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
5. Making efforts to assist interested UDBEs in obtaining bonding,
lines of credit, or insurance as required by the recipient or
Contractor.
6. Making efforts to assist interested UDBEs in obtaining necessary
equipment, supplies, materials, or related assistance or services.
7. Effectively using the services of available minority/women
community organizations; minority/women contractors' groups;
local, State, and Federal minority/women business assistance
offices; and other organizations as allowed on a case -by -case
basis to provide assistance in the recruitment and placement of
UDBEs.
8. Documentation of GFE must include copies of each UDBE and
non -DBE subcontractor quotes submitted to the Bidder when a
non -DBE subcontractor is selected over a UDBE for Work on the
Contract. (ref. updated DBE regulations — 26.53(b)(2)(vi) &
App. A)
Administrative Reconsideration of GFE Documentation
A Bidder has the right to request reconsideration if the GFE
documentation submitted with their Bid was determined to be
inadequate.
• The Bidder must request within 48 hours of notification of being
nonresponsive or forfeit the right to reconsideration.
• The reconsideration decision on the adequacy of the Bidder's
GFE documentation shall be made by an official who did not take
part in the original determination.
• Only original GFE documentation submitted as a supplement to
the Bid shall be considered. The Bidder shall not introduce new
documentation at the reconsideration hearing.
• The Bidder shall have the opportunity to meet in person with the
official for the purpose of setting forth the Bidder's position as to
why the GFE documentation demonstrates a sufficient effort.
• The reconsideration official shall provide the Bidder with a written
decision on reconsideration within five working days of the
hearing explaining the basis for their finding.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-57
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Procedures between Award and Execution
After Award and prior to Execution, the Contractor shall provide the
additional information described below. Failure to comply shall result in
the forfeiture of the Bidder's Proposal bond or deposit.
1. A UDBE Bid Item Breakdown is required which shall contain the
following information for all UDBEs as shown on the UDBE
Utilization Certification:
a. Correct business name, federal employee identification
number (if available), and mailing address.
b. List of all Bid items assigned to each UDBE with a clear
description of Work to be performed for each Bid item and
the dollar value of the Work to be performed by the UDBE.
C. Description of partial items (if any) to be sublet to each
UDBE specifying the Work committed under each item to
be performed and including the dollar value of the UDBE
portion.
d. Total amounts shown for each UDBE shall match the
amount shown on the UDBE Utilization Certification. A
UDBE Bid Item Breakdown that does not conform to the
UDBE Utilization Certification or that demonstrates a
different amount of UDBE participation than that included
in the UDBE Utilization Certification will be returned for
correction.
2. A list of all firms who submitted a bid or quote in attempt to
participate in this project whether they were successful or not.
Include the business name and mailing address.
Note: The firms identified by the Contractor may be contacted by
the Contracting Agency to solicit general information as
follows: age of the firm and average of its gross annual
receipts over the past three -years.
Procedures after Execution
Commercially Useful Function (CUF)
The Contractor may only take credit for the payments made for
Work performed by a DBE that is determined to be performing a
CUF. Payment must be commensurate with the work actually
performed by the DBE. This applies to all DBEs performing Work on
a project, whether or not the DBEs are COA, if the Contractor wants
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-58
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
to receive credit for their participation. The Engineer will conduct
CUF reviews to ascertain whether DBEs are performing a CUF. A
DBE performs a CUF when it is carrying out its responsibilities of its
contract by actually performing, managing, and supervising the
Work involved. The DBE must be responsible for negotiating price;
determining quality and quantity; ordering the material, installing
(where applicable); and paying for the material itself. If a DBE does
not perform "all" of these functions on a furnish -and -install contract,
it has not performed a CUF and the cost of materials cannot be
counted toward UDBE COA Goal. Leasing of equipment from a
leasing company is allowed. However, leasing/purchasing
equipment from the Contractor is not allowed. Lease agreements
shall be readily available for review by the Engineer.
In order for a DBE traffic control company to be considered to be
performing a CUF, the DBE must be in control of its work inclusive of
supervision. The DBE shall employ a Traffic Control Supervisor who
is directly involved in the management and supervision of the traffic
control employees and services.
The DBE does not perform a CUF if its role is limited to that of an
extra participant in a transaction, contract, or project through which
the funds are passed in order to obtain the appearance of DBE
participation.
The following are some of the factors that the Engineer will use in
determining whether a DBE trucking company is performing a CUF:
• The DBE shall be responsible for the management and
supervision of the entire trucking operation for which it is
responsible on the contract. The owner demonstrates
business related knowledge, shows up on site and is
determined to be actively running the business.
• The DBE shall with its own workforce, operate at least one
fully licensed, insured, and operational truck used on the
Contract. The drivers of the trucks owned and leased by the
DBE must be exclusively employed by the DBE and reflected
on the DBE's payroll.
• Lease agreements for trucks shall indicate that the DBE has
exclusive use of and control over the truck(s). This does not
preclude the leased truck from working for others provided it
is with the consent of the DBE and the lease provides the
DBE absolute priority for use of the leased truck.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-59
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
• Leased trucks shall display the name and identification
number of the DBE.
UDBE Utilization Plan
The UDBE Bid Item Breakdown is the initial plan for Bid Item work
committed to UDBE firms. At any time between Execution and
Physical Completion, if the Contractor identifies a change in the
plan, an update to the Bid Item Breakdown shall be submitted to the
Engineer within 7 calendar days of the proposed change for review
and acceptance. Plan updates shall not make changes to the
Commitment or the UDBE Utilization Certification.
Joint Checking
Ajoint check is a check between a Subcontractor and the Contractor
to the supplier of materials/supplies. The check is issued by the
Contractor as payer to the Subcontractor and the material supplier
jointly for items to be incorporated into the project. The DBE must
release the check to the supplier, while the Contractor acts solely as
the guarantor.
A joint check agreement must be approved by the Engineer and
requested by the DBE involved using the DBE Joint Check Request
Form (form # 272-053) prior to its use. The form must accompany
the DBE Joint Check Agreement between the parties involved,
including the conditions of the arrangement and expected use of the
joint checks.
The approval to use joint checks and the use will be closely
monitored by the Engineer. To receive DBE credit for performing a
CUF with respect to obtaining materials and supplies, a DBE must
"be responsible for negotiating price, determining quality and
quantity, ordering the material, installing and paying for the material
itself." The Contractor shall submit DBE Joint Check Request Form
for the Engineer approval prior to using a joint check.
Material costs paid by the Contractor directly to the material supplier
are not allowed. If proper procedures are not followed or the
Engineer determines that the arrangement results in lack of
independence for the DBE involved, no DBE credit will be given for
the DBE's participation as it relates to the material cost.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-60
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Prompt Payment
Prompt payment to all subcontractors shall be in accordance with
Section 1-08.1. Prompt payment requirements apply to progress
payments as well as return of retainage.
Reporting
The Contractor and all subcontractors/suppliers/service providers
that utilize DBEs to perform work on the project, shall maintain
appropriate records that will enable the Engineer to verify DBE
participation throughout the life of the project.
Refer to Section 1-08.1 for additional reporting requirements
associated with this contract.
Changes in COA Work Committed to UDBE
The Contractor shall utilize the COA UDBEs to perform the work and
supply the materials for which each is committed unless approved by the
Engineer. The Contractor shall not be entitled to any payment for work
or material completed by the Contractor or subcontractors that was
committed to be completed by the COA UDBEs.
Owner Initiated Changes
Where the Engineer makes changes that result in changes to Work
that was committed to a COA UDBE. The Contractor may be
directed to substitute for the Work in such instances.
Contractor Initiated Changes
The Contractor cannot reduce the amount of work committed to a
COA UDBE without good cause. Reducing UDBE Commitment is
viewed as partial UDBE termination, and therefore subject to the
termination procedures below.
Original Quantity Underruns
In the event that Work committed to a UDBE firm as part of the COA
underruns the original planned quantities the Contractor may be
required to substitute other remaining Work to another UDBE.
Contractor Proposed DBE Substitutions
Requests to substitute a COA UDBE must be for good cause (see
UDBE termination process below), and requires prior written
approval of the Engineer. After receiving a termination with good
cause approval, the Contractor may only replace a UDBE with
another certified UDBE. When any changes between Contract
Award and Execution result in a substitution of COA UDBE, the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-61
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
substitute UDBE shall be certified prior to the bid opening on the
Contract.
UDBE Termination
Termination of a COA UDBE (or an approved substitute UDBE) is
only allowed in whole or in part with prior written approval of the
Engineer. If the Contractor terminates a COA UDBE without the
written approval of the Engineer, the Contractor shall not be entitled
to credit towards the UDBE COA Goal for any payment for work or
material performed/supplied by the COA UDBE. In addition,
sanctions may apply as described elsewhere in this specification.
The Contractor must have good cause to terminate a COA UDBE.
Good cause typically includes situations where the UDBE
Subcontractor is unable or unwilling to perform the work of its
subcontract. Good cause may exist if:
• The UDBE fails or refuses to execute a written contract.
• The UDBE fails or refuses to perform the Work of its
subcontract in a way consistent with normal industry
standards.
• The UDBE fails or refuses to meet the Contractor's
reasonable nondiscriminatory bond requirements.
• The UDBE becomes bankrupt, insolvent, or exhibits credit
unworthiness.
• The UDBE is ineligible to work on public works projects
because of suspension and debarment proceedings pursuant
to federal law or applicable State law.
• The UDBE voluntarily withdraws from the project, and
provides written notice of its withdrawal.
• The UDBE's work is deemed unsatisfactory by the Engineer
and not in compliance with the Contract.
• The UDBE's owner dies or becomes disabled with the result
that the UDBE is unable to complete its Work on the
Contract.
Good cause does not exist if:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-62
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
• The Contractor seeks to terminate a COA UDBE so that the
Contractor can self -perform the Work.
• The Contractor seeks to terminate a COA UDBE so the
Contractor can substitute another DBE contractor or non -
DBE contractor after Contract Award.
• The failure or refusal of the COA UDBE to perform its Work
on the subcontract results from the bad faith or discriminatory
action of the Contractor (e.g., the failure of the Contractor to
make timely payments or the unnecessary placing of
obstacles in the path of the UDBE's Work).
Prior to requesting termination, the Contractor shall give notice in
writing to the UDBE with a copy to the Engineer of its intent to
request to terminate UDBE Work and the reasons for doing so. The
UDBE shall have five (5) days to respond to the Contractor's notice.
The UDBE's response shall either support the termination or advise
the Engineer and the Contractor of the reasons it objects to the
termination of its subcontract.
When a COA UDBE is terminated, or fails to complete its work on
the Contract for any reason, the Contractor shall substitute with
another UDBE or provide documentation of GFE. A plan to achieve
the COA UDBE Commitment shall be submitted to the Engineer
within 2 days of the approval of termination or the Contract shall be
suspended until such time the substitution plan is submitted.
Decertification
When a DBE is "decertified" from the DBE program during the
course of the Contract, the participation of that DBE shall continue
to count as DBE participation as long as the subcontract with the
DBE was executed prior to the decertification notice. The Contractor
is obligated to substitute when a DBE does not have an executed
subcontract agreement at the time of decertification.
Consequences of Non -Compliance
Breach of Contract
Each contract with a Contractor (and each subcontract the
Contractor signs with a Subcontractor) must include the following
assurance clause:
The Contractor, subrecipient, or Subcontractor shall not discriminate
on the basis of race, color, national origin, or sex in the performance
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-63
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
of this contract. The Contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of
DOT -assisted contracts. Failure by the Contractor to carry out these
requirements is a material breach of this Contract, which may result
in the termination of this Contract or such other remedy as the
recipient deems appropriate, which may include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the Contractor from future bidding as
non -responsible.
Notice
If the Contractor or any Subcontractor, Consultant, Regular Dealer,
or service provider is deemed to be in non-compliance, the
Contractor will be informed in writing, by certified mail by the
Engineer that sanctions will be imposed for failure to meet the
UDBE COA Commitment and/or submit documentation of good faith
efforts. The notice will state the specific sanctions to be imposed
which may include impacting a Contractor or other entity's ability to
participate in future contracts.
Sanctions
If it is determined that the Contractor's failure to meet all or part of the
UDBE COA Commitment is due to the Contractor's inadequate good
faith efforts throughout the life of the Contract, including failure to submit
timely, required Good Faith Efforts information and documentation, the
Contractor may be required to pay DBE penalty equal to the amount of
the unmet Commitment, in addition to the sanctions outlined in
Section 1-07.11(5).
Payment
Compensation for all costs involved with complying with the conditions of
this Specification and any other associated DBE requirements is
included in payment for the associated Contract items of Work, except
otherwise provided in the Specifications.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-64
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
M
1-07.12 Federal Agency Inspection
This Section is supplemented with the following:
(January 25, 2016 WSDOT GSP)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts
(FHWA 1273) Revised May 1, 2012 and the amendments thereto
supersede any conflicting provisions of the Standard Specifications and
are made a part of this Contract; provided, however, that if any of the
provisions of FHWA 1273, as amended, are less restrictive than
Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this Contract
require that the Contractor insert the FHWA 1273 and amendments
thereto in each Subcontract, together with the wage rates which are part
of the FHWA 1273, as amended. Also, a clause shall be included in each
Subcontract requiring the Subcontractors to insert the FHWA 1273 and
amendments thereto in any lower tier Subcontracts, together with the
wage rates. The Contractor shall also ensure that this section,
REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract
for Subcontractors and lower tier Subcontractors. For this purpose, upon
request to the Project Engineer, the Contractor will be provided with extra
copies of the FHWA 1273, the amendments thereto, the applicable wage
rates, and this Special Provision.
1-07.17 Utilities and Similar Facilities
This Section is supplemented with the following:
(April 2, 2007 WSDOT GSP)
Locations and dimensions shown in the Plans for existing facilities are in
accordance with available information obtained without uncovering,
measuring, or other verification.
The following addresses and telephone numbers of utility companies
known or suspected of having facilities within the project limits are
supplied for the Contractor's convenience:
Utility
Agency/ Company
Address
Contact
Phone
Power
Puget Sound
Energy
hong.nguyen(a�pse.com
Hong Nguyen
253-395-6904
Power
Seattle City Light
david.k len seattle. ov
David Kylen
253-615-0607
Gas
Puget Sound
Energy
6905 S 228t" St
Kent, WA 98032
Glenn Heiton
425-559-4647
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-65
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
Utility
Agency/ Company
Address
Contact
Phone
Communications
CenturyLink Inc.
23315 66th Ave S
Luis Henriquez
253-372-5368
Kent, WA 98032
Communications
Comcast
4020 Auburn Wy N
Jerry Steele
253-288-7532
Corporation
Auburn, WA 98002
Transportation
City of Renton
3555 NE 2"d St
Eric Cutshall
425-430-7423
Maintenance
Renton, WA 98056
Water
City of Renton
3555 NE 2"d St
George Stahl
425-430-7400
Maintenance
Renton, WA 98056
Surface Water
City of Renton
3555 NE 2"d St
Richard
425-430-7400
and Wastewater
Renton, WA 98056
Marshall
Maintenance
Transit
King County
MS SVQ-TR-0100
Metro
206-477-1140
Metro
1500 6tn Ave S
Construction
Seattle, WA 98134
Information
Center
Buried Utility Locating Assistance
One -Call Center
800-424-5555
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described
in all subsections of section 1-07.18 of these Special Provisions,
from insurers with a current A. M. Best rating of not less than A-:
VII and licensed to do business in the State of Washington. The
Contracting Agency reserves the right to approve or reject the
insurance provided, based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without
interruption from the commencement of the Contractor's Work
through the term of the Contract and for thirty (30) days after the
Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its
retroactive date, and that of all subsequent renewals, shall be no
later than the effective date of this Contract. The policy shall state
that coverage is claims made, and state the retroactive date.
Claims -made form coverage shall be maintained by the Contractor
for a minimum of 36 months following the Completion Date or
earlier termination of this Contract, and the Contractor shall
annually provide the Contracting Agency with proof of renewal. If
renewal of the claims made form of coverage becomes
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-66
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
unavailable, or economically prohibitive, the Contractor shall
purchase an extended reporting period ("tail") or execute another
form of guarantee acceptable to the Contracting Agency to assure
financial responsibility for liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability
and Excess or Umbrella Liability insurance policies shall be primary
and non-contributory insurance as respects the Contracting
Agency's insurance, self-insurance, or self -insured pool coverage.
Any insurance, self-insurance, or self -insured pool coverage
maintained by the Contracting Agency shall be excess of the
Contractor's insurance and shall not contribute with it.
E. The Contractor shall provide the Contracting Agency and all
additional insureds with written notice of any policy cancellation,
within two business days of their receipt of such notice.
F. The Contractor shall not begin work under the Contract until the
required insurance has been obtained and approved by the
Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which
the Contracting Agency may, after giving five business days' notice
to the Contractor to correct the breach, immediately terminate the
Contract or, at its discretion, procure or renew such insurance and
pay any and all premiums in connection therewith, with any sums
so expended to be repaid to the Contracting Agency on demand, or
at the sole discretion of the Contracting Agency, offset against
funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit
or lump sum prices of the Contract and no additional payment will
be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and
of Professional Liability and Builder's Risk (if required by this Contract)
shall name the following listed entities as additional insured(s) using the
forms or endorsements required herein:
■ The Contracting Agency and its officers, elected officials,
employees, agents, and volunteers
■ Gray & Osborne, Inc.
■ The Contracting Agency's Construction Administration Consultant
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-67
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The above -listed entities shall be additional insured(s) for the full available
limits of liability maintained by the Contractor, irrespective of whether such
limits maintained by the Contractor are greater than those required by this
Contract, and irrespective of whether the Certificate of Insurance provided
by the Contractor pursuant to 1-07.18(4) describes limits lower than those
maintained by the Contractor.
For Commercial General Liability insurance coverage, the required
additional insured endorsements shall be at least as broad as ISO forms
CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for
completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide
insurance coverage that complies with all applicable requirements of the
Contractor -provided insurance as set forth herein, except the Contractor
shall have sole responsibility for determining the limits of coverage
required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all
entities listed in 1-07.18(2) as additional insureds, and provide proof of
such on the policies as required by that section as detailed in 1-07.18(2)
using an endorsement as least as broad as ISO CG 20 10 10 01 for
ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to
the Contracting Agency evidence of insurance and copies of the additional
insured endorsements of each Subcontractor of every tier as required in
Section 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of
Insurance and endorsements for each policy of insurance meeting the
requirements set forth herein when the Contractor delivers the signed
Contract for the work. Failure of Contracting Agency to demand such
verification of coverage with these insurance requirements or failure of
Contracting Agency to identify a deficiency from the insurance
documentation provided shall not be construed as a waiver of Contractor's
obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting
Agency to be equivalent.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-68
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2. Copies of all endorsements naming Contracting Agency and all
other entities listed in 1-07.18(2) as additional insured(s), showing
the policy number. The Contractor may submit a copy of any
blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage
required herein.
4. A notation of coverage enhancements on the Certificate of
Insurance shall not satisfy these requirements — actual
endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to
the Contracting Agency a full and certified copy of the insurance policy(s).
If Builders Risk insurance is required on this Project, a full and certified
copy of that policy is required when the Contractor delivers the signed
Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth
below. Contractor's maintenance of insurance, its scope of coverage, and
limits as required herein shall not be construed to limit the liability of the
Contractor to the coverage provided by such insurance, or otherwise limit
the Contracting Agency's recourse to any remedy available at law or in
equity.
All deductibles and self -insured retentions must be disclosed and are
subject to approval by the Contracting Agency. The cost of any claim
payments falling within the deductible or self -insured retention shall be the
responsibility of the Contractor. In the event an additional insured incurs a
liability subject to any policy's deductibles or self -insured retention, said
deductibles or self -insured retention shall be the responsibility of the
Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms
at least as broad as ISO occurrence form CG 00 01, including but not
limited to liability arising from premises, operations, stop gap liability,
independent contractors, products -completed operations, personal and
advertising injury, and liability assumed under an insured contract. There
shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-69
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
The Commercial General Liability insurance shall be endorsed to provide
a per project general aggregate limit, using ISO form CG 25 03 05 09 or
an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising
out of the Contractor's completed operations for at least three years
following Substantial Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offence
$1,000,000 Stop Gap / Employers' Liability each accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non -owned, hired, and leased
vehicles; and shall be written on a coverage form at least as broad as ISO
form CA 00 01. If the work involves the transport of pollutants, the
automobile liability policy shall include MCS 90 and CA 99 48
endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as
required by the Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with
limits of not less than 2 million each occurrence and annual aggregate.
This excess or umbrella liability coverage shall be excess over and as
least as broad in coverage as the Contractor's Commercial General and
Auto Liability insurance
All entities listed under 1-07.18(2) of these Special Provisions shall be
named as additional insureds on the Contractor's Excess or Umbrella
Liability insurance policy.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-70
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
This requirement may be satisfied instead through the Contractor's
primary Commercial General and Automobile Liability coverages, or any
combination thereof that achieves the overall required limits of insurance.
1-07.23 Public Convenience and Safety
1-07.23 (1) Construction Under Traffic
This Section is supplemented with the following:
(January 2, 2012 WSDOT GSP)
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and
nonworking hours. The WZCZ applies only to temporary roadside objects
introduced by the Contractor's operations and does not apply to
preexisting conditions or permanent Work. Those work operations that are
actively in progress shall be in accordance with adopted and approved
Traffic Control Plans, and other contract requirements.
During nonworking hours equipment or materials shall not be within the
WZCZ unless they are protected by permanent guardrail or temporary
concrete barrier. The use of temporary concrete barrier shall be permitted
only if the Engineer approves the installation and location.
During actual hours of work, unless protected as described above, only
materials absolutely necessary to construction shall be within the WZCZ
and only construction vehicles absolutely necessary to construction shall
be allowed within the WZCZ or allowed to stop or park on the shoulder of
the roadway.
The Contractor's nonessential vehicles and employees private vehicles
shall not be permitted to park within the WZCZ at any time unless
protected as described above.
Deviation from the above requirements shall not occur unless the
Contractor has requested the deviation in writing and the Engineer has
provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way
and will be determined as follows:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-71
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
Regulatory
Posted Speed
Distance From
Traveled Way
Feet
35 mph or less
10 *
40 mph
15
45 to 55 mph
20
60 mph or
greater
30
* or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP)
Lane closures are subject to the following restrictions:
Within the Project Limits on Renton Avenue South, South 130t"
Street, South 132nd Street and Taylor Avenue NW, the Contractor
shall keep at least one lane in each direction open to traffic at all
times, unless specifically otherwise approved by the Engineer.
The Contractor shall be responsible for notifying with all property
owners and/or residents who might be affected by construction
activities. The amount of time that a driveway can be closed will
be limited. The Contractor shall coordinate with individual property
owners and/or residents for the amount of time that a driveway can
be closed prior to commencing driveway closures. The Contractor
shall be notified individual property owners and/or residents in
writing at least 72 hours in advance of any planned driveway
closures, with copies delivered to the Engineer.
The Contractor shall be responsible for King County Metro
construction notification. The construction notification guidelines
can be obtained online at:
http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Constr
uction.aspx
If the Engineer determines the permitted closure hours adversely affect
traffic, the Engineer may adjust the hours accordingly. The Engineer will
notify the Contractor in writing of any change in the closure hours.
Lane closures are not allowed on any of the following-
1 . A holiday,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-72
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2. A holiday weekend; holidays that occur on Friday, Saturday,
Sunday or Monday are considered a holiday weekend. A
holiday weekend includes Saturday, Sunday, and the
holiday.
3. After 3:00 p.m. on the day prior to a holiday or holiday
weekend, and
4. Before 7:00 a.m. on the day after the holiday or holiday
weekend.
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this Section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction
permits are indicated in the Plans. The Contractor's construction activities
shall be confined within these limits, unless arrangements for use of
private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening,
all rights of way and easements, both permanent and temporary,
necessary for carrying out the work. Exceptions to this are noted in the
Bid Documents or will be brought to the Contractor's attention by a duly
issued Addendum.
Whenever any of the work is accomplished on or through property other
than public Right of Way, the Contractor shall meet and fulfill all
covenants and stipulations of any easement agreement obtained by the
Contracting Agency from the owner of the private property. Copies of the
easement agreements may be included in the Contract Provisions or
made available to the Contractor as soon as practical after they have
been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to
advertising, these areas are so noted in the Plans. The Contractor shall
not proceed with any portion of the work in areas where right of way,
easements or rights of entry have not been acquired until the Engineer
certifies to the Contractor that the right of way or easement is available or
that the right of entry has been received. If the Contractor is delayed due
to acts of omission on the part of the Contracting Agency in obtaining
easements, rights of entry or right of way, the Contractor will be entitled to
an extension of time. The Contractor agrees that such delay shall not be
a breach of contract.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-73
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Each property owner shall be given 48 hours notice prior to entry by the
Contractor. This includes entry onto easements and private property
where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or
liability to the Contracting Agency, any additional land and access thereto
that the Contractor may desire for temporary construction facilities,
storage of materials, or other Contractor needs. However, before using
any private property, whether adjoining the work or not, the Contractor
shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the
property owner of each property disturbed or otherwise interfered with by
reasons of construction pursued under this contract. The statement shall
be signed by the private property owner, or proper authority acting for the
owner of the private property affected, stating that permission has been
granted to use the property and all necessary permits have been obtained
or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel
number, address, and date of signature. Written releases must be filed
with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
Add the following new Section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new Section:
1-08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference
will be held between the Contractor, the Engineer and such other
interested parties as may be invited. The purpose of the preconstruction
conference will be-
1 . To review the initial progress schedule;
2. To establish a working understanding among the various parties
associated or affected by the work;
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-74
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
3. To establish and review procedures for progress payment,
notifications, approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the
work.
The Contractor shall prepare and submit at the preconstruction
conference the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
Add the following new section:
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Except in the case of emergency or unless otherwise approved by the
Engineer, the normal working hours for the Contract shall be any
consecutive 8-hour period between 7.00 a.m. and 6.00 p.m. Monday
through Friday, exclusive of a lunch break. If the Contractor desires
different than the normal working hours stated above, the request must be
submitted in writing prior to the preconstruction conference, subject to the
provisions below. The working hours for the Contract shall be established
at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for
consideration. This request shall state what hours are being requested,
and why. Requests shall be submitted for review no later than noon prior
to the day(s) the Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may
be subject to certain other conditions, which will be detailed in writing. For
example:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-75
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1. On non -Federal aid projects, requiring the Contractor to reimburse
the Contracting Agency for the costs in excess of straight -time
costs for Contracting Agency representatives who worked during
such times. (The Engineer may require designated representatives
to be present during the work. Representatives who may be
deemed necessary by the Engineer include, but are not limited to:
survey crews; personnel from the Contracting Agency's material
testing lab; inspectors; and other Contracting Agency employees or
third party consultants when, in the opinion of the Engineer, such
work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and
holidays as working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with
respect to contract time even though the multiple shifts occur in a
single 24-hour period.
4. If a 4-10 work schedule is requested and approved the nonworking
day for the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements
must be met and recorded properly on certified payroll
1-08.1 Subcontracting
(May 17, 2018 APWA GSP)
The eighth and ninth paragraphs are revised to read:
The Contractor shall certify to the actual amount received from the
Contracting Agency and amounts paid to all firms that were used as
Subcontractors, lower tier subcontractors, manufacturers, regular dealers,
or service providers on the Contract. This includes all Disadvantaged,
Minority, Small, Veteran or Women's Business Enterprise firms. This
Certification shall be submitted to the Engineer on a monthly basis each
month between Execution of the Contract and Physical Completion of the
Contract using the application available at:
https-//wsdot.diversitycompliance.com. A monthly report shall be submitted
for every month between Execution of the Contract and Physical
Completion regardless of whether payments were made or work occurred.
The Contractor shall comply with the requirements of RCW 39.04.250,
39.76.011, 39.76.020, and 39.76.040, in particular regarding prompt
payment to Subcontractors. Whenever the Contractor withholds payment
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-76
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
to a Subcontractor for any reason including disputed amounts, the
Contractor shall provide notice within 10 calendar days to the
Subcontractor with a copy to the Contracting Agency identifying the
reason for the withholding and a clear description of what the
Subcontractor must do to have the withholding released. Retainage
withheld by the Contractor prior to completion of the Subcontractors work
is exempt from reporting as a payment withheld and is not included in the
withheld amount. The Contracting Agency's copy of the notice to
Subcontractor for deferred payments shall be submitted to the Engineer
concurrently with notification to the Subcontractor.
This Section is supplemented with the following:
(October 12, 1998 WSDOT GSP)
Prior to any subcontractor or lower tier subcontractor beginning work, the
Contractor shall submit to the Engineer a certification (WSDOT
Form 420-004 EF) that a written agreement between the Contractor and
the subcontractor or between the subcontractor and any lower tier
subcontractor has been executed. This certification shall also guarantee
that these subcontract agreements include all the documents required by
the Special Provision Federal Agency Inspection.
A Subcontractor or lower tier Subcontractor will not be permitted to
perform any work under the contract until the following documents have
been completed and submitted to the Engineer:
1. Request to Sublet Work (Form 421-012 EF), and
2. Contractor and Subcontractor or Lower Tier Subcontractor
Certification for Federal -aid Projects (Form 420-004 EF).
The Contractor's records pertaining to the requirements of this Special
Provision shall be open to inspection or audit by representatives of the
Contracting Agency during the life of the contract and for a period of not
less than three years after the date of acceptance of the contract. The
Contractor shall retain these records for that period. The Contractor shall
also guarantee that these records of all Subcontractors and lower tier
Subcontractors shall be available and open to similar inspection or audit
for the same time period.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-77
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-08.3 Progress Schedule
1-08.3(2)A Type A Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 4 copies of a Type A Progress Schedule no
later than at the preconstruction conference, or some other mutually
agreed upon submittal time. The schedule may be a critical path method
(CPM) schedule, bar chart, or other standard schedule format. Regardless
of which format used, the schedule shall identify the critical path. The
Engineer will evaluate the Type A Progress Schedule and approve or
return the schedule for corrections within 15 calendar days of receiving
the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and
the contract bond and evidence of insurance have been approved and
filed by the Contracting Agency. The Contractor shall not commence with
the work until the Notice to Proceed has been given by the Engineer. The
Contractor shall commence construction activities on the project site
within ten days of the Notice to Proceed Date, unless otherwise approved
in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary
shutdown or slowing of operations by the Contractor shall not relieve the
Contractor of the responsibility to complete the work within the time(s)
specified in the contract.
When shown in the Plans, the first order of work shall be the installation of
high visibility fencing to delineate all areas for protection or restoration, as
described in the Contract. Installation of high visibility fencing adjacent to
the roadway shall occur after the placement of all necessary signs and
traffic control devices in accordance with 1-10.1(2). Upon construction of
the fencing, the Contractor shall request the Engineer to inspect the
fence. No other work shall be performed on the site until the Contracting
Agency has accepted the installation of high visibility fencing, as
described in the Contract.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-78
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-08.5 Time for Completion
This Section is supplemented with the following:
(March 13, 1995 WSDOT GSP)
This project shall be physically completed within 60 working days.
(September 12, 2016 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to
Proceed Date.
Each working day shall be charged to the contract as it occurs, until the
contract work is physically complete. If substantial completion has been
granted and all the authorized working days have been used, charging of
working days will cease. Each week the Engineer will provide the
Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical
completion of the contract; and (3) remaining for the physical completion
of the contract. The statement will also show the nonworking days and
any partial or whole day the Engineer declares as unworkable. Within
10 calendar days after the date of each statement, the Contractor shall file
a written protest of any alleged discrepancies in it. To be considered by
the Engineer, the protest shall be in sufficient detail to enable the
Engineer to ascertain the basis and amount of time disputed. By not filing
such detailed protest in that period, the Contractor shall be deemed as
having accepted the statement as correct. If the Contractor is approved to
work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth
day of the week in which a 4-10 shift is worked would ordinarily be
charged as a working day then the fifth day of that week will be charged
as a workina day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date
of the contract after all the Contractor's obligations under the contract
have been performed by the Contractor. The following events must occur
before the Completion Date can be established-
1 . The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the
contract and required by law, to allow the Contracting Agency to
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-79
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
process final acceptance of the contract. The following documents
must be received by the Project Engineer prior to establishing a
completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
C. Monthly Reports of Amounts Credited as DBE Participation,
as required by the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid"
for the Contractor and all Subcontractors
f. Property owner releases per Section 1-07.24
1-08.6 Suspension of Work
This Section is supplemented with the following:
(January 3, 2017 WSDOT GSP)
Contract time may be suspended for the HMA mix design evaluation
report or for procurement of critical materials (Procurement Suspension).
In order to receive a Procurement Suspension, the Contractor shall within
21 calendar days after execution by the Contracting Agency, submit all
HMA mix designs not already on the QPL according to Section 5-04.2(1)
or place purchase orders for all materials deemed critical by the
Contracting Agency for Physical Completion of the Contract. The
Contractor shall provide a copy of the completed WSDOT Form 350-042
indicating the date the mix design was submitted, or copies of purchase
orders for the critical materials. Such purchase orders shall disclose the
purchase order date and estimated delivery dates for such critical
material.
The Contractor shall show the HMA mix design evaluation report or
procurement of the critical materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates that
acceptance of the HMA mix designs or materials procurement are critical
activities, and if the Contractor has provided documentation that purchase
orders are placed for the critical materials within the prescribed
21 calendar days, then Contract time will be suspended upon Physical
Completion of all critical work except that work dependent upon the below
listed critical materials:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-80
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
HMA Cl. 1/2" PG 64-22
HAWK Signal Poles
Charging of Contract time will resume upon the Contractor's receipt of a
WSDOT mix design evaluation report or delivery of the critical materials to
the Contractor, notification that the critical materials are ready for delivery
to the Contractor from the Contracting Agency's Materials Laboratory, or
120 calendar days after execution by the Contracting Agency, whichever
occurs first.
No additional Procurement Suspension will be provided if the Contractor's
HMA mix designs did not meet Contract requirements and are
resubmitted.
1-08.9 Liquidated Damages
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read:
When the Contract Work has progressed to Substantial Completion as
defined in the Contract, the Engineer may determine that the work is
Substantially Complete. The Engineer will notify the Contractor in writing
of the Substantial Completion Date. For overruns in Contract time
occurring after the date so established, the formula for liquidated
damages shown above will not apply. For overruns in Contract time
occurring after the Substantial Completion Date, liquidated damages shall
be assessed on the basis of direct engineering and related costs
assignable to the project until the actual Physical Completion Date of all
the Contract Work. The Contractor shall complete the remaining Work as
promptly as possible. Upon request by the Project Engineer, the
Contractor shall furnish a written schedule for completing the physical
Work on the Contract.
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, Option 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling
operations are provided to the Engineer daily. Reporting shall
utilize WSDOT form 422-027, Scaleman's Daily Report, unless the
printed ticket contains the same information that is on the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-81
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
Scaleman's Daily Report Form. The scale operator must provide
AM and/or PM tare weights for each truck on the printed ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion, the Engineer
may perform verification checks on the accuracy of each batch, hopper, or
platform scale used in weighing contract items of Work.
1-09.2(6) Payment
This Section is revised to read as follows:
(January 3, 2011 WSDOT GSP)
Unless otherwise specified, the Contracting Agency will pay for no
materials received by weight unless they have been weighed in
accordance with the requirements of this section.
Unit contract prices for the various pay items of the project cover all costs
related to weighing and proportioning materials for payment. These costs
include those for furnishing, installing, certifying, maintaining and
operating scales for initial weighing, those for extra haul distance and time
involved in complying with confirmation testing requirements, and those
for any other related item specified in this section.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this Section with the following:
The Contracting Agency has estimated and included in the Proposal,
dollar amounts for all items to be paid per force account, only to provide a
common proposal for Bidders. All such dollar amounts are to become a
part of Contractor's total bid. However, the Contracting Agency does not
warrant expressly or by implication, that the actual amount of work will
correspond with those estimates. Payment will be made on the basis of
the amount of work actually authorized by Engineer.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-82
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-09.8 Payment for Material On Hand
The last paragraph of this Section is revised to read:
(August 3, 2009 WSDOT GSP)
The Contracting Agency will not pay for material on hand when the invoice
cost is less than $2,000. As materials are used in the work, credits
equaling the partial payments for them will be taken on future estimates.
Each month, no later than the estimate due date, the Contractor shall
submit a letter to the Engineer that clearly states: 1) the amount originally
paid on the invoice (or other record of production cost) for the items on
hand, 2) the dollar amount of the material incorporated into each of the
various work items for the month, and 3) the amount that should be
retained in material on hand items. If work is performed on the items and
the Contractor does not submit a letter, all of the previous material on
hand payment will be deducted on the estimate. Partial payment for
materials on hand shall not constitute acceptance. Any material will be
rejected if found to be faulty even if partial payment for it has been made.
1-09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed
according to the Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid
items at the Preconstruction Conference, to enable the Project Engineer
to determine the Work performed on a monthly basis. A breakdown is not
required for lump sum items that include a basis for incremental payments
as part of the respective Specification. Absent a lump sum breakdown,
the Project Engineer will make a determination based on information
available. The Project Engineer's determination of the cost of work shall
be final.
Progress payments for completed work and material on hand will be
based upon progress estimates prepared by the Engineer. A progress
estimate cutoff date will be established at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the
Contractor commences the work, and successive progress estimates will
be made every month thereafter until the Completion Date. Progress
estimates made during progress of the work are tentative, and made only
for the purpose of determining progress payments. The progress
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-83
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of
acceptable units of work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved
Contractor's lump sum breakdown for that item, or absent such a
breakdown, based on the Engineer's determination.
3. Materials on Hand — 100 percent of invoiced cost of material
delivered to Job site or other storage area approved by the
Engineer.
4. Change Orders — entitlement for approved extra cost or completed
extra work as determined by the Engineer.
Progress payments will be made in accordance with the progress estimate
less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in
accordance with the Contract Documents.
Progress payments for work performed shall not be evidence of
acceptable performance or an admission by the Contracting Agency that
any work has been satisfactorily completed. The determination of
payments under the contract will be final in accordance with
Section 1-05.1.
1-09.9(1) Retainage
This Section including title is deleted and replaced with the following:
(June 27, 2011 WSDOT GSP)
Vacant
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-84
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1-09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those
claims that total $250,000 or less, submitted in accordance with
Section 1-09.11 and not resolved by nonbinding ADR processes, shall be
resolved through litigation unless the parties mutually agree in writing to
resolve the claim through binding arbitration.
1-09.11(3) Time Limitation and Jurisdiction
(July 23, 2015 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by
the parties that any claims or causes of action which the Contractor has
against the Contracting Agency arising from the Contract shall be brought
within 180 calendar days from the date of final acceptance
(Section 1-05.12) of the Contract by the Contracting Agency; and it is
further agreed that any such claims or causes of action shall be brought
only in the Superior Court of the county where the Contracting Agency
headquarters is located, provided that where an action is asserted against
a county, RCW 36.01.05 shall control venue and jurisdiction. The parties
understand and agree that the Contractor's failure to bring suit within the
time period provided, shall be a complete bar to any such claims or
causes of action. It is further mutually agreed by the parties that when
any claims or causes of action which the Contractor asserts against the
Contracting Agency arising from the Contract are filed with the Contracting
Agency or initiated in court, the Contractor shall permit the Contracting
Agency to have timely access to any records deemed necessary by the
Contracting Agency to assist in evaluating the claims or action.
1-09.13(3)A Administration of Arbitration
(July 23, 2015 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound
by the decision of the arbitrator, and judgment upon the award rendered
by the arbitrator may be entered in the Superior Court of the county in
which the Contracting Agency's headquarters is located, provided that
where claims subject to arbitration are asserted against a county,
RCW 36.01.05 shall control venue and jurisdiction of the Superior Court.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-85
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
The decision of the arbitrator and the specific basis for the decision shall
be in writing. The arbitrator shall use the Contract as a basis for
decisions.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.2 Traffic Control Management
This Section is supplemented with the following:
(January 3, 2017 WSDOT GSP)
Only training with WSDOT TCS card and WSDOT training curriculum is
recognized in the State of Washington. The Traffic Control Supervisor
shall be certified by one of the following:
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135t" Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.3(3)M Uniformed Police Officer
Section 1-10.3(3)M is a new section:
The Contractor shall arrange for uniformed police officers that are off duty
to be present for the following:
1. For all activities within 150 feet of signalized intersections where
the operation of the signal will be adversely affected.
2. Countermanding a traffic signal indication at a signalized
intersection.
3. Directing vehicle and pedestrian traffic when a traffic signal
indication is turned off or inoperative.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-86
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
4. For all other conditions where the Engineer deems it necessary for
safety, including Work during hours of darkness.
The Contractor shall identify the use of uniformed police officers on the
Traffic Control Plan(s). The Contractor shall obtain approval from the
Engineer prior to use of uniformed police officers.
The Contractor may contact the City of Renton Police Department to
inquire about uniformed police officers that may be interested in
performing off duty work or contract with a business, licensed in the State
of Washington, that provides Security Guards and Patrol Services.
1-10.4(1) Lump Sum Bid for Project (No Unit Items)
This Section is supplemented with the following:
(August 2, 2004 WSDOT GSP)
The proposal contains the item "Project Temporary Traffic Control", lump
sum. The provisions of Section 1-10.4(1) shall apply.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 1-87
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP
2-01.1 Description
This Section is supplemented with the following:
Clearing and grubbing on this project shall be performed within the
following limits:
Within the construction area of Renton Avenue South, and within the
right-of-way, utility easements, and construction easements where
required. The area to be cleared and grubbed shall extend to 1 foot
beyond the improvements (i.e., toe of fill, top of cut slope, fence, sidewalk,
pavement removal area, pavement, curb, etc.) unless indicated otherwise
on the Plans. The Contractor shall coordinate with the Engineer to protect
and leave in place those trees, landscaping, or other items specifically
identified to be saved. Where such is required, the Contractor shall flag
those trees, shrubs, etc., to identify to his workforce their need to be
saved.
Existing landscaping, including but not limited to, rockeries, beauty bark,
decorative gravel or rock, bushes, trees, and shrubbery within and/or
adjacent to the work areas shall be protected from damage and/or
removed and/or relocated as indicated on the Plans. The Contractor shall
provide protection, removal, temporary or permanent relocation, watering,
staking, etc., as directed by the Engineer.
Unless indicated otherwise on the Plans, the property owners shall be
allowed to remove and/or relocate trees, shrubs, irrigation, wood headers,
ornamental plants, and any other decorative landscaping materials within
the work areas that they wish to save. The Contractor shall notify both
verbally and in writing (by certified mail) all abutting property owners and
allow them a minimum of two weeks from the date the property owner is
notified for the property owner to remove landscaping within the work
area. The Contractor shall submit a checklist to the Contracting Agency
verifying notification of property owners of landscaping relocation
requirements. The Contractor shall remove and wastehaul all such items
not removed by the property owner. Prior to the removal of the
landscaping materials, the Contractor must receive approval from the
Engineer to begin this work.
If the Contractor removes or damages any existing vegetation,
landscaping item or private irrigation system not designated for removal
because of any act, omission, neglect or misconduct in the execution of
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-1
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
the work, such items shall be restored or replaced in kind by the
Contractor to a condition similar or equal to that existing before such
damage or removal occurred.
2-01.2 Disposal of Usable Material and Debris
Delete the third paragraph of this Section and replace with the following:
Refuse and debris shall be loaded and hauled to a waste site secured by
the Contractor and shall be disposed of in such a manner as to meet all
requirements of state, county, and municipal regulations regarding health,
safety and public welfare.
2-01.5 Payment
This Section is supplemented with the following:
The lump sum contract price for "Clearing and Grubbing" shall include all
costs associated with furnishing all labor, materials, tools, and equipment
for completion of clearing and grubbing as indicated on the Plans and
specified herein including, but not limited to, clearing and grubbing,
wastehaul, notification/coordination with property owners and Contracting
Agency, protecting landscaping to remain, restoration/replacement of
those items identified to be saved that are damaged by the Contractor,
and landscaping relocations as indicated on the Plans and specified
herein.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
This Section is supplemented with the following:
This work also consists of removing, handling and disposing of deleterious
material or debris encountered during roadway, sidewalk, and trench
excavation or other work as indicated on the Plans within the Project site,
including, but not limited to, existing pipes, utility structures or
appurtenances, riprap, buried concrete including thrust blocks, concrete
footings and/or slabs, buried logs or debris, asphalt pavement, cement
concrete pavement, sidewalks, fences, landscaping items, rock walls,
guardrail, signs and any and all other structures and obstructions (unless
a separate bid item has been provided for this work). All salvageable
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-2
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
items shall be removed and delivered to the Contracting Agency unless
indicated otherwise on the Plans.
2-02.3 Construction Requirements
This Section is supplemented with the following:
The removal of any existing improvements shall be conducted in such a
manner as not to damage utilities and any portion of the infrastructure that
is to remain in place. Any deviation in this matter will obligate the
Contractor at his own expense, to repair, replace or otherwise make
proper restoration to the satisfaction of the Contracting Agency.
When sawing of concrete or combinations of materials is required, the
depth of cut shall be as required to accomplish the intended purpose,
without damaging surfaces to be left in place and will be determined in the
field to the satisfaction of the Engineer.
Unless otherwise indicated on the Plans or in the Special Provisions, all
structures, castings, pipe and other material of recoverable value removed
from the Project site shall be carefully salvaged and delivered to the
Owner of said utility items in good condition and in such order of salvage
as the Engineer may direct. Materials and other items deemed of no
value by the Engineer shall be promptly removed, loaded and
wastehauled by the Contractor and becomes his property, to be disposed
of at his discretion, in compliance with regulatory requirements.
Waste materials shall be loaded and hauled to a waste site secured by the
Contractor and shall be disposed of in such a manner as to meet all
requirements of state, county and municipal regulations regarding health,
safety and public welfare.
2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters
This Section is supplemented with the following:
Existing cement concrete sidewalks, roadway slabs, curbs, and curbs and
gutters shall be removed at the nearest construction joint where possible,
and removed and wastehauled as required for the construction of this
Project. Where directed by the Engineer, cement concrete curbs or curb
and gutter shall be saw -cut prior to removal. Existing pavement shall be
precut before commencing excavation and shall be removed as required
for the construction.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-3
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Where shown on the Plans or where directed in the field by the Engineer,
the Contractor shall make a neat vertical saw -cut at the boundaries of the
area to be removed. Care shall be taken during sawcutting so as to
prevent damage to the existing asphalt concrete, or concrete, to remain in
place. Any pavement or concrete damaged by the Contractor outside the
area scheduled for removal due to the Contractor's operations or
negligence shall be repaired or replaced to the Contracting Agency's
satisfaction by the Contractor at no additional cost to the Contracting
Agency.
All cuts shall be continuous, full depth, and shall be made with saws
specifically equipped for this purpose. No skip cutting or jack hammering
will be allowed unless specifically approved otherwise in writing by the
Engineer.
Wheel cutting or jack hammering shall not be considered an acceptable
means of pavement "cutting," unless pre -approved in writing by the
Engineer. However, even if pre -approved as a method of cutting, no
payment will be made for this type of work, and it shall be included in the
various unit contract and lump sum prices listed in the Proposal.
The location of all pavement cuts shall be pre -approved by the Engineer in
the field before cutting commences.
All water and slurry material resulting from sawcutting operations shall not
be allowed to enter the storm drainage or sanitary sewer system and shall
be removed from the site and disposed of in accordance with the
Washington State Department of Ecology regulations.
2-02.5 Payment
This Section is supplemented with the following:
All costs for sawcutting as indicated in the Plans and as may be
additionally necessary to construct the Project shall be included in the unit
contract and lump sum prices as listed in the Proposal. No additional or
separate payment will be made for sawcutting.
The lump sum contract price for "Removal of Structure and Obstruction"
shall be full compensation for furnishing all tools, labor, equipment,
materials, and incidentals necessary for removing, loading, hauling,
relocating, disposing of, and/or delivering items as noted herein and
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-4
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
directed in the field by the Resident Inspector, to include but not limited to,
fees and permits related to disposal.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.1 Description
This Section is supplemented with the following:
This work also includes wet weather and wet condition earthwork
measures.
2-03.3 Construction Requirements
This Section is supplemented with the following:
The following items shall be followed if earthwork is to be performed in wet
weather or in wet conditions:
1. Earthwork shall be performed in small sections to minimize
exposure to wet weather. Excavation or the removal of unsuitable
soil shall be followed immediately by the placement and
compaction of a suitable thickness (generally eight inches or less)
of clean structural fill. The size and/or type of construction
equipment shall be selected as required to prevent soil disturbance.
In some instances, it may be necessary to limit equipment size to
minimize subgrade disturbance caused by equipment traffic.
2. During wet weather conditions, the allowable fines content of the
gravel borrow shall be reduced to no more than 5 percent by weight
based on the portion passing the 3/4-inch sieve. The sand
equivalent shall be 50 percent minimum.
3. The ground surface in the construction area shall be graded to
promote the rapid runoff of surface water and to prevent ponding of
water.
4. No soil should be left uncompacted and exposed to moisture. A
smooth drum vibratory roller, or equivalent, shall be used to seal
the ground surface.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-5
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
5. Excavation and placement of fill or backfill material will be observed
by the Engineer, to determine that all work is being accomplished in
accordance with the project specifications.
2-03.3(7)B Haul
Delete this Section and replace it with the following:
There shall be no separate payment for haul of excess or unsuitable
excavated material, or debris to the Contractor provided disposal site.
The Contracting Agency is not providing a disposal site for this Project. All
costs for haul shall be included in the bid prices for other work.
2-03.3(7)C Contractor -Provided Disposal Site
Delete the first paragraph and replace it with the following:
The Contractor shall arrange for the disposal of the excess or unsuitable
excavated material, or other materials at no expense to the Contracting
Agency.
2-03.3(10) Selected Material
Delete the second paragraph and insert the following in its place:
Direct Hauling. If it is practical, the Contractor shall haul selected
material immediately from the excavation to its final place on the
Roadbed. The Contracting Agency will pay for such Work at the unit
Contract price for "Roadway Excavation, Incl. Haul."
Delete the fifth paragraph and insert the following in its place:
There will be not additional payment for hauling, handling and stockpiling
selected materials.
2-03.3(12) Overbreak
Delete the last sentence in this Section.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-6
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2-03.4 Measurement
Delete all paragraphs under this Section and replace with the following:
Only one determination of the original ground elevation will be made on
this project. Roadway Excavation, Incl. Haul will be based on the original
ground elevations recorded previous to the award of this contract.
If discrepancies are discovered in the ground elevations, which will
materially affect the quantities of earthwork, the original computations of
earthwork quantities will be adjusted accordingly.
Earthwork quantities will be computed, either manually or by means of
electronic data processing equipment, by use of the average end area
method or by the finite element analysis method utilizing digital terrain
modeling techniques.
Copies of the original survey notes will be made available for the
successful bidder's inspection if the Contract is awarded.
Measurement for Roadway Excavation, Incl. Haul will be per cubic yard of
excavation to the "neat lines" shown on the Plans.
Measurement of Gravel Borrow, Incl. Haul will be per ton.
Measurement of Unsuitable Foundation Excavation, Incl. Haul will be per
cubic yard, as field measured in the excavated area (not truck
measurement).
2-03.5 Payment
Delete all paragraphs under this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1 for each of the
following bid items that are included in the Proposal:
"Roadway Excavation, Incl. Haul," per cubic yard.
The unit contract price per cubic yard for "Roadway Excavation, Incl. Haul"
shall be full pay for all materials, tools, labor, and equipment necessary for
excavation to the grade lines shown including, but not limited to, haul,
stockpiling, placing, shaping, and grading per Section 2-03, Subgrade
Preparation per Section 2-06, Watering per Section 2-07, compacting,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-7
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
loading, hauling to waste and disposing of all excess or unsuitable
material, including logs, rocks, cobbles, etc. The unit contract price shall
also include all costs required to uniformly grade and clean existing and/or
new ditches to drain to existing and/or proposed drainage structures and
the earthwork required for construction of driveways and retaining walls.
The unit contract price shall also include all costs required to remove and
wastehaul existing asphalt and/or concrete pavement, sidewalks, curbs
and gutters located within the grade lines shown. All other existing
pavement, sidewalks, curb and gutter, storm drainage structures,
abandoned utilities, and other such structures intended to be removed for
the installation of the proposed improvements shall be paid under the
contract item "Removal of Structure and Obstruction."
In the event the Contractor overcuts a street, due to his oversight or error,
the structural fill material (as approved by Contracting Agency) and
compaction required to bring the roadway section back to subgrade
elevation shall be furnished and accomplished at his sole expense, as no
additional payment will be due the Contractor for this work.
Should solid rock be encountered, the excavation, removal and wastehaul
will be paid by change order per Section 1-04.4. Boulders or broken rock
less than 2 cubic yards in volume will not be classified as solid rock, nor
will so called "hard -pan" or cemented gravel, even though it may be
advantageous to use explosives in its removal.
"Gravel Borrow, Incl. Haul," per ton.
The unit contract price per ton for "Gravel Borrow, Incl. Haul" shall be full
pay for all costs relative to furnishing, hauling, placing, shaping and
compacting the gravel borrow material, as indicated on the Plans, and as
otherwise required and approved in the field by the Engineer.
"Unsuitable Foundation Excavation, Incl. Haul," per cubic yard.
In the event that the Engineer directs and authorizes the Contractor to
excavate unsuitable material below design subgrade, then this additional
excavation, to include excavating, loading, wastehauling and disposal of
the material shall be measured and paid at the unit contract price per
cubic yard for "Unsuitable Foundation Excavation, Incl. Haul."
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-8
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
2-04 HAUL
2-04.1 Description
This Section is supplemented with the following:
If the sources of materials provided by the Contractor necessitates hauling
over any public roads, the Contractor shall, at the Contractor's expense,
make all arrangements for the use of the haul routes. No separate monies
will be due the Contractor for this work.
2-07 WATERING
2-07.3 Construction Requirements
This Section is supplemented with the following:
During construction, the Contractor shall have dedicated to the Project a
suitable water truck that shall be operated as necessary to control dust.
Failure to have a water truck immediately accessible to the job and failure
to use a water truck for dust control shall be adequate reason for the
Engineer to issue a suspension of work.
A hydrant permit will be required to be secured by the Contractor for any
necessary water. Water will be provided at the convenience of the
Contracting Agency which reserves the right to control the location and
use of water based on the Contracting Agency's own needs.
2-07.5 Payment
This Section is supplemented with the following:
The cost for all water permit(s), and furnishing and placing water shall be
included in the unit contract price for "Roadway Excavation, Incl. Haul."
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-9
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2-09 STRUCTURE EXCAVATION
2-09.3(1) General Requirements
This Section is supplemented with the following:
When any Work is being considered by the Contractor in the vicinity of an
existing utility, the Contractor shall so inform an authority of the particular
utility in ample time so that the utility involved and the Contractor may take
any precautions necessary to facilitate construction in the vicinity of the
utility, and thereby protect that particular utility from damage.
Protecting and Maintaining Utility Service
The Contractor shall protect and maintain the operational service of
existing utility systems in a continuous manner as possible. The
Contractor shall have the approval from the Engineer and notification shall
be given to the Contracting Agency before any disruptions of service in
existing utilities will be allowed. The Contractor shall comply with all the
conditions established by the Engineer and the Contracting Agency. The
Contractor shall give the utility owner a minimum notice of 48 hours before
disrupting any planned service interruption. No planned interruption to an
existing system shall be allowed on Fridays, weekends, or holidays,
unless specifically agreed to in writing by the Contracting Agency. Where
services are to be shut down, affected parties shall be notified in writing by
the Contractor (i.e., door hangers) at least 48 hours and not more than
72 hours in advance of the time and period of shut down. The Contractor
shall make every effort to keep shut down schedules to periods of
anticipated minimum usage and for the least period of time.
Where the construction crosses or is adjacent to existing utilities, the
Contractor shall exercise extreme care to protect such utilities from
damage. Additionally, the Contractor shall review the Plans, the project
site and familiarize himself with the various utilities and plan his
construction activities in recognition that the very close proximity of
existing utilities to the proposed work will adversely affect production rates
of installation of the various planned improvements. The Contractor is
hereby advised and cautioned that the location of existing utilities will be
cause for considerable and extreme care and due diligence on the part of
the Contractor. As such, work production rates are anticipated to be
significantly impacted by their presence and normal production rates
should not be anticipated, during construction by the Contractor for work in
these areas. The Contractor shall anticipate minor alignment adjustments
will also be required to accommodate the installation of utilities.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-10
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
If the minimum vertical distance between the existing water line and the
new utility pipe is less than 6-inches and such installation is approved by
the Water Utility, a foam pad shall be placed between the pipes.
The pad shall be O.D. x O.D. x 2.5 inches thick minimum or as required to
protect the pipes.
The above O.D. is equal to the outside diameter of the larger pipe.
The pad shall be a polyethylene foam plank per Section 9-05.52.
2-09.3(1)E Backfilling
This Section is supplemented with the following:
Where existing and/or proposed ground contours prevent a minimum of
24 inches of cover above "flexible" storm pipe or where utility crossings
necessitate, the Contracting Agency may direct the Contractor to install a
controlled density fill encasement for the pipe. The encasement shall be
constructed in accordance with the Plans and/or as directed in the field by
the Contracting Agency. Material for encasement shall be controlled
density fill per Section 2-09.3(1)E of the Standard Specifications. The
pipe shall be securely held in place until the material has "set." Trenches
located within roadways/drives shall be protected with H-20 steel plates,
or Contracting Agency -approved equal, while the material sets.
2-09.3(5) Locating Utilities (New Section)
A reasonable attempt has been made to locate known existing utilities; however,
the exact location, and/or depth is unknown in most instances. It shall be the
responsibility of the Contractor to locate existing utilities, to include their
respective depths.
The Contractor shall provide field exploration through vacuum excavation,
potholing or other suitable means to locate more precisely existing underground
utilities as to location and depth. The Contractor shall decide on the difficulties to
be encountered in constructing the project, and determine therefrom the extent of
exploration required to expedite the construction to first prevent damage to those
utilities, and secondly to determine if the new construction is to go around, over
or under the existing utility. Where underground utilities are found to be in the
way of construction, such condition shall not be deemed to be a changed or
differing site condition, and if necessary, minor pipe alignment or grade will be
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-11
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
modified at no additional cost to the Contracting Agency. At a minimum,
potholing will be required at all utility interties prior to trench excavation for
connections and at all major utility crossings, and potential conflicts noted by
underground location notification as may be directed by the Engineer. See
Contract Plans for additional specific locations.
2-09.4 Measurement
This Section is supplemented with the following:
Measurement for controlled density fill will be per cubic yard, measured in
place.
No specific unit of measurement shall apply to the lump sum item of locate
existing utilities.
2-09.5 Payment
Delete all paragraphs under this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1 for each of the
following bid items that are included in the Proposal.
"Controlled Density Fill," per cubic yard.
The unit contract price per cubic yard for "Controlled Density Fill" shall be
full pay for furnishing all labor, tools, equipment, and materials to furnish
and install the placement of the controlled density fill as indicated on the
Plans and specified herein including, but not limited to, pipe encasements,
pipe plugging or trench backfill.
"Locate Existing Utilities," per lump sum.
The lump sum contract price for "Locate Existing Utilities" shall be full
compensation for all costs incurred by the Contractor in performing the
work. This bid item shall be paid proportionate to the installation of all
utilities, complete and in place.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 2-12
1
2
3
4
5
6
7
8
9
10
11
3-01 PRODUCTION FROM QUARRY AND PIT SITES
3-01.2 Material Sources, General Requirement
3-01.2(1) Approval of Source
This Section is supplemented with the following:
The Contractor is responsible for all costs associated with approval of the
material source.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 3-1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
4-04 BALLAST AND CRUSHED SURFACING
4-04.4 Measurement
Delete the last sentence in this Section and replace with the following:
No measurement will be made for water used in placing and compacting
surfacing materials.
4-04.5 Payment
This Section is supplemented with the following:
The unit contract prices for the various types of ballast, structural fill,
crushed surfacing base course, and crushed surfacing top course materials
shall include all costs for obtaining the materials, hauling the materials to
the site, stockpiling, spreading, grading, shaping, moisture conditioning,
compacting, and all other incidentals, complete, in place. Asphalt grindings
are not subject to reimbursement under any of these bid items.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 4-1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
5-04 HOT MIX ASPHALT
Delete Section 5-04 and Amendments, Hot Mix Asphalt, and replace it with the
following:
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant -
mixed hot mix asphalt (HMA) on a prepared foundation or base in
accordance with these Specifications and the lines, grades, thicknesses,
and typical cross -sections shown in the Plans. The manufacture of HMA
may include warm mix asphalt (WMA) processes in accordance with these
Specifications. WMA processes include organic additives, chemical
additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may
be required, mixed in the proportions specified to provide a homogeneous,
stable, and workable mixture.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder
9-02.1(4)
Cationic Emulsified Asphalt
9-02.1(6)
Anti -Stripping Additive
9-02.4
HMA Additive
9-02.5
Aggregates
9-03.8
Recycled Asphalt Pavement
9-03.8(3)B
Mineral Filler
9-03.8(5)
Recycled Material
9-03.21
Portland Cement
9-01
Sand
9-03.1(2).
(As noted in 5-04.3(5)C for crack sealing)
Joint Sealant
9-04.2
Foam Backer Rod
9-04.2(3)A
The Contract documents may establish that the various mineral materials
required for the manufacture of HMA will be furnished in whole or in part by
the Contracting Agency. If the documents do not establish the furnishing of
any of these mineral materials by the Contracting Agency, the Contractor
shall be required to furnish such materials in the amounts required for the
designated mix. Mineral materials include coarse and fine aggregates, and
mineral filler.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-1
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
The Contractor may choose to utilize recycled asphalt pavement (RAP) in
the production of HMA. The RAP may be from pavements removed under
the Contract, if any, or pavement material from an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with
no additional sampling or testing of the RAP. The RAP shall be sampled
and tested at a frequency of one sample for every 1,000 tons produced and
not less than ten samples per project. The asphalt content and gradation
test data shall be reported to the Contracting Agency when submitting the
mix design for approval on the QPL. The Contractor shall include the RAP
as part of the mix design as defined in these Specifications.
The grade of asphalt binder shall be as required by the Contract. Blending
of asphalt binder from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the
production of HMA with 20 percent or less RAP by total weight of HMA. The
Contractor shall submit to the Engineer for approval the process that is
proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of
Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal
of aggregates from stockpiles shall comply with the requirements of
Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the Contractor wishes to submit a mix design for inclusion in the Qualified
Products List (QPL), please follow the WSDOT process outlined as follows:
Comply with each of the following:
• Develop the mix design in accordance with WSDOT
SOP 732.
• Develop a mix design that complies with Sections 9-03.8(2)
and 9-03.8(6).
• Develop a mix design no more than 6 months prior to
submitting it for QPL evaluation.
• Submit mix designs to the WSDOT State Materials Laboratory
in Tumwater, including WSDOT Form 350-042.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-2
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
• Include representative samples of the materials that are to be
used in the HMA production as part of the mix design
submittal.
• Identify the brand, type, and percentage of anti -stripping
additive in the mix design submittal.
• Include with the mix design submittal a certification from the
asphalt binder supplier that the anti -stripping additive is
compatible with the crude source and the formulation of
asphalt binder proposed for use in the mix design.
• Do not include warm mix asphalt (WMA) additives when
developing a mix design or submitting a mix design for QPL
evaluation. The use of warm mix asphalt (WMA) additives is
not part of the process for obtaining approval for listing a mix
design on the QPL. Refer to Section 5-04.2(2)B.
5-04.2(2) Mix Design — Obtaining Project Approval
ESALs
The number of ESALs for the design and acceptance of the HMA shall be
0.3 to <3 million.
Commercial HMA shall be an HMA Cl. 1/2" PG 64-22 design mix.
No paving shall begin prior to the approval of the mix design by the
Engineer.
Nonstatistical evaluation will be used for all HMA not designated as
Commercial HMA in the contract documents.
Commercial evaluation will be used for Commercial HMA and for other
classes of HMA in the following applications: sidewalks, road approaches,
ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other
nonstructural applications of HMA accepted by commercial evaluation shall
be as approved by the Project Engineer. Sampling and testing of HMA
accepted by commercial evaluation will be at the option of the Project
Engineer. The Proposal quantity of HMA that is accepted by commercial
evaluation will be excluded from the quantities used in the determination of
nonstatistical evaluation.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-3
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the
contractor shall provide one of the following mix design verification
certifications for Contracting Agency review:
• The WSDOT Mix Design Evaluation Report from the current WSDOT
QPL, or one of the mix design verification certifications listed below.
• The proposed HMA mix design on WSDOT Form 350-042 with the
seal and certification (stamp & signature) of a valid licensed
Washington State Professional Engineer.
• The Mix Design Report for the proposed HMA mix design developed
by a qualified City or County laboratory that is within one year of the
approval date.**
The mix design report shall be performed by a lab accredited by a national
authority such as Laboratory Accreditation Bureau, L-A-B for Construction
Materials Testing, The Construction Materials Engineering Council
(CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall
supply evidence of participation in the AASHTO: resource proficiency
sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall:
• Have the aggregate structure and asphalt binder content determined
in accordance with WSDOT Standard Operating Procedure 732 and
meet the requirements of Sections 9-03.8(2), except that Hamburg
testing for ruts and stripping are at the discretion of the Engineer, and
9-03.8(6).
• Have anti -strip requirements, if any, for the proposed mix design
determined in accordance with AASHTO T 283 or T 324, or based
on historic anti -strip and aggregate source compatibility from
previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs
older than 12 months from the original verification date with a certification
from the Contractor that the materials and sources are the same as those
shown on the original mix design.
Commercial Evaluation Approval of a mix design for "Commercial
Evaluation" will be based on a review of the Contractor's submittal of
WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation
is not required) or a Mix Design from the current WSDOT QPL or from one
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-4
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
of the processes allowed by this section. Testing of the HMA by the
Contracting Agency for mix design approval is not required.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing
temperature or serve as a compaction aid for producing HMA. Additives
include organic additives, chemical additives and foaming processes. The
use of Additives is subject to the following:
• Do not use additives that reduce the mixing temperature more than
allowed in Section 5-04.3(6) in the production of mixtures.
• Before using additives, obtain the Engineer's approval using
WSDOT Form 350-076 to describe the proposed additive and
process.
5-04.3 Construction Requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning
October 1st through March 31 st of the following year without written
concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface
temperatures are less than those specified below, or when weather
conditions otherwise prevent the proper handling or finishing of the HMA.
Minimum Surface Temperature for Paving
Compacted
Thickness Feet
Wearing Course
Other Courses
Less than 0.10
55 degrees F
45 degrees F
0.10 to .20
45 degrees F
35 degrees F
More than 0.20
35 degrees F
35 degrees F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this
Section shall apply.
The Contractor shall keep intersections open to traffic at all times except
when paving the intersection or paving across the intersection. During such
time, and provided that there has been an advance warning to the public,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-5
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
the intersection may be closed for the minimum time required to place and
compact the mixture. In hot weather, the Engineer may require the
application of water to the pavement to accelerate the finish rolling of the
pavement and to shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and
signs shall also be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be
maintained throughout the project. Temporary pavement markings shall be
installed on the Roadway prior to opening to traffic. Temporary pavement
markings shall be in accordance with Section 8-23.
All costs in connection with performing the Work in accordance with these
requirements, except the cost of temporary pavement markings, shall be
included in the unit Contract prices for the various Bid items involved in the
Contract.
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following
requirements:
1. Equipment for Preparation of Asphalt Binder — Tanks for the
storage of asphalt binder shall be equipped to heat and hold the
material at the required temperatures. The heating shall be
accomplished by steam coils, electricity, or other approved means
so that no flame shall be in contact with the storage tank. The
circulating system for the asphalt binder shall be designed to ensure
proper and continuous circulation during the operating period. A
valve for the purpose of sampling the asphalt binder shall be placed
in either the storage tank or in the supply line to the mixer.
2. Thermometric Equipment — An armored thermometer, capable of
detecting temperature ranges expected in the HMA mix, shall be
fixed in the asphalt binder feed line at a location near the charging
valve at the mixer unit. The thermometer location shall be convenient
and safe for access by Inspectors. The plant shall also be equipped
with an approved dial -scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved
thermometric instrument placed at the discharge chute of the drier to
automatically register or indicate the temperature of the heated
aggregates. This device shall be in full view of the plant operator.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-6
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
3. Heating of Asphalt Binder — The temperature of the asphalt binder
shall not exceed the maximum recommended by the asphalt binder
manufacturer nor shall it be below the minimum temperature
required to maintain the asphalt binder in a homogeneous state. The
asphalt binder shall be heated in a manner that will avoid local
variations in heating. The heating method shall provide a continuous
supply of asphalt binder to the mixer at a uniform average
temperature with no individual variations exceeding 25 degrees F.
Also, when a WMA additive is included in the asphalt binder, the
temperature of the asphalt binder shall not exceed the maximum
recommended by the manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials — The HMA plant shall
be equipped with a mechanical sampler for the sampling of the
mineral materials. The mechanical sampler shall meet the
requirements of Section 1-05.6 for the crushing and screening
operation. The Contractor shall provide for the setup and operation
of the field testing facilities of the Contracting Agency as provided for
in Section 3-01.2(2).
5. Sampling HMA — The HMA plant shall provide for sampling HMA by
one of the following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling
vehicle without entering the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds
and shall have a cover of canvas or other suitable material of sufficient size
to protect the mixture from adverse weather. Whenever the weather
conditions during the work shift include, or are forecast to include,
precipitation or an air temperature less than 45 degrees F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely
attached to protect the HMA.
The Contractor shall provide an environmentally benign means to prevent
the HMA mixture from adhering to the hauling equipment. Excess release
agent shall be drained prior to filling hauling equipment with HMA.
Petroleum derivatives or other coating material that contaminate or alter the
characteristics of the HMA shall not be used. For live bed trucks, the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-7
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
conveyer shall be in operation during the process of applying the release
agent.
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power -propelled units, provided with
an internally heated vibratory screed and shall be capable of spreading and
finishing courses of HMA plant mix material in lane widths required by the
paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current
equipment available from the manufacturer for the prevention of
segregation of the HMA mixture installed, in good condition, and in working
order. The equipment certification shall list the make, model, and year of
the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer's
recommendations and shall effectively produce a finished surface of the
required evenness and texture without tearing, shoving, segregating, or
gouging the mixture. A copy of the manufacturer's recommendations shall
be provided upon request by the Contracting Agency. Extensions will be
allowed provided they produce the same results, including ride, density, and
surface texture as obtained by the primary screed. Extensions without
augers and an internally heated vibratory screed shall not be used in the
Traveled Way.
When specified in the Contract, reference lines for vertical control will be
required. Lines shall be placed on both outer edges of the Traveled Way of
each Roadway. Horizontal control utilizing the reference line will be
permitted. The grade and slope for intermediate lanes shall be controlled
automatically from reference lines or by means of a mat referencing device
and a slope control device. When the finish of the grade prepared for paving
is superior to the established tolerances and when, in the opinion of the
Engineer, further improvement to the line, grade, cross-section, and
smoothness can best be achieved without the use of the reference line, a
mat referencing device may be substituted for the reference line.
Substitution of the device will be subject to the continued approval of the
Engineer. A joint matcher may be used subject to the approval of the
Engineer. The reference line may be removed after the completion of the
first course of HMA when approved by the Engineer. Whenever the
Engineer determines that any of these methods are failing to provide the
necessary vertical control, the reference lines will be reinstalled by the
Contractor.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-8
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
The Contractor shall furnish and install all pins, brackets, tensioning
devices, wire, and accessories necessary for satisfactory operation of the
automatic control equipment.
If the paving machine in use is not providing the required finish, the
Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or
solvent type liquids spilled on the pavement shall be thoroughly removed
before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the
Engineer's approval, unless otherwise required by the contract.
Where an MTD/V is required by the contract, the Engineer may approve
paving without an MTD/V, at the request of the Contractor. The Engineer
will determine if an equitable adjustment in cost or time is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling
equipment and prior to laydown by the paving machine. Mixing of the HMA
shall be sufficient to obtain a uniform temperature throughout the mixture.
If a windrow elevator is used, the length of the windrow may be limited in
urban areas or through intersections, at the discretion of the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or
paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from
a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior
to placement into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature
throughout the mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-9
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2. May accept HMA directly from the haul vehicle or pick up HMA from
a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior
to placement into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature
throughout the mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire
type, in good condition and capable of reversing without backlash.
Operation of the roller shall be in accordance with the manufacturer's
recommendations. When ordered by the Engineer for any roller planned for
use on the project, the Contractor shall provide a copy of the manufacturer's
recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in
compliance with the requirements of Section 5-04.3(10). The use of
equipment that results in crushing of the aggregate will not be permitted.
Rollers producing pickup, washboard, uneven compaction of the surface,
displacement of the mixture or other undesirable results shall not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the
Contractor shall bring it to a uniform grade and cross-section as shown on
the Plans or approved by the Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed
may be accomplished by using an asphalt paver, a motor patrol grader, or
by hand raking, as approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer
and may require the use of small steel wheel rollers, plate compactors, or
pneumatic rollers to avoid bridging across preleveled areas by the
compaction equipment. Equipment used for the compaction of preleveling
HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface
of the pavement shall be clean. All fatty asphalt patches, grease drippings,
and other objectionable matter shall be entirely removed from the existing
pavement. All pavements or bituminous surfaces shall be thoroughly
cleaned of dust, soil, pavement grindings, and other foreign matter. All holes
and small depressions shall be filled with an appropriate class of HMA.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-10
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The surface of the patched area shall be leveled and compacted thoroughly.
Prior to the application of tack coat, or paving, the condition of the surface
shall be approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any
course of HMA is to be placed or abutted. Tack coat shall be uniformly
applied to cover the existing pavement with a thin film of residual asphalt
free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per
square yard of retained asphalt. The rate of application shall be approved
by the Engineer. A heavy application of tack coat shall be applied to all
joints. For Roadways open to traffic, the application of tack coat shall be
limited to surfaces that will be paved during the same working shift. The
spreading equipment shall be equipped with a thermometer to indicate the
temperature of the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken
and cured. If the Contractor's operation damages the tack coat it shall be
repaired prior to placement of the HMA.
The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1
and CSS-1 h emulsified asphalt may be diluted once with water at a rate not
to exceed one part water to one part emulsified asphalt. The tack coat shall
have sufficient temperature such that it may be applied uniformly at the
specified rate of application and shall not exceed the maximum temperature
recommended by the emulsified asphalt manufacturer.
5-04.3(4)A Crack Sealing
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks
1/4 inch in width and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose
and foreign material when filling with crack sealant material. Use a hot
compressed air lance to dry and warm the pavement surfaces within the
crack immediately prior to filling a crack with the sealant material. Do not
overheat pavement. Do not use direct flame dryers. Routing cracks is not
required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly
mix the components and pour the mixture into the cracks until full. Add
additional CSS-1 cationic emulsified asphalt to the sand slurry as needed
for workability to ensure the mixture will completely fill the cracks. Strike off
the sand slurry flush with the existing pavement surface and allow the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-11
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
mixture to cure. Top off cracks that were not completely filled with additional
sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified
asphalt, approximately 2 percent portland cement, water (if required), and
the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The
components shall be thoroughly mixed and then poured into the cracks and
joints until full. The following day, any cracks or joints that are not
completely filled shall be topped off with additional sand slurry. After the
sand slurry is placed, the filler shall be struck off flush with the existing
pavement surface and allowed to cure. The HMA overlay shall not be placed
until the slurry has fully cured. The requirements of Section 1-06 will not
apply to the portland cement and sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks 1/4 inch to 1 inch in width — fill with hot pressure fed
sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
Hot Pressure Fed Sealant: For cracks that are to be filled with hot poured
sealant, apply the material in accordance with these requirements and the
manufacturer's recommendations. Furnish a Type 1 Working Drawing of the
manufacturer's product information and recommendations to the Engineer
prior to the start of work, including the manufacturer's recommended
heating time and temperatures, allowable storage time and temperatures
after initial heating, allowable reheating criteria, and application temperature
range. Confine hot poured sealant material within the crack. Clean any
overflow of sealant from the pavement surface. If, in the opinion of the
Engineer, the Contractor's method of sealing the cracks with hot pressure
fed sealant results in an excessive amount of material on the pavement
surface, stop and correct the operation to eliminate the excess material.
Pouring sealant is not an acceptable method.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-12
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
a. Cracks 1/4 inch to 1 inch in width - fill with hot pressure fed sealant.
b. Cracks greater than 1 inch in width — fill with sand slurry.
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill
these with HMA in accordance with the details shown in the Plans and as
marked in the field. The Contractor shall conduct the excavation operations
in a manner that will protect the pavement that is to remain. Pavement not
designated to be removed that is damaged as a result of the Contractor's
operations shall be repaired by the Contractor to the satisfaction of the
Engineer at no cost to the Contracting Agency. The Contractor shall
excavate only within one lane at a time unless approved otherwise by the
Engineer. The Contractor shall not excavate more area than can be
completely finished during the same shift, unless approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer,
excavate to a depth of 1.0 feet. The Engineer will make the final
determination of the excavation depth required. The minimum width of any
pavement repair area shall be 40 inches unless shown otherwise in the
Plans. Before any excavation, the existing pavement shall be sawcut or
shall be removed by a pavement grinder. Excavated materials will become
the property of the Contractor and shall be disposed of in a Contractor -
provided site off the Right of Way or used in accordance with
Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A
heavy application of tack coat shall be applied to all surfaces of existing
pavement in the pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed
0.35-foot compacted depth. Lifts that exceed 0.35 foot of compacted depth
may be accomplished with the approval of the Engineer. Each lift shall be
thoroughly compacted by a mechanical tamper or a roller.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-13
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
5-04.3(4)D Temporary HMA
During the course of construction, it may be necessary to provide improved
temporary vehicle and/or pedestrian access within the project limits. Such
temporary access shall be provided by temporarily patching trench
crossings or other areas with temporary HMA, until such time as the
permanent surface restoration is installed. Locations shall include those
areas specifically indicated on the Plans, directed by the Engineer or as
further specified herein. This material will be furnished, placed, compacted,
and removed and wastehauled at various locations throughout the project.
The trenches and/or subgrade shall be thoroughly compacted and brought
to a smooth grade prior to placing the material. It shall be placed,
maintained (daily), and removed and wastehauled by the Contractor.
Typical compacted depth will be 4 inches. Temporary HMA shall also be
used around castings, after grinding, to provide a transition until final lift of
HMA paving is installed.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of
Section 3-02. Sufficient storage space shall be provided for each size of
aggregate and RAP. Materials shall be removed from stockpile(s) in a
manner to ensure minimal segregation when being moved to the HMA plant
for processing into the final mixture. Different aggregate sizes shall be kept
separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling
agent and anti -stripping additives have been introduced into the mixer the
HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials
is ensured.
When discharged, the temperature of the HMA shall not exceed the
optimum mixing temperature by more than 25 degrees F as shown on the
reference mix design report or as approved by the Engineer. Also, when a
WMA additive is included in the manufacture of HMA, the discharge
temperature of the HMA shall not exceed the maximum recommended
by the manufacturer of the WMA additive. A maximum water content of
2 percent in the mix, at discharge, will be allowed providing the water
causes no problems with handling, stripping, or flushing. If the water in the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-14
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
HMA causes any of these problems, the moisture content shall be reduced
as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted
with approval of the Engineer, but in no event shall the HMA be held for
more than 24 hours. HMA held for more than 24 hours after mixing shall be
rejected. Rejected HMA shall be disposed of by the Contractor at no
expense to the Contracting Agency. The storage facility shall have an
accessible device located at the top of the cone or about the third point. The
device shall indicate the amount of material in storage. No HMA shall be
accepted from the storage facility when the HMA in storage is below the top
of the cone of the storage facility, except as the storage facility is being
emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall
be sized prior to entering the mixer so that a uniform and thoroughly mixed
HMA is produced. If there is evidence of the recycled asphalt pavement not
breaking down during the heating and mixing of the HMA, the Contractor
shall immediately suspend the use of the RAP until changes have been
approved by the Engineer. After the required amount of mineral materials,
RAP, new asphalt binder and asphalt rejuvenator have been introduced into
the mixer the HMA shall be mixed until complete and uniform coating of the
particles and thorough distribution of the asphalt binder throughout the
mineral materials, and RAP is ensured.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off
to the grade and elevation established. HMA pavers complying with
Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise
directed by the Engineer, the nominal compacted depth of any layer of any
course shall not exceed the following:
HMA Class 1" 0.35 feet
HMA Class 3/4" and HMA Class 1/2" wearing course 0.30 feet
other courses 0.35 feet
HMA Class 3/8" 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of
mechanical spreading and finishing equipment impractical, the paving may
be done with other equipment or by hand.
When more than one job mix formula (JMF) is being utilized to produce
HMA, the material produced for each JMF shall be placed by separate
spreading and compacting equipment. The intermingling of HMA produced
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-15
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
from more than one JMF is prohibited. Each strip of HMA placed during a
work shift shall conform to a single JMF established for the class of HMA
specified unless there is a need to make an adjustment in the JMF.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of
sand equivalent, uncompacted void content and fracture will be evaluated
in accordance with Section 3-04. Sampling and testing of aggregates for
HMA accepted by commercial evaluation will be at the option of the
Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or
commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless
Commercial Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other
classes of HMA in the following applications: sidewalks, road approaches,
ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and
pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Engineer. Sampling and
testing of HMA accepted by commercial evaluation will be at the option of
the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor
may request a change in the JMF. Any adjustments to the JMF will require
the approval of the Engineer and may be made in accordance with this
section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances — The constituents of the mixture at
the time of acceptance shall conform to the following tolerances:
Aggregate Percent Passing
Non -Statistical
Evaluation
Commercial
Evaluation
1 ", 3/4", 1 /2", and 3/8" sieves
+/- 6%
+/- 8%
No. 4 sieve
+/-6%
+/- 8%
No. 8 Sieve
+/- 6%
+/-8%
No. 200 sieve
+/- 2.0%
+/- 3.0%
Asphalt Binder
+/- 0.5%
+/- 0.7%
Air Voids, Va
2.5% min. and 5.5% max
N/A
City of Renton
Renton Avenue South Resurfacing
G&O #17534
5-16
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
These tolerance limits constitute the allowable limits as described in
Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits
of the control points, except the tolerance limits for sieves designated as
100 percent passing will be 99-100.
1. Job Mix Formula Adjustments — An adjustment to the aggregate
gradation or asphalt binder content of the JMF requires approval of
the Engineer. Adjustments to the JMF will only be considered if the
change produces material of equal or better quality and may require
the development of a new mix design if the adjustment exceeds the
amounts listed below.
a. Aggregates — 2 percent for the aggregate passing the 1-1/2",
1", 3/4", 1 /2", 3/8", and the No. 4 sieves, 1 percent for
aggregate passing the No. 8 sieve, and 0.5 percent for the
aggregate passing the No. 200 sieve. The adjusted JMF shall
be within the range of the control points in Section 9-03.8(6).
b. Asphalt Binder Content — The Engineer may order or
approve changes to asphalt binder content. The maximum
adjustment from the approved mix design for the asphalt
binder content shall be 0.3 percent
5-04.3(9)A Vacant
5-04.3(9)B Vacant
5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be
evaluated by the Contracting Agency by dividing the HMA tonnage into lots.
The Engineer will furnish the Contractor with a copy of the results of all
acceptence testing performed in the field. The Engineer will provide the
Composite Pay Factor (CPF) of the completed sublots after three sublots
have been tested. Sublot sample test results (gradation and asphalt binder
content) may be challenged by the Contractor.
5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots
A lot is represented by randomly selected samples of the same mix design
that will be tested for acceptance. A lot is defined as the total quantity of
material or work produced for each JMF placed. Only one lot per JMF is
expected. A sublot shall be equal to one day's production or 800 tons,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-17
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
whichever is less except that the final sublot will be a minimum of 400 tons
and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given
lot shall be evaluated collectively. If the Contractor requests a change to the
JMF that is approved, the material produced after the change will be
evaluated on the basis of the new JMF for the remaining sublots in the
current lot and for acceptance of subsequent lots. For a lot in progress with
a CPF less than 0.75, a new lot will begin at the Contractor's request after
the Engineer is satisfied that material conforming to the Specifications can
be produced.
Sampling and testing for evaluation shall be performed on the frequency of
one sample per sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when
ordered by the Engineer. The Contractor shall sample the HMA mixture in
the presence of the Engineer and in accordance with AASHTO T 168. A
minimum of three samples should be taken for each class of HMA placed
on a project. If used in a structural application, at least one of the three
samples shall to be tested.
Sampling and testing HMA in a Structural application where quantities are
less than 400 tons is at the discretion of the Engineer.
For HMA used in a structural application and with a total project quantity
less than 800 tons but more than 400 tons, a minimum of one acceptance
test shall be performed. In all cases, a minimum of 3 samples will be
obtained at the point of acceptance, a minimum of one of the three samples
will be tested for conformance to the JMF:
• If the test results are found to be within specification requirements,
additional testing will be at the Engineer's discretion.
• If test results are found not to be within specification requirements,
additional testing of the remaining samples to determine a
Composite Pay Factor (CPF) shall be performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting
Agency. If tested, compliance of Va will use WSDOT SOP 731.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-18
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
Testing for compliance of asphalt binder content will be by WSDOT FOP for
AASHTO T 308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
The Engineer will furnish the Contractor with a copy of the results of all
acceptance testing performed in the field.
5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the
Contracting Agency will determine a Composite Pay Factor (CPF) using the
following price adjustment factors:
Table of Price Adjustment Factors
Constituent
Factor "f"
All aggregate passing: 1-1/2", 1 ", 3/4",
1 /2", 3/8" and No. 4 sieves
2
All aggregate assin No. 8 sieve
15
All aggregate assin No. 200 sieve
20
Asphalt binder
40
Air Voids (Va) (where applicable)
20
Each lot of HMA produced under Nonstatistical Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be
accepted at the unit Contract price with no further evaluation. When one or
more constituents fall outside the nonstatistical tolerance limits in the Job
Mix Formula shown in Table of Price Adjustment Factors, the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate
CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots
exist, backup samples of the existing sublots or samples from the Roadway
shall be tested to provide a minimum of three sets of results for evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will
be determined. The NCMF equals the algebraic difference of CPF minus
1.00 multiplied by 60 percent. The total job mix compliance price adjustment
will be calculated as the product of the NCMF, the quantity of HMA in the
lot in tons, and the unit Contract price per ton of mix.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-19
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
If a constituent is not measured in accordance with these Specifications,
its individual pay factor will be considered 1.00 in calculating the Composite
Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation — Retests
The Contractor may request a sublot be retested. To request a retest, the
Contractor shall submit a written request within 7 calendar days after the
specific test results have been received. A split of the original acceptance
sample will be retested. The split of the sample will not be tested with the
same tester that ran the original acceptance test. The sample will be tested
for a complete gradation analysis, asphalt binder content, and, at the option
of the agency, Va. The results of the retest will be used for the acceptance
of the HMA in place of the original sublot sample test results. The cost of
testing will be deducted from any monies due or that may come due the
Contractor under the Contract at the rate of $500 per sample.
5-04.3 (9)D Mixture Acceptance — Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and
having all constituents falling within the tolerance limits of the job mix
formula shall be accepted at the unit Contract price with no further
evaluation. When one or more constituents fall outside the commercial
tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate
CPF. The commercial tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots
exist, backup samples of the existing sublots or samples from the street
shall be tested to provide a minimum of three sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation
when the calculated CPF is less than 1.00, a Nonconforming Mix Factor
(NCMF) will be determined. The NCMF equals the algebraic difference of
CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price
Adjustment will be calculated as the product of the NCMF, the quantity of
HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications,
its individual pay factor will be considered 1.00 in calculating the Composite
Pay Factor (CPF).
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic
lanes, including lanes for intersections, ramps, truck climbing, weaving, and
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-20
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
speed change, and having a specified compacted course thickness greater
than 0.10-foot, shall be compacted to a specified level of relative density.
The specified level of relative density shall be a Composite Pay Factor
(CPF) of not less than 0.75 when evaluated in accordance with
Section 1-06.2, using a minimum of 92 percent of the maximum density.
The maximum density shall be determined by WSDOT FOP for AASHTO
T 729. The specified level of density attained will be determined by the
evaluation of the density of the pavement. The density of the pavement shall
be determined in accordance with WSDOT FOP for WAQTC TM 8, except
that gauge correlation will be at the discretion of the Engineer, when using
the nuclear density gauge and WSDOT SOP 736 when using cores to
determine density.
Tests for the determination of the pavement density will be taken in
accordance with the required procedures for measurement by a nuclear
density gauge or roadway cores after completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine
density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729
will be used on the day the mix is placed and prior to opening to traffic.
Roadway cores for density may be obtained by either the Contracting
Agency or the Contractor in accordance with WSDOT SOP 734. The core
diameter shall be 4-inches minimum, unless otherwise approved by the
Engineer. Roadway cores will be tested by the Contracting Agency in
accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item "Roadway Core" the cores shall be
obtained by the Contractor in the presence of the Engineer on the same day
the mix is placed and at locations designated by the Engineer. If the
Contract does not include the Bid item "Roadway Core" the Contracting
Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the
Contractor's request after the Engineer is satisfied that material conforming
to the Specifications can be produced.
A lot is represented by randomly selected samples of the same mix design
that will be tested for acceptance. A lot is defined as the total quantity of
material or work produced for each Job Mix Formula placed. Only one lot
per JMF is expected. A sublot shall be equal to one day's production or 400
tons, whichever is less except that the final sublot will be a minimum of 200
tons and may be increased to 800 tons. Testing for compaction will be at
the rate of 5 tests per sublot per WSDOT T 738.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-21
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
HMA mixture accepted by commercial evaluation and HMA constructed
under conditions other than those listed above shall be compacted on the
basis of a test point evaluation of the compaction train. The test point
evaluation shall be performed in accordance with instructions from the
Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all
subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for
preleveling wheel rutting shall be compacted with a pneumatic tire roller
unless otherwise approved by the Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not
meet the minimum of 92 percent of the reference maximum density in a
compaction lot with a CPF below 1.00 and thus subject to a price reduction
or rejection, the Contractor may request that a core be used for
determination of the relative density of the sublot. The relative density of the
core will replace the relative density determined by the nuclear density
gauge for the sublot and will be used for calculation of the CPF and
acceptance of HMA compaction lot.
When cores are taken by the Contracting Agency at the request of the
Contractor, they shall be requested by noon of the next workday after the
test results for the sublot have been provided or made available to the
Contractor. Core locations shall be outside of wheel paths and as
determined by the Engineer. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to
provide the requested traffic control will result in forfeiture of the request for
cores. When the CPF for the lot based on the results of the HMA cores is
less than 1.00, the cost for the coring will be deducted from any monies due
or that may become due the Contractor under the Contract at the rate of
$200 per core and the Contractor shall pay for the cost of the traffic control.
5-04.3(10)A HMA Compaction —General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so
that no undue displacement, cracking, or shoving occurs. Areas
inaccessible to large compaction equipment shall be compacted by other
mechanical means. Any HMA that becomes loose, broken, contaminated,
shows an excess or deficiency of asphalt, or is in any way defective, shall
be removed and replaced with new hot mix that shall be immediately
compacted to conform to the surrounding area.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-22
SPECIAL PROVISIONS - Continued
1 The type of rollers to be used and their relative position in the compaction
2 sequence shall generally be the Contractor's option, provided the specified
3 densities are attained. Unless the Engineer has approved otherwise, rollers
4 shall only be operated in the static mode when the internal temperature of
5 the mix is less than 175 degrees F. Regardless of mix temperature, a roller
6 shall not be operated in a mode that results in checking or cracking of the
7 mat. Rollers shall only be operated in static mode on bridge decks.
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
5-04.3(10)B HMA Compaction — Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement
that are less than 90 percent of the theoretical maximum density. At the
Engineer's discretion, the Engineer may evaluate the HMA pavement for
low cyclic density, and when doing so will follow WSDOT SOP 733. A $500
Cyclic Density Price Adjustment will be assessed for any 500-foot section
with two or more density readings below 90 percent of the theoretical
maximum density.
5-04.3(10)C Vacant
5-04.3(10)D HMA Nonstatistical Compaction
5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be
based on acceptance testing performed by the Contracting Agency dividing
the project into compaction lots.
A lot is represented by randomly selected samples of the same mix design
that will be tested for acceptance, with a maximum of 15 sublots per lot; the
final lot for a mix design may be increased to 25 sublots. Sublots will be
uniform in size with a maximum sublot size based on original Plan quantity
tons of HMA as specified in the table below. The sublot locations within each
density lot will be determined by the Engineer. For a lot in progress with a
CPF less than 0.75, a new lot will begin at the Contractor's request after the
Engineer is satisfied that material conforming to the Specifications can be
produced.
HMA Original Plan
Quantity tons
Sublot Size
tons
<20,000
100
20,000 to 30,000
150
>30,000
200
City of Renton
Renton Avenue South Resurfacing
G&O #17534
5-23
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
HMA mixture accepted by commercial evaluation and HMA constructed
under conditions other than those listed above shall be compacted on the
basis of a test point evaluation of the compaction train. The test point
evaluation shall be performed in accordance with instructions from the
Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all
subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to
prelevel wheel ruts shall be compacted with a pneumatic tire roller unless
otherwise approved by the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation —
Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly
selected by the Engineer from within each sublot, with one test per sublot.
5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a
relative density that is 92 percent of the reference maximum density the
HMA shall be accepted at the unit Contract price with no further evaluation.
When a sublot does not attain a relative density that is 92 percent of the
reference maximum density, the lot shall be evaluated in accordance with
Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall
be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used
to offset lots with CPF values below 1.00 but greater than 0.90. Lots with
CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11).
Additional testing by either a nuclear moisture -density gauge or cores will
be completed as required to provide a minimum of three tests for evaluation.
For compaction below the required 92% a Non -Conforming Compaction
Factor (NCCF) will be determined. The NCCF equals the algebraic
difference of CPF minus 1.00 multiplied by 40 percent. The Compaction
Price Adjustment will be calculated as the product of CPF, the quantity of
HMA in the compaction control lot in tons, and the unit Contract price per
ton of mix.
5-04.3(11) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall
be rejected. The Contractor may propose, in writing, alternatives to removal
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-24
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
and replacement of rejected material. Acceptability of such alternative
proposals will be determined at the sole discretion of the Engineer. HMA
that has been rejected is subject to the requirements in Section 1-06.2(2)
and this specification, and the Contractor shall submit a corrective action
proposal to the Engineer for approval.
5-04.3(11)B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective
material and replace it with new material. Any such new material will be
sampled, tested, and evaluated for acceptance.
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of
Roadway that appears defective. Material rejected before placement shall
not be incorporated into the pavement. Any rejected section of Roadway
shall be removed.
No payment will be made for the rejected materials or the removal of the
materials unless the Contractor requests that the rejected material be
tested. If the Contractor elects to have the rejected material tested, a
minimum of three representative samples will be obtained and tested.
Acceptance of rejected material will be based on conformance with the
nonstatistical acceptance Specification. If the CPF for the rejected material
is less than 0.75, no payment will be made for the rejected material; in
addition, the cost of sampling and testing shall be borne by the Contractor.
If the CPF is greater than or equal to 0.75, the cost of sampling and testing
will be borne by the Contracting Agency. If the material is rejected before
placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at a CPF of 0.75. If rejection occurs after
placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at the calculated CPF with an addition
of 25 percent of the unit Contract price added for the cost of removal and
disposal.
5-04.3(11)D Rejection — A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer
may also isolate from a normal sublot any material that is suspected of
being defective in relative density, gradation or asphalt binder content. Such
isolated material will not include an original sample location. A minimum of
three random samples of the suspect material will be obtained and tested.
The material will then be non -statistically evaluated as an independent lot
in accordance with Section 5-04.3(9)C4.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-25
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
5-04.3(11)E Rejection — An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When
a sublot is rejected a minimum of two additional random samples from this
sublot will be obtained. These additional samples and the original sublot will
be evaluated as an independent lot in accordance with
Section 5-04.3(9)C4.
5-04.3(11)F Rejection — A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA
placement until such time as the Engineer is satisfied that material
conforming to the Specifications can be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops
below 1.00 and the Contractor is taking no corrective action; or
2. When the Pay Factor (PF) for any constituent of a lot in progress
drops below 0.95 and the Contractor is taking no corrective action;
or
3. When either the PF for any constituent or the CPF of a lot in progress
is less than 0.75.
5-04.3(11)G Rejection — An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or
wearing course is a continuous operation or as close to continuous as
possible. Unscheduled transverse joints will be allowed and the roller may
pass over the unprotected end of the freshly laid mixture only when the
placement of the course must be discontinued for such a length of time that
the mixture will cool below compaction temperature. When the Work is
resumed, the previously compacted mixture shall be cut back to produce a
slightly beveled edge for the full thickness of the course.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-26
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
A temporary wedge of HMA constructed on a 20H:1 V shall be constructed
where a transverse joint as a result of paving or planing is open to traffic.
The HMA in the temporary wedge shall be separated from the permanent
HMA by strips of heavy wrapping paper or other methods approved by the
Engineer. The wrapping paper shall be removed and the joint trimmed to a
slightly beveled edge for the full thickness of the course prior to resumption
of paving.
The material that is cut away shall be wasted and new mix shall be laid
against the cut. Rollers or tamping irons shall be used to seal the joint.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course
immediately below by not more than 6 inches nor less than 2 inches. All
longitudinal joints constructed in the wearing course shall be located at a
lane line or an edge line of the Traveled Way. A notched wedge joint shall
be constructed along all longitudinal joints in the wearing surface of new
HMA unless otherwise approved by the Engineer. The notched wedge joint
shall have a vertical edge of not less than the maximum aggregate size or
more than '/2 of the compacted lift thickness and then taper down on a slope
not steeper than 4H:1 V. The sloped portion of the HMA notched wedge joint
shall be uniformly compacted.
5-04.3(12)B Bridge Paving Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points
at both ends of the bridge paving joint seals to be placed at the bridge ends,
and at interior joints within the bridge deck when and where shown in the
Plans. Establish the sawcut alignment points in a manner that they remain
functional for use in aligning the sawcut after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer's
application procedure.
Construct the bridge paving joint seal as specified ion the Plans and in
accordance with the detail shown in the Standard Plans. Construct the
sawcut in accordance with the detail shown in the Standard Plan. Construct
the sawcut in accordance with Section 5-05.3(8)B and the manufacturer's
application procedure.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-27
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements
specified in section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in
accordance with Section 5-01.3(8) and the details shown in the
Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth,
uniform as to crown and grade, and free from defects of all kinds. The
completed surface of the wearing course of the following sections of
Roadway shall not vary more than 1/4 inch from the lower edge of a 10-foot
straightedge placed on the surface parallel to centerline:
1. All roads less than 45 mph
The completed surface of the wearing course of all other sections of
Roadway shall not vary more than 1/8 inch from the lower edge of a 10-foot
straightedge placed on the surface parallel to centerline.
The transverse slope of the completed surface of the wearing course shall
vary not more than 1/4 inch in 10 feet from the rate of transverse slope
shown in the Plans.
When deviations in excess of the above tolerances are found that result
from a high place in the HMA, the pavement surface shall be corrected by
one of the following methods-
1. Removal of material from high places by grinding with an approved
grinding machine; or
2. Removal and replacement of the wearing course of HMA; or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations
anywhere greater than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in
the HMA and deviations resulting from a high place where corrective action,
in the opinion of the Engineer, will not produce satisfactory results will be
accepted with a price adjustment. The Engineer shall deduct from monies
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-28
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
due or that may become due to the Contractor the sum of $500.00 for each
and every section of single traffic lane 100 feet in length in which any
excessive deviations described above are found.
All utility castings and monuments within the existing and/or new pavement
area shall be referenced by the Contractor prior to any pavement removal
or planing. The Contractor shall keep a record of such references, and
submit a copy to the Contracting Agency.
Existing structures and new structures shall be adjusted to the finished
grade as shown on the Plans and as further specified herein. Existing
boxes, rings, grates, covers, and lids shall be reset in a careful and
workmanlike manner to conform to the required grades.
The new and existing utility castings and monuments shall be adjusted to
grade in the following manner:
As soon as the street has been paved past each structure or casting, the
asphalt concrete mat shall be scored around the location of the structure or
casting. After rolling has been completed and the mat has cooled, it shall
be cut along the scored lines. The structure or casting shall then be raised
to finished pavement grade and the annular spaces filled as indicated on
the Plans. The Contractor shall install the pavement to give a smooth
finished appearance. All covers, lids, frames, and grates shall be
thoroughly cleaned.
After pavement is in place, all new pavement joints shall be sealed with a
6-inch-wide strip of hot asphalt sealer. A sand blanket shall be applied to
the surface of the hot asphalt sealer immediately after the placement of the
sealer to help alleviate the tracking of the asphalt. The sealer shall meet
the requirements of Section 9-04.2(1) of the Standard Specifications.
5-04.3(14) Planing (Milling) Bituminous Pavement
The planning plan must be approved by the Engineer and a pre planning
meeting must be held prior to the start of any planing. See
Section 5-04.3(14)B2 for information on planning submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the
Contractor must remove existing surfacing material and to reshape the
surface to remove irregularities. The finished product must be a prepared
surface acceptable for receiving an HMA overlay.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-29
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Use the cold milling method for planing unless otherwise specified in the
Contract. Do not use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or
otherwise damage the surface which is to remain. The finished planed
surface must be slightly grooved or roughened and must be free from
gouges, deep grooves, ridges, or other imperfections. The Contractor must
repair any damage to the surface by the Contractor's planing equipment,
using an Engineer approved method.
Repair or replace any metal castings and other surface improvements
damaged by planing, as determined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines
sufficient to provide a minimum of 4 inches of curb reveal after placement
and compaction of the final wearing course. The dimensions of the wedge
must be as shown on the Drawings or as specified by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining
pavement surfaces (meet lines) where butt joints are shown on the
Drawings. Cut butt joints in a straight line with vertical faces 2 inches or
more in height, producing a smooth transition to the existing adjoining
pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if
required by the Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this
additional depth planing, the Contractor must conduct a hidden metal in
pavement detection survey as specified in Section 5-04.3(14)A.
Gutter panels, curbs, or utility structures damaged as a result of planing
operations shall be replaced by the Contractor at their own expense. No
additional monies will be due the Contractor for damage to curbs, gutters,
or utility structures, all costs of which shall be borne by the Contractor.
5-04.3(14)A Pre -Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth
planing required by the Engineer, the Contractor must conduct a physical
survey of existing pavement to be planed with equipment that can identify
hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-30
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
See Section 1-07.16(1) regarding the protection of survey monumentation
that may be hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting
from the Contractor's failure to conduct a pre -planing metal detection
survey, or from the Contractor's failure to notify the Engineer of any hidden
metal that is detected.
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition, the requirements of Section 1-07.23 and the traffic controls
required in Section 1-10, and unless the Contract specifies otherwise or
the Engineer approves, the Contractor must comply with the following:
1. Intersections
a. Keep intersections open to traffic at all times, except when
paving or planing operations through an intersection
requires closure. Such closure must be kept to the
minimum time required to place and compact the HMA
mixture, or plane as appropriate. For paving, schedule such
closure to individual lanes or portions thereof that allows
the traffic volumes and schedule of traffic volumes required
in the approved traffic control plan. Schedule work so that
adjacent intersections are not impacted at the same time
and comply with the traffic control restrictions required by
the Traffic Engineer. Each individual intersection closure or
partial closure, must be addressed in the traffic control
plan, which must be submitted to and accepted by the
Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur
in an intersection, consider scheduling and sequencing
such work into quarters of the intersection, or half or more
of an intersection with side street detours. Be prepared to
sequence the work to individual lanes or portions thereof.
C. Should closure of the intersection in its entirety be
necessary, and no trolley service is impacted, keep such
closure to the minimum time required to place and compact
the HMA mixture, plane, remove asphalt, tack coat, and as
needed.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-31
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
d. Any work in an intersection requires advance warning in
both signage and a number of Working Days advance
notice as determined by the Engineer, to alert traffic and
emergency services of the intersection closure or partial
closure.
e. Allow new compacted HMA asphalt to cool to ambient
temperature before any traffic is allowed on it. Traffic is not
allowed on newly placed asphalt until approval has been
obtained from the Engineer.
2. Temporary centerline marking, post -paving temporary
marking, temporary stop bars, and maintaining temporary
pavement marking must comply with Section 8-23.
3. Permanent pavement marking must comply with Section 8-22.
4. Roadways Open to Traffic
When the roadway being paved is open to traffic, the following
requirements shall apply:
The Contractor shall keep roadways open to traffic at all times
except where paving is in progress. During such time, and
provided that there has been an advance warning to the
public, only that specified section of road being paved may be
closed for the minimum time required to place and compact
the HMA. Adjacent travel lanes and shoulder shall be left
open for traffic during these times. In hot weather, the
Engineer may require the application of water to the pavement
to accelerate the finish rolling of the pavement and to shorten
the time required before reopening to traffic.
Before temporarily closing a portion of the road, advance -
warning signs shall be placed and signs shall also be placed
clearly alerting the driver of temporary lane closures.
During paving operations, temporary pavement markings
shall be maintained throughout the project. Temporary
pavement markings shall be installed on the roadway prior to
opening to traffic and shall be in accordance with
Section 8-23.
All costs in connection with performing the Work in
accordance with these requirements shall be included in the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-32
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
unit contract prices for the various bid items involved in the
Contract.
5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving
plan to the Engineer at least 5 Working Days in advance of each operation's
activity start date. These plans must show how the moving operation and
traffic control are coordinated, as they will be discussed at the pre -planing
briefing and pre -paving briefing. When requested by the Engineer, the
Contractor must provide each operation's traffic control plan on 24 x 36 inch
or larger size Shop Drawings with a scale showing both the area of
operation and sufficient detail of traffic beyond the area of operation where
detour traffic may be required. The scale on the Shop Drawings is 1 inch =
20 feet, which may be changed if the Engineer agrees sufficient detail is
shown.
The planing operation and the paving operation include, but are not limited
to, metal detection, removal of asphalt and temporary asphalt of any kind,
tack coat and drying, staging of supply trucks, paving trains, rolling,
scheduling, and as may be discussed at the briefing.
When intersections will be partially blocked or when allowed to be totally
blocked, provide adequately sized and noticeable signage alerting traffic of
closures to come, a minimum 2 Working Days in advance. The traffic control
plan must show where police officers will be stationed when signalization is
or may be, countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2),
detailing each day's traffic control as it relates to the specific
requirements of that day's planing and paving. Briefly describe the
sequencing of traffic control consistent with the proposed planing
and paving sequence, and scheduling of placement of temporary
pavement markings and channelizing devices after each day's
planing, and paving.
2. A copy of each intersection's traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary
parking and staging areas, including return routes. Describe
the complete round trip as it relates to the sequencing of
paving operations.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-33
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each
piece of paving equipment.
7. Description (geometric or narrative) of the scheduled sequence of
planing and of paving, and intended area of planing and of paving
for each day's work, must include the directions of proposed
planing and of proposed paving, sequence of adjacent lane
paving, sequence of skipped lane paving, intersection planing and
paving scheduling and sequencing, and proposed notifications
and coordinations to be timely made. The plan must show HMA
joints relative to the final pavement marking lane lines.
8. Names, job titles, and contact information for field, office, and plant
supervisory personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily
operations.
5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing
At least 2 Working Days before the first paving operation and the first
planing operation, or as scheduled by the Engineer for future paving and
planing operations to ensure the Contractor has adequately prepared for
notifying and coordinating as required in the Contract, the Contractor must
be prepared to discuss that day's operations as they relate to other entities
and to public safety and convenience, including driveway and business
access, garbage truck operations, transit operations and working around
energized overhead wires, school and nursing home and hospital and other
accesses, other contractors who may be operating in the area, pedestrian
and bicycle traffic, and emergency services. The Contractor, and
Subcontractors that may be part of that day's operations, must meet with
the Engineer and discuss the proposed operation as it relates to the
submitted planing plan and paving plan, approved traffic control plan, and
public convenience and safety. Such discussion includes, but is not limited
to:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-34
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily
operations.
b. In intersections, how to break up the intersection, and
address traffic control and signalization for that
operation, including use of peace officers.
C. The sequencing and scheduling of paving operations
and of planing operations, as applicable, as it relates to
traffic control, to public convenience and safety, and to
other contractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and
coordinating with other entities and the public as
necessary.
e. Description of the sequencing of installation and types
of temporary pavement markings as it relates to
planning and to paving.
f. Description of the sequencing of installation of, and the
removal of, temporary pavement patch material around
exposed castings and as may be needed.
g. Description of procedures and equipment to identify
hidden metal in the pavement, such as survey
monumentation, monitoring wells, street car rail, and
castings, before planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the
planing, paving, and related operations.
Description of sequencing of traffic controls for the process of
rigid pavement base repairs.
Other items the Engineer deems necessary to address.
2. Paving — additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to
be used. If more pieces of equipment than personnel are
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-35
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
proposed, describe the sequencing of the personnel
operating the types of equipment. Discuss the continuance
of operator personnel for each type equipment as it relates to
meeting Specification requirements.
C. Number of JMFs to be placed, and if more than one JMF
how the Contractor will ensure different JMFs are
distinguished, how pavers and MTVs are distinguished if
more than one JMF is being placed at the time, and how
pavers and MTVs are cleaned so that one JMF does not
adversely influence the other JMF.
d. Description of contingency plans for that day's operations
such as equipment breakdown, rain out, and Supplier
shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing,
and other sampling and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in
accordance with Section 5-02.3. Unless otherwise approved by the
Engineer, apply the fog seal prior to opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans
or where staked by the Engineer. The Work shall be performed in
accordance with Section 5-04.
5-04.3(17) Construction Joint Sealing (New Section)
Transverse Joints — Joints between new and existing asphalt shall be
sealed within 5 calendar days after final rolling of the final lift of HMA. The
seal shall be CSS-1 emulsified asphalt. The emulsified asphalt shall be
placed in a way to be smooth and flush with roadway surface with minimal
overbanding. This work is considered incidental to the bid item "HMA
Cl. 1 /2" PG 64-22."
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-36
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
5-04.3(18) Adjusting Utility Covers and Monument Cases to Final
Grade (New Section)
The following Section only applies to existing utility covers and monument
cases covered by HMA. The work shall be completed after the final rolling
of the final list of HMA. The work consists of locating and marking these
features and then adjusting them to final grade.
The Contractor shall locate all utility covers and monument cases covered
by HMA immediately after paving operations are complete for a street
and/or street segment. Each location shall be marked with paint and identify
the type of buried feature. The Contractor shall completely expose all water
valve boxes and gas valves for access within 5 calendar days after final
rolling of the final lift of HMA.
5-04.3(19) Temporary Pavement Marking (New Section)
The furnishing and installing of temporary pavement marking shall be as
described in Section 8-23. For this contract, all temporary pavement
marking is considered short duration.
5-04.4 Measurement
HMA Cl. PG will be measured by the ton in accordance with Section
1-09.2, with no deduction being made for the weight of asphalt binder,
mineral filler, or any other component of the mixture. If the Contractor elects
to remove and replace mix as allowed by Section 5-04.3(11), the material
removed will not be measured.
Pavement repair excavation will be measured by the square yard of surface
marked prior to excavation.
Planing bituminous pavement will be measured by the square yard.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included
in the Proposal:
"HMA Cl. PG " per ton.
The unit contract price per ton for "HMA Cl. PG " shall include the
cost for all labor, materials, equipment and tools for furnishing, placing,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-37
SPECIAL PROVISIONS - Continued
1 compacting and constructing asphalt pavement including mix design, anti-
2 strip determination, mix design verification, preparation of untreated
3 roadway, removing plastic traffic marking, removing RPMs, removing
4 permanent striping, anti -stripping additive, soil residual herbicide, asphalt
5 for tack coat, HMA pavement, HMA for preleveling, HMA transition sections,
6 HMA ramps, HMA driveways/approaches, spreading and finishing, water,
7 compaction, sealing all cold joints with asphalt sealant (and sand blanket to
8 alleviate tracking), removal of temporary pavement markings, and all other
9 incidentals necessary for a complete paving system to the lines, cross
10 section and grades in accordance with the Plans. It shall also include the
11 cost of adjusting all existing and new Contracting Agency owned castings
12 including, but not limited to, manholes, catch basins, junction boxes,
13 monuments, and valve boxes to grade unless a specific bid item has been
14 listed in the proposal for this work.
15
16 The unit contract price per ton for "HMA Cl. PG " shall be full
17 compensation for all costs incurred to carry out the requirements of Section
18 5-04 except for those costs which are included in other items which are
19 included in this Subsection and which are included in the Proposal.
20
21 "Planing Bituminous Pavement," per square yard.
22
23 The unit contract price per square yard for "Planing Bituminous Pavement"
24 shall be full payment for all costs incurred to perform the Work described in
25 Section 5-04.3(14) and shall include all costs to plane the asphalt (full
26 depth), grade, load, haul, stockpile, and/or wastehaul the material.
27
28 "Pavement Repair Excavation, Incl. Haul," per square yard.
29
30 The unit contract price per square yard for "Pavement Repair Excavation,
31 Incl. Haul" shall be full payment for all costs incurred to perform the work
32 described in Section 5-04.3(4) with the exception; however, that all costs
33 involved in the placement of HMA shall be included in the unit contract price
34 per ton for "HMA Cl. PG "
35
36 "Job Mix Compliance Price Adjustment," by calculation.
37
38 "Job Mix Compliance Price Adjustment" will be calculated and paid for as
39 described in Section 5-04.3(9)C6.
40
41 "Compaction Price Adjustment," by calculation.
42
43 "Compaction Price Adjustment" will be calculated and paid for as described
44 in Section 5-04.3(10)D3.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 5-38
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
6-07 PAINTING
6-07.1 Description
This Section is supplemented with the following:
This work shall consist of painting systems and colors for metal elements
as shown on the Plans.
6-07.2 Materials
This Section is supplemented with the following:
Paint materials shall comply with the requirements in Section 9-08 unless
described otherwise in this section.
Powder Coating Paint System
The powder coating paint system shall be composed of exterior grade pure
polyester TGIC, dry powder including resins and pigments in accordance
with requirements of AAMA 605.2, and shall have the following
characteristics:
Glossy
Surface
Semi -Gloss
Surface
Mat Surface
Thickness
2.5-3.5
mils/60-90
2.5-3.5 mils/60—
90
2.5-3.5
mils/60-90
Gloss(')
80-90
55-70
15-25
Cross Hatch Adhesion (2)
Pass 100%
Pass 100%
Pass 100%
Mandrel Bending (3)
1/8"/3 mm
5/32"/4 mm
3/16"/5 mm
Erichsen Cupping
ISO 1520
5/16"/8 mm
1/4"/7 mm
3/16"/5 mm
Impression Hardness(4)
95
95
95
Impact Test(5)
Up to 160"/Ib.
Up to 160"/lb.
Up to 160"/lb.
Pencil Hardness(6)
2H min.
2H min.
2H min.
Dry Mill Test
OK
OK
OK
Salt Spray Test(')
1500 h test,
max. undercut
1/16"/1 mm
1500 h test,
max. undercut
1/16"/1 mm
1500 h test,
max. undercut
1/16"/1 mm
Humidity Resistance(8)
1500 h test,
min. blisters
1/16"/1 mm
1500 h test, min.
blisters
1/16"/1 mm
1500 h test,
min. blisters
1/16"/1 mm
Key: (1) Gloss According to Gardner 60 degrees, ASTM D523.
(2) Cross Hatch Adhesion, ASTM D3359, Method B.
(3) Mandrel Bending Test, ASTM D522.
(4) Impression hardness, ASTM B3363.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 6-1
SPECIAL PROVISIONS - Continued
1 (5)
Impact Test, ASTM D2794; (0.1) inch distortion.
2 (6)
Pencil Hardness, ASTM B3363.
3 (7)
Salt spray Resistance Test, ASTM B117.
4 (8)
Humidity Resistance Test, ASTM D2247.
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
Paint Color/Paint Sys ern Table
Specification
Paint
Section
Item
Color
Paint System
9-29.6(1)A
Decorative
RAL
Refer to specification below
Signal Poles
9005TX
Type II and III
"Jet Black"
and associated
sub -assemblies
and terminal
cabinets
9-29.6(1)B
Decorative
RAL
Refer to specification below
Luminaire
9005TX
Poles and
"Jet Black"
Bases
9-29.6(1)C
Decorative
RAL
Refer to specification below
Signal Poles
9005TX
Type PPB and
"Jet Black"
associated sub-
assemblies
9-29.10(2)
Decorative
RAL
Refer to specification below
Luminaires
9005TX
"Jet Black"
9-29.18(3)
Video Detection
RAL
Refer to specification below
System
9005TX
"Jet Black"
Decorative Signal and Luminaire Poles and Sub -Assemblies Paint
Specifications
Steel poles and sub -assemblies shall be factory galvanized, primed and
painted with polyester.
Powder coating per Section 6-07 and Section 9-08 of the Standard
Specifications. The Contractor is to purchase a one gallon sample from the
pole manufacturer for use as a color match for the Engineer's approval prior
to factory finish coating.
Decorative Luminaires, Terminal Cabinets, and Video Detection
Systems Paint Specifications
All decorative luminaire housings, signal pole terminal cabinets shall be
factory primed and painted with polyester powder coating to meet ASTM-13-
117/D-2247 requirements to salt spray and humidity resistance. The video
City of Renton
Renton Avenue South Resurfacing
G&O #17534 6-2
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
detection system mounting hardware shall be painted by manufacturer's
recommendations. The Contractor shall provide a sample to the Engineer
for approval prior to factory finish coating. Contractor shall provide one
gallon of touch-up paint to the City.
Galvanizing
All fabricated steel components and materials to be galvanized per
ASTM 123. All steel hardware components and materials to be galvanized
per ASTM 153.
Aluminum materials surface shall be prepared per ASTM D1730 — 09 and
factory powder coated per Section 9-08.2 of the Standard Specifications.
6-07.3 Construction Requirements
This Section is supplemented with the following:
Apply entire finish system in the shop. Hold back finish system at all welded
areas. Bolted connections should be primed with a zinc -based primer
compatible with the approved paint system.
Field touch-up painting shall consist of matching specified priming and
painting for all damaged and field repaired areas. Field welds and abrasions
should be touched up after installation. Touch up surface preparation with
a zinc -based primer compatible with the approved paint system,
2.5 to 3.5 mils DFT.
Preparation, cleaning, priming, shop painting, and field touch-up for all
fabricated decorative exterior metal work will be incidental to the associated
bid items.
Immediately remove coatings that fall on surrounding areas and surfaces
not scheduled to be coated.
6-07.3(11) Painting or Powder Coating of Galvanized Surfaces
6-07.3(11)A Painting of Galvanized Surfaces
This Section is supplemented with the following:
Clean surfaces to be powder coated in accordance with manufacturer's
written instructions for surface preparation.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 6-3
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
Install powder coatings in accordance with applicable codes and regulations
and manufacturer's written instructions.
Applications of powder coating materials shall be performed in shop
conditions, except for touch-ups approved in advance by the Engineer.
Finished surfaces shall be fully and uniformly coated without pinholes,
bubbles, sag, runs, lumps, marks, or discoloration.
Surface finish shall be of consistent and uniform color, texture, and gloss to
match the approved sample.
After powder coating has been in place for at least 15 days, and within
30 days of Substantial Completion, check all powder -coated surfaces for
damage, missed areas, and discoloration.
Prepare surfaces, and touch up damaged, missed, and discolored areas to
bring coating system to full dry film thickness in color and gloss matching
that of adjacent coated areas.
6-07.5 Payment
This Section is supplemented with the following:
The cost for all painting and powder coating finishes shall be included in the
related bid items that receive the painting and finishes. No separate
payment will be made.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 6-4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
7-04 STORM SEWERS
7-04.2 Materials
The first paragraph of this Section is revised as follows:
Unless a pipe material is specifically called out on the Plans, materials
shall meet the following requirements.
Size
Pipe Material Allowed
Specification
6 — 12"
Polypropylene Storm Sewer Pipe
9-05.24(2)
Ductile Iron Pipe
9-05-13
Corrugated Polyethylene Storm Sewer Pipe (CPEP)
9-05.20
Where bends are specifically called out on the plans, they shall be of the
same material and manufacturer as the main pipe and meet the
manufacturer's recommendations.
The second paragraph of this Section is supplemented as follows:
The Contractor shall require pipe suppliers to furnish certificates signed by
their authorized representative, stating the specifications to which the
materials or products were manufactured. The Contractor shall provide
two copies of these certifications to the Engineer for approval. Certificates
showing nonconformance with the Contract shall be sufficient evidence for
rejection. Approval of certificates shall be considered only as tentative
acceptance of the materials and products, and such action by Engineer
will not relieve Contractor of his/her responsibility to perform field tests
and to replace or repair faulty materials, equipment, and/or workmanship
and Contractor's own expense.
This Section is supplemented with the following:
Dense foam shall meet 9-05.52 of these Special Provisions.
Direct Pipe Tee Connections
Direct pipe tee connections for use in gravity -flow sewer and storm
drainage direct connections to pipe shall be Inserta Tee service
connections, as manufactured by Inserta Tee and shall meet ASTM
F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band.
Connection shall be a compression fit into the cored wall of a mainline
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-1
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
pipe. Hub shall be made from heavy-duty PVC material. Stainless steel
clamping assembly shall be of SS #301 for the band and housing and SS
#305 for screws. Rubber sleeve and gasket, when applicable, shall meet
the requirements of ASTM F477. Gaskets shall be installed by the
manufacturer. A water -based solution provided by the manufacturer shall
be used during assembly. Inserta Tee product shall provide a water
connection according to the requirements of ASTM D3212.
7-04.3(1) Cleaning and Testing
This Section is supplemented with the following:
Before testing begins and in adequate time to obtain approval through
submittal process, prepare and submit test plan for approval by Engineer.
Include testing procedures, methods, equipment, and tentative schedule.
Obtain advance written approval for any deviations from Drawings and
Specifications.
Repair, correct, and retest sections of pipe which fail to meet specified
requirements when tested.
Perform testing as work progresses. Schedule testing so that no more
than 1,000 linear feet of installed pipeline remains untested at one time.
Perform testing under observation of Engineer or Inspector.
Schedule testing during no rain. Plug the lower end of the pipe if needed
to test pipe.
All pipe larger than 30-inch diameter shall have joints individually tested
for Joint Tightness. Prior to final backfill, all joints shall be individually
tested using low-pressure air per ASTM C1103. For the installation of any
flexible pipe larger than 30-inches in diameter, the Contractor shall retain
the services of a pipe manufacturer representative, knowledgeable in the
installation methods and practices for the specific pipe product used on
this project, as well as on the installation practices for flexible pipelines in
general. The manufacturer's representative shall be present full time on
site during the construction of the first 300 feet of pipe installation, and
part-time, as required, thereafter until the entire pipeline installation is
complete. The manufacturer's representative shall observe pipe
foundation, pipe installation, placement and compaction of pipe zone
bedding and backfill, and testing procedures. The manufacturer's
representative shall notify Engineer and Contractor of any non -conforming
installation, identifying the manufacturer recommended corrective
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-2
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
action(s), within 24 hours of such occurrence. All flexible pipe shall be
tested for maximum pipe deflection by pulling a rigid mandrel through the
entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall
not exceed 5%. Mandrel testing shall conform to ASTM D3034, and be
performed no sooner than 30 days after backfilling and prior to final
acceptance testing of the segment. Submit test results to the Engineer.
1. Rigid mandrel shall have outside diameter (O.D.) equal to
95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe,
for purpose of determining outside diameter of mandrel, shall be
average outside diameter minus two minimum wall thicknesses for
O.D. controlled pipe and average inside diameter for I.D. controlled
pipe, dimensions shall be per appropriate standard. Statistical or
other "tolerance packages" shall not be considered in mandrel
sizing.
2. Rigid mandrel shall be constructed of metal or rigid plastic material
that can withstand 200 psi without being deformed. Mandrel shall
have nine or more "runners" or "legs" as long as total number of
legs is odd number. Barrel section of mandrel shall have length of
at least 75 percent of inside diameter of pipe. Rigid mandrel shall
not have adjustable or collapsible legs which would allow reduction
in mandrel diameter during testing. Provide and use proving ring for
modifying each size mandrel.
3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-
thick, 3-inch-wide bar steel to diameter 0.02 inches larger than
approved mandrel diameter.
4. If a rigid mandrel is not available, the Contractor may substitute a
round steel bar meeting #3 above.
"Testing Storm Sewer Pipe," per linear foot shall be incidental to and
included in storm sewer pipe bid items.
7-04.3(1)A General
This Section is supplemented with the following:
All lines shall be flushed clean of all debris prior to acceptance. The
debris shall be intercepted and collected at the nearest downstream point
of access. The material shall then be loaded and wastehauled to a
Contracting Agency approved dumpsite.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-3
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
7-04.3(3) Direct Pipe Connections
This Section is a new added section as follows:
Field Pipe and Joint Performance: To assure water tightness, field
performance verification may be accomplished by testing in accordance
with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate safety
precautions must be used when field-testing any pipe material. Contact
the manufacturer for recommended leakage rates.
Installation: Installation shall be accordance with the manufacturer's
recommended installation guidelines. Backfill around the Inserta Tee
service connection shall be, at a minimum, of the same material type and
compaction level as specified for the mainline pipe installation.
7-04.5 Payment
Delete all paragraphs under this section and replace with the following:
Payment will be made in accordance with Section 1-04.1, for each of the
following bid items that are included in the Proposal:
Storm Sewer Pipe, In. Diam. (Incl. Bedding)," per linear foot.
The unit contract price per linear foot of " Storm Sewer Pipe, In.
Diam. (Incl. Bedding)" shall constitute full compensation for all labor,
materials, tools, equipment, transportation, supplies, and incidentals
required to complete all work to furnish and install this item to include, but
not limited to, excavation, pipe bedding, backfill with suitable native
material, compaction, removal and wastehaul of excess or unsuitable
trench excavation material, dewatering, bypass pumping and maintaining
storm sewer flows, connections to existing and new systems, flushing and
cleaning.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-4
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7-05.3 Construction Requirements
This Section is supplemented with the following:
The Contractor shall construct all manholes and catch basins from precast
concrete bases and risers. Cast -in -place concrete bases shall only be
used for "straddle" of existing systems and shall be watertight.
In areas of new and existing pavement, the grate rim elevation shall be
set to promote drainage flow. In unimproved areas, the rim elevations
shall be set 2 inches above finished grade unless otherwise shown on the
Plans.
Dewatering shall be per Section 7-08.3(1).
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
This Section is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing
manholes, catch basins, or inlets shall be adjusted to the grade as staked
or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin
frame and grate shall first be removed and thoroughly cleaned for
reinstalling at the new elevation. From that point, the existing structure
shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment
space for setting cover and casting to a finished grade as shown on the
Construction Plans. Manhole ring and covers shall be adjusted to the
finished elevations per standard detail 400.1, prior to final acceptance of
the Work. Manholes in unimproved areas shall be adjusted to 6" above
grade.
In unpaved streets: manholes, catch basins, and similar structures in
areas to be surfaced with crushed rock or gravel shall be constructed to a
point approximately eight inches below the subgrade and covered with a
temporary wood cover. Existing manholes shall be cut off and covered in
a similar manner. The Contractor shall carefully reference each manhole
so that they may be easily found upon completion of the street Work.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-5
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
After placing the gravel or crushed stone surfacing, the manholes and
manhole castings shall be constructed to the finished grade of the
roadway surface. Excavation necessary for bringing manholes to grade
shall center about the manhole and be held to the minimum area
necessary. At the completion of the manhole adjustment, the void around
the manhole shall be backfilled with materials which result in the section
required on the typical roadway section, and be thoroughly compacted.
In cement concrete pavement: manholes, catch basins, and similar
structures shall be constructed and adjusted in the same manner as
outlined above except that the final adjustment shall be made and cast
iron frame be set after forms have been placed and checked. In placing
the concrete pavement, extreme care shall be taken not to alter the
position of the casting in any way.
In asphalt concrete pavement: manholes shall not be adjusted until the
pavement is completed, at which time the center of each manhole shall be
carefully located from references previously established by the Contractor.
The pavement shall be cut in a restricted area and base material shall be
removed to permit removal of the cover per Standard Plan — 106 except
note 1 shall be replaced with "REMOVE PAVEMENT AND BASE
MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER
OF THE FRAME PLUS ONE FOOT. ADJUST CASTING FRAME TO
PAVEMENT SURFACE USING RISER RINGS AND MORTAR." The
manhole shall then be brought to proper grade utilizing the same methods
of construction as for the manhole itself. The cast iron frame shall be
placed on a full course of mortar and adjusted to finish grade. The
excavated material shall be replaced and completed per the City of
Renton Standard Plan 106 in the Plans. The complete patch shall match
the existing paved surface for texture, density and uniformity of grade.
The joint between the patch and the existing pavement shall then be
carefully painted with hot asphalt cement or asphalt emulsion and shall be
immediately covered with dry paving sand before the asphalt cement
solidifies per Standard Plan 106. All joints between the cone, adjustment
rings, and frame shall be fully mortared and struck clean with a trowel.
The use of shims, wedges, or blocks is prohibited.
Adjustment of inlets: The final alignment and grade of cast iron frames for
new and old inlets to be adjusted to grade will be established from the
forms or adjacent pavement surfaces. The final adjustment of the top of
the inlet will be performed in similar manner to the above for manholes.
On asphalt concrete paving projects using curb and gutter section, that
portion of the cast iron frame not embedded in the gutter section shall be
solidly embedded in concrete also. The concrete shall extend a minimum
of six inches beyond the edge of the casting and shall be left 2 inches
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-6
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
below the top of the frame so that the wearing course of asphalt concrete
pavement will butt the cast iron frame. The existing concrete pavement
and edge of the casting shall be painted with hot asphalt cement.
Adjustments in the inlet structure shall be constructed in the same manner
and of the same material as that required for new inlets. The inside of the
inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: monuments and monument
castings shall be adjusted to grade in the same manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in
the same manner as for manholes.
7-05.3(2)A Abandon Existing Storm Sewer Pipes
This Section is a new section:
Where it is required that an existing storm sewer pipe be abandoned (or
portions of pipe installed as part of this project which are to be abandoned
as shown on the Plans), the structure shall be broken down to a depth of
at least 4 feet below the revised surface elevation, all connections
plugged, the manhole base shall be fractured to prevent standing water,
and the manhole filled with sand and compacted to 90 percent density as
specified in Section 2-03.3(14)C. Debris resulting from breaking the
upper part of the manhole may be mixed with the sand subject to the
approval of the Engineer. The ring and cover shall be salvaged and all
other surplus material disposed of.
A cement -based grout shall be used to fill the void of the abandoned
storm sewer pipe. The grouting material must have a strength of at least
100 psi and shall have flow characteristics appropriate for filling a storm
sewer. The grout mix designed and method of installation shall be
approved by the Engineer prior to beginning the operation (See
Section 9-03.22).
7-05.3(3) Connections to Existing Catch Basins
This Section is supplemented by adding the following:
Where shown on the Plans, new drain pipes shall be connected to
existing line, catch basin, curb inlets and/or manholes. The Contractor
shall be required to core drill into the structure, shape the new pipe to fit
and re -grout the opening in a workmanlike manner. Where directed by
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-7
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
the Engineer or where shown on the Plans, additional structure
channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled.
Couplings shall be equal to "Kor-n-Seal" boots. Existing sanitary sewer
manholes shall be cleaned, repaired, and re -channeled as necessary to
match the new pipe configuration and as shown on the Construction
Plans.
A "connection to existing" item will be allowed at any connection of a new
line to an existing structure, or the connection of a new structure to an
existing line. No "connection to existing" will be accepted at the location
of new installation, relocation and adjustment of line manholes, catch
basins, or curb inlets.
Any damage to existing pipe or structure that is to remain in place
resulting from the Contractor's operations shall be repaired or replaced at
her/his own expense.
The unit bid price per each shall be full compensation for all labor,
materials and equipment required.
7-05.5 Payment
Delete all paragraphs under this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1, for each of the
following bid items that are included in the Proposal:
"Catch Basin, Type 1," per each.
The unit contract price per each for "Catch Basin, Type 1" shall constitute
full compensation for all labor, materials, tools, equipment, transportation,
supplies, and incidentals required to complete all work to furnish and
install this item to include, but not limited to, lids, frames and grates, slip
resistant lids where indicated on the Plans, structure excavation,
foundation gravel, backfill with suitable native material, compaction,
removal and wastehaul of excess or unsuitable excavated material, pipe
connection, dewatering, bypass pumping and maintaining stormwater
flows, adjusting to finished grade.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-8
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
"Adjust Catch Basin," per each.
"Adjust Manhole," per each.
The unit contract price per each for "Adjust Catch Basin" or "Adjust
Manhole" shall include all costs to adjust the existing structures to the
finished grade including, but not limited to, sawcutting, wastehaul,
furnishing and installing adjustment rings and blocks, HMA patch and
concrete. The cost for temporary or other adjustment not to final grade
shall be considered incidental to the Project and as such merged into the
items bid. The cost for replacing existing frames, grates, rings, and/or lids
with new frames, grates, rings, and/or lids on existing structures (where
noted on the Plans) including but not limited to supplying and installing all
materials, labor, and equipment, removal, salvage, and/or wastehaul of
existing frames, grates, etc., as referenced on the Plans and specified
herein, shall be included in the unit contract price per each for "Adjust
Catch Basin" or "Adjust Manhole."
7-07 CLEANING EXISTING DRAINAGE STRUCTURES
7-07.4 Measurement
Delete this Section and replace with the following:
No specific unit of measurement will apply to cleaning existing drainage
structures.
7-07.5 Payment
Delete this Section and replace with the following:
No separate or additional payment will be made for cleaning existing
drainage structures. This work shall be considered incidental and shall be
included in the various unit and lump sum contract prices.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-9
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.2 Materials
This Section is supplemented with the following:
The pipe used on this project shall be the type and size specified on the
Plans.
Bank run gravel for trench backfill shall meet the requirements of
Section 9-03.19.
7-08.3 Construction Requirements
7-08.3(1)A Trenches
This Section is supplemented by adding the following:
To minimize trench subgrade disturbance during excavation, all trench
excavation for new storm drain shall done with a smooth -edge bucket
rather than a toothed bucket.
All trench excavated materials shall be disposed of off -site at an approved
Contractor -provided disposal site. Excavation outside the excavation limits
shown on the plan drawings shall be at no additional expense to the City.
Trench Excavation Incl. Haul includes the trench excavation for the storm
sewer, sanitary sewer, and water main construction in accordance with
the trench limits outlined on the plan drawings. All trench excavated
materials shall be disposed of off -site at an approved Contractor -provided
disposal site. Excavation outside the excavation limits shown on the plan
drawings shall be at no additional expense to the City.
Contaminated Trench Excavation includes the trench excavation of
materials characterized as contaminated based on sampling results for
the storm sewer, sanitary sewer, and water main construction and in
accordance with the trench limits outlined on the plan drawings. This
excavated soil shall be managed in accordance with applicable state and
federal regulations outlined in the Contract Documents. Handling and
disposal of materials shall adhere to all transportation requirements,
receive pre -approval from a disposal facility, manifesting, and record
keeping, etc., as outlined in the Contractor's Contaminated Soil and
Groundwater Handling and Management Plan. The excavations will
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-10
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
require a shoring system to limit the volume of excavation. Excavation
outside the trench limits shown on the plan drawings shall be at no
additional expense to the City.
It is not anticipated that solid rock will be encountered. Should such
material be encountered, the excavation, removal and wastehaul will be
paid for by change order per Section 1-04.4. Boulders or broken rock less
than 2 cubic yards in volume, shall not be classified as rock, nor will so-
called "hard -pan" or cemented gravel, even though it may be
advantageous to use special equipment in its removal.
Trench excavation shall also include wastehauling all excess and/or
unsuitable material encountered, including but not limited to, abandoned
pipelines, concrete, asphalt, tree stumps, trees, logs, abandoned rail ties,
piling, and riprap.
The Contractor shall furnish all equipment necessary to dewater the
excavation. Before operations begin, the Contractor shall have sufficient
pumping equipment and/or other machinery available on site to assure
that the operation of any dewatering system can be maintained.
The Contractor shall dispose of the water in such a manner as not to
cause a nuisance or menace to the public, and comply with all codes,
regulations, and ordinances of applicable governing authorities with
regard to drilling, dewatering, and erosion control.
The release of groundwater to its static level shall be performed in such a
manner as to maintain the undisturbed state of the natural foundation soil,
prevent disturbance of backfill and prevent movement of structures and
pipelines.
The dewatering system shall be installed and operated by the Contractor
so that the groundwater level outside the excavation is not reduced to the
extent that would damage or endanger adjacent structures or property.
Should settlement of the surrounding area and/or structures be observed,
the Contractor shall cease dewatering operations and implement
contingency plans. The cost of repairing any damage to adjacent
structures, underground facilities or utilities and satisfactory restoration of
above ground facilities to include fences, paving, concrete, etc., shall be
the responsibility of the Contractor.
The Contractor shall be required to comply with all conditions and
requirements mandated by the Department of Ecology for the
construction, operation, and decommissioning of dewatering facilities.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-11
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The Contractor shall obtain approved grading and filling permits for all
spoils material sites, from the Contracting Agency, County, or both as
required. These permits shall be secured and paid for by the Contractor.
7-08.3(1)B Shoring
This Section is supplemented by adding the following:
Temporary shoring shall be designed to resist the lateral earth pressure
resulting from the soil and ground water as well as any traffic and /or
construction surcharge loads. A shoring and excavation plan shall be
submitted to the City prior to the Preconstruction Conference for review
and approval. The plan shall outline the specific measure to be taken for
temporary support and the protection of utilities and structures. The
shoring plan shall be prepared by a Professional Engineer and shall cover
shoring for all pipe and structures. The shoring plan shall identify
precautions to be taken during removal of the shoring to minimize
disturbances of the pipe and underlying bedding materials, and native
soils.
All new storm drain installed shall be shored. Minimum shoring technique
shall be trench box. More extensive shoring may be needed in areas
working in close proximity to other utilities. Contractor is responsible for
using shoring system capable of protecting adjacent utilities.
In areas of soft or loose soils with sloughing potential, a trench box shall
not be used as it does not provide adequate sidewall support or protection
for existing utilities. Alternative shoring systems for utility protection,
trench support or to minimize the area affected by trench excavation
include steel plates with adjustable or hydraulic bracing, or interlocking
sheet piles with internal bracing.
Precautions shall be taken during the removal of the shoring to minimize
disturbance of the pipe, underlying bedding materials, and native soils.
7-08.3(1)C Bedding the Pipe
This Section is supplemented by adding the following:
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea
gravel consistent with Section 9-03.12(3). It shall be placed to a depth of
6" over and 6" under the exterior walls of the pipe.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-12
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
For all pipe bedding, hand compaction of the bedding materials under the
pipe haunches will be required. Pipe bedding should provide a firm
uniform cradle for support of the pipes. Prior to installation of the pipe, the
pipe bedding should be shaped to fit the lower part of the pipe exterior
with reasonable closeness to provide uniform support along the pipe.
Hand compaction shall be accomplished by using a suitable tamping tool
to firmly tamp bedding material under the haunches of the pipe. Care
shall be taken to avoid displacement of the pipe during the compaction
effort.
Pipe bedding material should be used as pipe zone backfill and placed in
layers and tamped around the pipes to obtain complete contact.
Bedding material shall meet the requirements of Gravel backfill for Pipe
Zone Bedding in accordance with Standard Specification
Section 9-03.12(3). Pipe bedding shall be considered incidental to the
pipe and no further compensation shall be made.
In areas where the subgrade soils in the trench excavation consist of fine-
grained soils, such as silt/clay, or organic rich soils, the Engineer may
direct the Contractor to use a geotextile separator fabric be placed over
the native soils prior to placement of the pipe bedding. The geotextile
shall meet the requirements of Section 9-33.2(1) Table 3 for Separation.
Geotextile shall be paid for by other items.
7-08.3(1)D Pipe Foundation
Section 7-08.3(1)D is a new section:
Pipe foundation in poor soil: When soft or unstable material is
encountered at the subgrade which, in the opinion of the Engineer, will not
uniformly support the pipe, such material shall be excavated to an
additional depth as required by the Engineer and backfilled with
foundation gravel material placed in maximum 12-inch lifts. Foundation
gravel shall be CSBC and conform to the requirements of Section 9-
03.9(3) of the Standard Specifications.
Corrections faulty grade: Excess
backfilled with foundation gravel e
compacted to the required grade line.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-13
excavation below grade shall be
specified above and thoroughly
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
7-08.3(2)A Survey Line and Grade
This Section is replaced with:
Survey line and grade control shall be provided in accordance with
Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted
practices.
The Contractor shall transfer line and grade into the trench where they
shall be carried by means of a laser beam. Any other procedure shall
have the written approval of the Engineer.
7-08.3(2)B Pipe Laying — General
This Section is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations
from measurements on the top of the pipe, or by looking for ponding of
1/2" or less, which indicates a satisfactory condition. At manholes, when
the downstream pipe(s) is of a larger size, pipe(s) shall be laid by
matching the (eight -tenths) flow elevation, unless otherwise approved by
the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against
damage, impact shocks, and free fall. All pipe handling equipment shall
be acceptable to the Engineer. Pipe shall not be placed directly on rough
ground but shall be supported in a manner, which will protect the pipe
against injury whenever stored at the trench site or elsewhere. No pipe
shall be installed where the lining or coating show defects that may be
harmful as determined by the Engineer. Such damaged lining or coating
shall be repaired, or a new undamaged pipe shall be furnished and
installed.
The Contractor shall inspect each pipe and fitting prior to installation to
ensure that there are not damaged portions of the pipe. Any defective,
damaged, or unsound pipe shall be repaired or replaced. All foreign
matter or dirt shall be removed from the interior of the pipe before
lowering into position in the trench. Pipe shall be kept clean during and
after laying. All openings in the pipeline shall be closed with watertight
expandable type sewer plugs at the end of each day's operation, or
whenever the pipe openings are left unattended. The use of burlap,
wood, or other similar temporary plugs will not be permitted.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-14
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Where necessary to raise or lower the pipe due to unforeseen
obstructions or other causes, the Engineer may change the alignment
and/or the grades. Except for short runs, which may be permitted by the
Engineer, pipes shall be laid uphill on grades that exceed 10 percent.
Pipe, which is laid on a downhill grade, shall be blocked and held in place
until sufficient support is furnished by the following pipe to prevent
movement.
Unless otherwise required, all pipe shall be laid straight between the
changes in alignment, and at uniform grade between changes in grade.
For concrete pipes with elliptical reinforcement, the pipe shall be placed
with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket
placement shall be checked with a feeler gage as approved by the pipe
manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
This Section is supplemented as follows:
Care shall be taken by the Contractor to avoid over pushing the pipe and
damaging the pipe or joint system. Any damaged pipe shall be replaced
by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
This Section is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done
utilizing pre -manufactured tee connectors or pipe sections approved by
the Engineer. Any other method or materials proposed for use in making
connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral
sewers to existing mains shall be made through a cast iron saddle
secured to the sewer main with stainless steel bands. When the existing
main is constructed of PVC, plain or reinforced concrete, cast or ductile
iron pipe, the existing main shall be core drilled. When the existing main
is constructed of vitrified clay, the main shall be re -sectioned with flexible
couplings, Fernco or approved equal.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-15
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Connections (unless booted connections have been provided for) to
existing concrete manholes shall be per Section 7-05.3(3).
7-08.3(2)J Placing PVC Pipe
This Section is an added new section:
In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall
be laid beginning at the lower end, with the bell end upgrade. Gravel
Backfill for Pipe Zone Bedding will be used as the bedding material and
extend from 6" below the bottom of the pipe to 6" above the top of the
pipe. When it is necessary to connect to a structure with a mudded joint a
rubber gasketed concrete adapter -collar will be used at the point of
connection.
7-08.3(3)A Backfilling Pipe Trenches
This Section is a new section supplementing 7-08.3(3):
To the maximum extent available, suitable material obtained from trench
or pond excavation shall be used for trench backfill. All material placed as
trench backfill shall be free from rocks or stones larger than 6 inches in
their greatest dimension, brush, stumps, logs, roots, debris, and organic
or other deleterious materials. No stones or rock shall be placed in the
upper three feet of trench backfill. Rock or stones within the allowable
size limit incorporated in the remainder of fills shall be distributed so that
they do not congregate or interfere with proper compaction.
The existing soils shall not be reused as trench backfill unless otherwise
required by the Engineer. Structural fill shall consist of Gravel Borrow,
meeting the requirements of Section 9-03.14(1) of the Standard
Specifications. It should be free of gravel, organics and other debris. The
structural trench backfill should be moisture conditioned to within
approximately 3 percent of optimum moisture content, placed in loose
horizontal lifts less than 6 inches in thickness, and compacted to at least
95 percent of the maximum dry density (MDD) as determined by the
Modified Proctor compaction test method ASTM D 1557.
Trench backfill shall be densely compacted in a systematic manner using
methods that consistently produce adequate compaction levels. During
placement of the initial lifts, the trench backfill material shall not be
bulldozed into the trench or dropped directly on the pipe. Heavy vibratory
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-16
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
equipment shall not permitted to operate directly over the pipe until a
minimum of 2 feet of backfill has been placed over the pipe bedding.
Contactor shall take special care to obtain good compaction up to the
edges of the excavation as the shoring is removed in accordance with the
Shoring Plan.
The Engineer may be on -site to collect soil samples and to test
compaction. The Contractor shall provide site access at all times for
compaction testing and sample collection. Areas of the trench which fail
to meet the compaction requirements shall be removed and replace and
re -compacted at the Contractor's expense.
The Contractor shall be responsible for any settlement of backfill, sub-
base, and pavement that may occur during the period stipulated in the
Contract conditions. All repairs necessary due to settlement shall be
made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of
maximum dry density as determined by the modified proctor compaction
test, ASTM D 1557.
The Contractor shall be responsible for the disposal of any excess
excavated material. Special care must be taken to obtain good
compaction up to the edges of the excavation as the shoring is removed.
Moreover, attention must be paid to ensuring good compaction around
manholes.
7-08.3(5) Television Inspection
This Section is a new section supplementing 7-08.3:
All storm drain main lines constructed as part of this project shall be
inspected by the use of a television camera before substantial completion.
The costs incurred in making the inspection shall be paid for under
"Television Inspection." In addition, the storm drains shall be free of water
during TV inspection.
The Contractor shall bear all costs incurred in correcting any deficiencies
found during television inspection, including the cost of any additional
television inspection that may be required by the Engineer to verify the
correction of said deficiency.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-17
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The Contractor shall be responsible for all costs incurred in any television
inspection performed solely for the benefit of the Contractor.
Once the "Television Inspection" has been completed, the Contractor shall
submit to the Engineer the written reports of the inspection plus the
inspection video recordings. Video recordings shall be in color and
provided on a CD or DVD that is viewable in Moving Picture Experts
Group (MPEG) format and compatible for viewing using Microsoft
Windows Media Player, Apple QuickTime Player, and Adobe Flash
Player. The video shall be compatible with GraniteXP, the City of Renton's
software for storing, viewing and managing inspection videos. The
Contractor shall use television inspection report forms as considered
industry standard and as approved by the Engineer, and provide
completed forms and video recordings of the completed "Television
Inspection" to the Engineer.
The Contractor shall also:
• Introduce water prior to starting the television inspection to allow
any sags in the pipe to be seen in the video.
• Mount a 1-inch ball in front of the camera head. The ball would be
seen rolling in the video and give a visual reference for the depth of
water.
• Ensure that the video references each storm pipe segment to the
upstream and downstream connecting structures.
The Contractor shall correct all deficiencies found during the video
inspection and demonstrate that the correction was made with an updated
inspection CCTV video. Maximum allowable ponding depth detected by
video inspection shall be 0.5 inches.
For apparent water tightness deficiencies identified by the video
inspection, the City may at its discretion accept the storm pipe line(s) for
which the Contractor demonstrates meet standards per Section 7-
04.3(1)E (Exfiltration Test — Storm Sewers) or 7-04.3(1)F (Low Pressure
Air Test).
7-08.4 Measurement
Delete all paragraphs under this Section and replace with the following:
Measurement for Trench Excavation, Incl. Haul will be per cubic yard in
accordance with the trench limits shown on the Plans.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-18
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Measurement of Bank Run Gravel for Trench Backfill will be per cubic
yard. The measurement shall be calculated in accordance with the trench
detail shown on the Plans. The Contractor shall provide the Contracting
Agency with truckload tickets at the end of each day to be used to support
the calculated quantities.
No specific unit of measurement will apply to the lump sum item Trench
Excavation Safety System.
No specific unit of measurement will apply to the lump sum item
"Television Inspection."
7-08.5 Payment
Delete all paragraphs under this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1, for each of the
following bid items that are included in the Proposal:
"Trench Excavation Safety Systems," lump sum.
The lump sum contract price for "Trench Excavation Safety Systems" shall
include all costs of furnishing, installing, maintaining, and removing those
items necessary to provide adequate safety systems for trench
excavation, as specified in Section 2 09.3(4). This item shall be paid
proportionate to the satisfactory installation of all facilities that require
trench excavation safety systems including pipeline, conduits, walls,
embankments, and structures as noted in the Proposal, or otherwise
required for the performance of this work.
"Television Inspection," lump sum.
The lump sum contract price for "Television Inspection" shall include all
costs of performing the television inspection per 7-08.3(5) and submitting
the written reports and video recordings to the Contracting Agency.
"Bank Run Gravel for Trench Backfill," per cubic yard.
The unit contract price per ton for "Bank Run Gravel for Trench Backfill"
shall constitute full compensation for all labor, materials, tools, equipment,
transportation, supplies, and incidentals required to complete all work to
furnish and install the imported trench backfill to include, but not limited to,
backfilling trenches, placing, shaping, compacting of the bank run gravel
backfill material.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-19
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
"Trench Excavation, Incl. Haul," per cubic yard.
The unit contract price per cubic yard for "Trench Excavation, Incl. Haul"
shall constitute full compensation for all labor, material, tools, equipment,
transportation, supplies and incidentals required to excavate, remove,
dewater, wastehaul, and dispose of the trench material.
All costs associated with furnishing and installing pipe bedding for
culverts, storm sewer, and sanitary sewer piping systems shall be
included into the unit contract price for the type and size of pipe installed.
All costs to providing dewatering as required shall be included into the unit
contract price for the type and size of pipe installed.
All costs of providing bypass pumping as required shall be included into
the unit contract price for the type and size of pipe installed.
All costs associated with excavation, stockpiling, backfilling, compacting,
and wastehauling of excavated native material shall be included in the unit
contract price for the type and size of pipe installed.
7-09 WATER MAINS
7-09.3(5) Grade and Alignment
Delete the first sentence of the third paragraph under this Section and replace it
with the following:
The depth of trenching for water mains shall be such as to give a
minimum cover of 36 inches over the top of the pipe unless otherwise
specified on the Plans.
This Section is supplemented with the following:
Except where necessary, in making connections with other lines and
unless authorized by the Contracting Agency, pipes shall be laid with bells
facing in the direction of laying. Bells shall be placed on the uphill side for
lines installed on an appreciable slope.
Water mains shall be laid on a continuous positive grade as shown on the
Plans to minimize the number of high or low points in the pipeline profile
unless approved by the Contracting Agency. The Contractor shall, based
on his review of the site and the Plans, note areas where additional depth
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-20
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
beyond the minimum pipe cover is required to avoid certain utility conflicts
and provide adequate bury at ditches, and adjust the pipeline profile
accordingly to maintain a continuous grade.
7-09.3(6) Existing Utilities
This Section is supplemented with the following:
Where shown on the Plans or where designated by the engineer, existing
pipes shall be plugged at all inlets for a distance of 2 diameters with
commercial concrete. In addition, the Contractor shall anticipate that all
inlets of existing pipes to be abandoned in place shall be plugged. Care
shall be used in placing the concrete in the pipe to see that the opening of
the pipe is completely filled and thoroughly plugged.
7-09.3(7) Trench Excavation
Delete the third paragraph under this Section and replace it with the following:
The length of trench excavation in advance of pipe laying shall be kept to
a maximum of 100 feet. Excavation shall either be closed up at the end of
the day or protected per Section 1.07.23(1).
This Section is supplemented with the following:
The Contractor shall limit his excavation to the limits of the maximum
payment width and depth shown on the Plans. If the Contractor purposely
or neglectfully excavates to a width or depth beyond the maximum
payment limit of the trench, as shown on the Plans, all expenses
associated with any additional trenching, wastehaul, trench backfill,
compaction, testing and surface restoration as a result of excavating
beyond the neat line payment limits shall be borne by the Contractor.
Trench excavation shall also include wastehauling to a Contracting
Agency approved site all excess and/or unsuitable material encountered
including, but not limited to, abandoned pipelines, concrete, asphalt, tree
stumps, trees, logs, abandoned rail ties, piling, and riprap.
The Contractor shall obtain approved grading and filling permits for all
spoils material sites, from the Contracting Agency, County, or both as
required. These permits shall be secured and paid for by the Contractor.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-21
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
7-09.3(7)A Dewatering of Trench
This Section is supplemented with the following:
The Contractor shall furnish all equipment necessary to dewater the
excavation. Before operations begin, the Contractor shall have sufficient
pumping equipment and/or other machinery available on site to assure
that the operation of any dewatering system can be maintained.
The Contractor shall dispose of the water in such a manner as not to
cause a nuisance or menace to the public, and comply with all codes,
regulations, and ordinances of applicable governing authorities with
regard to drilling, dewatering, and erosion control.
The release of groundwater to its static level shall be performed in such a
manner as to maintain the undisturbed state of the natural foundation soil,
prevent disturbance of backfill and prevent movement of structures and
pipelines.
The dewatering system shall be installed and operated by the Contractor
so that the groundwater level outside the excavation is not reduced to the
extent that would damage or endanger adjacent structures or property.
Should settlement of the surrounding area and/or structures be observed,
the Contractor shall cease dewatering operations and implement
contingency plans. The cost of repairing any damage to adjacent
structures, underground facilities or utilities and satisfactory restoration of
above ground facilities to include fences, paving, concrete, etc., shall be
the responsibility of the Contractor.
The Contractor shall be required to comply with all conditions and
requirements mandated by the Department of Ecology for the
construction, operation, and decommissioning of dewatering facilities.
7-09.3(7)B Rock Excavation
This Section is supplemented with the following:
It is not anticipated that solid rock will be encountered. Should such
material be encountered, however, the excavation, removal and
wastehaul will be paid at a negotiated price per Section 1-04.4. Boulders
or broken rock less than 2 cubic yards in volume, shall not be classified as
rock, nor will so-called "hard -pan" or cemented gravel, even though it may
be advantageous to use special equipment in its removal.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-22
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
7-09.3(10) Backfilling Trenches
This Section is supplemented with the following:
It is the intent of these Specifications to utilize suitable excavated material
for trench backfill where available. The Contractor shall provide evidence
from a testing laboratory that any native material deemed suitable by the
Contractor meets the intent of these Specifications and can be compacted
to minimum requirements. Excavated material suitable for trench backfill
shall conform to the requirements of Section 9-03.15. However, the
presence and location of suitable backfill material is not guaranteed and
will be as discovered in the field. Import material will be required and shall
be utilized when necessary, and as called out on the Plans and further
preapproved by the Contracting Agency.
7-09.3(13) Handling of Pipe
This Section is supplemented with the following:
Pipe shall be stacked in such a manner as to prevent damage to the pipe,
to prevent dirt and debris from entering the pipe, and to prevent any
movement of the pipe. Stacking layers shall be limited to the
recommendations in the DIP Installation Guide.
Pipe shall not be strung across driveways, in ditches, or within 10 feet of
the edge of the travel lane.
7-09.3(15)A Ductile Iron Pipe
The first paragraph of this Section is revised as follows:
Long radius (500 feet or more) curves, either horizontal or vertical, may be
laid with standard pipe by deflecting the joints. If the pipe is shown curved
in the Plans and no special fittings are shown, the Contractor can assume
that the curves can be made by deflecting the joints with standard lengths
of pipe. If shorter lengths are required, the Plans will indicate maximum
lengths that can be used. The amount of deflection at each pipe joint
when pipe is laid on a horizontal or vertical curve shall not exceed one half
of the manufacturer's printed recommended deflections.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-23
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
This Section is supplemented with the following:
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and
appurtenances.
7-09.3(16) Cleaning and Assembling Joints
This Section is supplemented with the following:
All joints in the pipe, fittings, valves, flexible couplings, ductile iron
sleeves, etc., shall be fully seated with small clearances allowed for pipe
expansion. Where flexible couplings and ductile iron sleeves are called
for, the space between pipe ends shall not exceed 1/4 inch, to prevent
pipe movement such as would possibly be caused by the resultant thrust
of a nearby closed valve.
When the space between pipe ends is excessive, a short section (1" to 2")
of pipe may be inserted as a spacer ring to limit such pipe movement
within the coupling (or sleeve), to obtain the 1/4 inch limitation stipulated
herein.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene
Encasement
The title and text of this Section has been revised as follows:
The Contractor shall lay ductile iron pipe with a polyethylene encasement.
Pipe and polyethylene encasement shall be installed in accordance with
AWWA C105. The polyethylene encasement shall also be installed on all
appurtenances, such as pipe laterals, couplings, fittings, and valves, with
8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or
AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage
that occurs to the wrap shall be repaired in accordance with ANSI/AWWA
C 105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental
to the installation of the pipe and no additional payment shall be allowed.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-24
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
7-09.3(19)A Connections to Existing Mains
This Section is revised and supplemented with the following:
The Contractor may be required to perform the connection during times
other than normal working hours. The Contractor shall not operate any
valves on the existing system. Water system personnel will operate all
valves on the existing system for the Contractor when required.
No Work shall be performed on the connections unless a representative
of the water department is present to inspect the Work.
When not stated otherwise in the special provisions or on the plans, all
connections to existing water mains will be done by City forces as
provided below:
City Installed Connections:
Connections to existing piping and tie-ins are indicated on the drawings.
The Contractor must verify all existing piping, dimensions, and elevations
to assure proper fit.
Connections to the existing water main shall not be made without first
making the necessary arrangements with the Engineer in advance.
A 2-week advance notice shall be required for each connection which
requires a cutting of the existing water mains or a shut -down of the
existing water mains. The City reserves the right to re -schedule the
connection if the Work area is not ready at the scheduled time for the
connection.
Work shall not be started until all the materials, equipment and labor
necessary to properly complete the Work are assembled on site.
The Contractor shall provide all saw -cutting, removal and disposal of
existing surface improvements, excavation, haul and disposal of
unsuitable materials, shoring, de -watering, foundation material, at the
connection areas before the scheduled time for the connection by the
City. The Contractor shall provide all materials necessary to install all
connections as indicated on the construction plans, including but not
limited to the required fittings, couplings, pipe spools, shackle materials to
complete the connections. The Contractor shall provide and install
concrete blocking, polywrap the piping at the connections, backfill and
surface restoration at the locations shown on the plans for the
connections to the existing water mains.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-25
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The City will cut the existing main and assemble all materials.
7-09.3(19)B Maintaining Service
This Section is supplemented with the following:
No Contracting Agency owned utility service will be allowed to be
shutdown for more than 4 hours per day without prior approval.
7-09.3(21) Concrete Thrust Blocking and Dead -Man Block
This Section is supplemented with the following:
Provide concrete blocking at all hydrants, fittings and horizontal or vertical
angle points. Conform to the City of Renton Standard Details for general
blocking, and vertical blocks herein. All fittings to be blocked shall be
wrapped with 8-mil polyethylene plastic. Concrete blocking shall be
properly formed with plywood or other acceptable forming materials and
shall not be poured around joints. The forms shall be stripped prior to
backfilling. Joint restraint (shackle rods), where required, shall be
installed in accordance with Section 7-11.3(15).
Provide concrete dead -man blocks at locations shown on the plans. The
dead -man block shall include reinforcing steels, shackle rods, installation
and removal of formwork.
Blocking shall be commercial concrete (hand -mixed concrete is not
allowed) and poured in place.
The poured in place concrete thrust and/or anchor blocks shall be in place
at least 24 hours before beginning the pressure test, to allow the concrete
to set. Longer durations may be required to ensure adequate curing has
been established to conduct the necessary testing.
7-09.3(22) Blowoff Assemblies
Delete all paragraphs under this Section and replace with the following:
Blowoff Assemblies shall be constructed at the locations shown on the
Plans and in accordance with the detail provided on the Plans.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-26
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
7-09.3(23) Hydrostatic Pressure Test
This Section is supplemented with the following:
A hydrant meter and a backflow prevention device will be used when
drawing water from the City system. These may be obtained from the City
by completing the required forms and making the required security
deposits. There will be a charge for the water used. Before applying the
specified test pressure, air shall be expelled completely from the pipe,
valves and hydrants. If permanent air vents are not located at all high
points, the contractor shall install corporation cocks at such points so that
the air can be expelled as the line is filled with water. After all the air has
been expelled, the corporation cocks shall be closed and the test pressure
applied. At the conclusion of the pressure test, the corporation cocks
shall be removed and plugged.
The quantity of water required to restore the pressure shall be accurately
determined by either 1) pumping from an open container of suitable size
such that accurate volume measurements can be made by the Owner or,
2) by pumping through a positive displacement water meter with a sweep
unit hand registering 1 gallon per revolution. The meter shall be approved
by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the
number of gallons per hour as listed in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour test
period.
All water used to perform hydrostatic pressure shall be charged a usage
fee.
Allowable leakage per 1000 ft. of pipeline* in GPH
Nominal Pipe Diameter
in inches
PSI
6"
8"
10"
12"
16"
20"
24"
450
0.95
1.27
1.59
1.91
2.55
3.18
3.82
400
0.90
1.20
1.50
1.80
2.40
3.00
3.60
350
0.84
1.12
1.40
1.69
2.25
2.81
3.37
275
0.75
1.00
1.24
1.49
1.99
2.49
2.99
250
0.71
0.95
1.19
1.42
1.90
2.37
2.85
225
0.68
0.90
1.13
1.35
1.80
2.25
2.70
200
0.64
0.85
1.06
1.28
1.70
2.12
2.55
If the pipeline under test contains sections of various diameters, the allowable
leakage will be the sum of the computed leakage for each size. For those
diameters or pressures not listed, the formula below shall be used:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-27
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
The quantity of water lost from the main shall not exceed the number of
gallons per hour as determined by the formula
L=ND P
7400
in which:
L = Allowable leakage, gallons/hour
N = No. of joints in the length of pipeline tested
D = Nominal diameter of the pipe in inches
P = Average test pressure during the leakage test, psi
The paragraph stating that "There shall not be an appreciable or abrupt
loss in pressure during the 15 minute test period." Is deleted.
7-09.3(24)A Flushing and "Poly -Pigging"
This Section is supplemented with the following:
Sections of pipe to be disinfected shall first be poly -pigged to remove any
solids or contaminated material that may have become lodged in the pipe.
If the main cannot be "poly -pigged", then a tap shall be provided large
enough to develop a velocity of at least 2.5 fps in the main.
The "Poly -pig" shall be equal to Girard Industries Aqua -Swab -AS, 2lb/cu-ft
density foam with 90A durometer urethane rubber coating on the rear of
the "Poly -pig" only. The "Poly -pig" shall be cylinder shaped with bullet
nose or squared end.
The paragraph stating: "Where dry calcium hypochlorite is used for
disinfection of the pipe, flushing shall be done after disinfection." is
deleted.
Dechlorination of all water used for disinfection shall be accomplished in
accordance with the City of Renton Standard Details. Water containing
chlorine residual in excess of that carried in the existing water system,
shall not be disposed into the storm drainage system or any water way.
The Contractor shall check the downstream capacity of the drainage
system proposed to facilitate disposal of flushing water prior to starting the
flushing process.
The Contracting Agency will furnish the water necessary to fill and flush
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-28
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
the pipelines for testing purposes at a time of day when sufficient
quantities of water are available for normal system operation.
The Contractor shall monitor the rate of disposal to prevent flooding of
any areas downstream of the Contractor flushing operations.
All service lines shall be flushed prior to connecting the meters.
7-09.3(24)D Dry Calcium Hypochlorite
This Section has been replaced with:
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
This Section has been revised as follows:
Treated water shall be retained in the pipe at least 24 hours but no longer
than 48 hours. After this period, the chlorine residual at pipe extremities
and at other representative points shall be at least 25 mg/I.
7-09.3(24)J Preventing Reverse Flow
This Section is supplemented with the following:
The configuration of the installation of an approved backflow prevention
device shall be submitted to the Contracting Agency for review and
approval prior to the installation and use of the device and making the
connection.
7-09.3(24)N Final Flushing and Testing
Delete the third paragraph under this Section and replace with the following:
Before placing the line into service, a satisfactory report shall be received
on samples collected from representative points in the new system.
Samples will be collected and bacteriological tests obtained by the
Engineer.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-29
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
This Section is supplemented with the following:
All water mains shall be flushed within 48 hours of chlorination. No
flushing will be allowed on weekends or on holidays. The Contracting
Agency shall be notified by the Contractor a minimum of 48 hours in
advance of any flushing or flow testing.
7-09.3(24)0 Repetition of Flushing and Testing
This Section is supplemented with the following:
The Contractor shall be responsible for payment of all repeat
bacteriological testing. Testing shall not be cause for claims for delay by
the Contractor and all expenses accruing there from shall be borne by the
Contractor. Retesting and reinspection required because of defective
work and testing performed for the convenience of the Contractor shall be
paid by the Contractor.
7-09.3(25) Joint Restraint Systems (New Section)
General
Where shown on the plans or in the specifications or required by the Engineer,
joint restraint system (shackle rods) shall be used. All joint restraint materials
used shall be those manufactured by Star National Products, 1323 Holly Avenue,
PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in
writing by the Engineer.
Materials
Steel types used shall be:
High strength low -alloy steel (cor-ten), ASTM A242, heat -treated,
superstar "SST" series.
High strength low -alloy steel (cor-ten), ASTM A242, superstar "SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel shapes.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-30
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot -dip galvanized. SST 7:5/8"
for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM
A325, type 3D, except tensile strength of full -body threaded section shall
be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for
3/4" by heat treating (quenching and tempering) to manufacturer's reheat
and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical
joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7,
except 1" eye for 7/8" rod. same ASTM specification as SST 7.
Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563,
grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc
plated or hot -dip galvanized.
Tiecoupling: used to extend continuous threaded rods and are provided
with a center stop to aid installation, zinc plated or hot -dip galvanized.
SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and
3/4" tierods, ASTM A563, grade A.
Tierod: continuous threaded rod for cutting to desired lengths, zinc plated
or hot -dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2;
ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307.
Tiewasher: round flat washers, zinc plated or hot -dip galvanized. SS17:
ASTM A242, F436. S17: ANSI B18.22.1.
Installation:
Install the joint restraint system in accordance with the manufacturer's
instructions so all joints are mechanically locked together to prevent joint
separation. Tiebolts shall be installed to pull against the mechanical joint
body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4"
nuts. Install tiecouplings with both rods threaded equal distance into
tiecouplings. Arrange tierods symmetrically around the pipe.
Pipe Diameter
Number of 3/4" Tie Rods Required
4"
2
6"
2
8"
3
10"
4
12"
6
14"
8
16"
8
18"
8
City of Renton
Renton Avenue South Resurfacing
G&O #17534
7-31
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
Pipe Diameter
Number of 3/4" Tie Rods Required
20"
10
24"
14
3011
16-7/8" rods
3611
24-7/8" rods
Where a manufacturer's mechanical joint valve or fitting is supplied with
slots for "T" bolts instead of holes, a flanged valve with a flange by
mechanical joint adapter shall be used instead, so as to provide adequate
space for locating the tiebolts.
Where a continuous run of pipe is required to be restrained, no run of
restrained pipe shall be greater than 60 feet in length between fittings.
Insert long body solid sleeves as required on longer runs to keep tierod
lengths to the 60 foot maximum. Pipe used in continuously restrained
runs shall be mechanical joint pipe and tiebolts shall be installed as rod
guides at each joint.
Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods,
and tiewashers, shall be galvanized. All disturbed sections will be
painted, to the Inspector's satisfaction, with koppers bitomastic no. 300-m,
or approved equal.
Where poly wrapping is not required all tiebolts, tienuts, tiecouplings,
tierods and tiewashers may be galvanized as specified in the preceding
paragraph or plain and painted in the entirety with koppers bitumastic no.
800-m, or approved equal.
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered
incidental to installation of the pipe and no additional payment shall be
made.
7-09.3(25) Temporary Blowoff Assemblies (New Section)
Any temporary blowoff assemblies required for the Project shall be furnished and
installed by the Contractor at no expense to the Contracting Agency. Blowoffs
shall be sized to provide a minimum pipe flow (scouring velocity) of 2.5 feet per
second. Only brass plugs will be allowed to be utilized to plug pipelines where
these temporary facilities were installed.
7-09.3(26) Plugging Existing Pipe (New Section)
Where shown in the Plans or where designated by the Engineer, existing pipes
shall be plugged on the inlet end for a distance of 2 diameters with commercial
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-32
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
concrete. Care shall be used in placing the concrete in the pipe to see that the
opening of the pipe is completely filled and thoroughly plugged.
7-09.3(27) Pipe Abandonment (New Section)
This Section is supplemented with the following:
Where shown on the Plans or where designated by the Engineer, existing
pipes shall be abandoned in place and completely backfilled with
controlled density fill.
A minimum of 10 working days prior to beginning abandonment work, the
Contractor shall submit to the Engineer a detailed, written plan for CDF fill
and abandonment of existing mains.
The Contractor shall fill all existing pipes to be abandoned, as specified on
the Plans, with CDF after the new pipe has been accepted by the
Contracting Agency. The Contractor shall strive to leave the existing AC
main in place rather than removing the line.
Existing surface appurtenances to the abandoned water main, including
but not limited to valve boxes, valve box covers, and angle stops, shall be
removed and disposed of by the Contractor in a legal and safe manner at
an appropriate disposal site. Excavations resulting from appurtenance
removal shall be filled with crushed surfacing and any surfacing restored.
7-09.4 Measurement
Delete all paragraphs under this Section and replace with the following:
Measurement for payment of pipe for water mains will be by the linear foot
of pipe laid and tested and shall be measured along the pipe through
fittings, valves and couplings at grade.
No measurement shall be made for extra trench excavation as defined in
Section 7-09.3(7)C.
Measurement for Removal of Unsuitable Material (Trench) will be per
cubic yard of material removed below the foundation depth as shown on
the Plans.
Measurement of Bank Run Gravel for Trench Backfill will be per ton. The
measurement shall be calculated in accordance with the trench detail
shown on the Plans.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-33
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Measurement of Additional Ductile Iron Fittings shall be per pound, based
on the weight of fittings as listed in the AWWA Standards, ANSI/AWWA
C110/A21.10-87. Fittings not listed in the above standards will be paid for
at the weight listed in the Manufacturer's catalog. Weight will be based on
the fitting body only and will not include accessory items such as bolts,
glands, etc. Only those extra fittings required during construction, but
which are not shown on the Plans, will be paid for under the bid item for
Additional Ductile Iron Fittings.
Measurement for connection to the existing water main will be per each.
Measurement for payment of concrete thrust blocking and dead -man
blocks will be per cubic -yard when these items are included as separate
pay items. If not included as separate pay items in the contract, then
thrust blocking and dead -man blocks shall be considered incidental to the
installation of the water main and no further compensation shall be made.
Plugging pipes will be measured per each, for each plug installed.
7-09.5 Payment
Delete all paragraphs under this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1, for each of the
following bid items that are included in the Proposal:
"Trench Excavation Safety System," lump sum.
The lump sum contract price for "Trench Excavation Safety System" shall
constitute full compensation for all labor, materials, tools, equipment,
transportation, supplies, and incidentals required to complete all work to
furnish and install this item to include, but not limited to, furnishing,
installing, maintaining, and removing all shoring and cofferdams as
specified herein. This item of work shall be paid proportionate to the total
amount of pipe and structures, satisfactorily installed on the Project.
"DI Pipe for Water Main, In. Diam.," per linear foot.
The unit contract price per linear foot for the respective diameters of "DI
Pipe for Water Main, In. Diam." shall constitute full compensation for
all labor, materials, tools, equipment, transportation, supplies, and
incidentals required to complete all work to furnish and install this item to
include, but not limited to, trench excavation, bedding, laying and jointing
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-34
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
pipe and fittings, bedding, laying and jointing pipe and fittings, backfill with
suitable native material, compaction, and removal and wastehaul of
excess or unsuitable trench excavation material, dewatering, fittings,
connections, marker tape, restrained joint systems, Megalugs, concrete
blocking, installation and removal of temporary blowoff assemblies,
pressure testing, flushing, disinfection and disposal of hypochlorinated
water.
"Additional Ductile Iron Fittings," per pound.
The unit contract price per pound for "Additional Ductile Iron Fittings" shall
constitute full compensation for all labor, materials, tools, equipment,
transportation, supplies, and incidentals required to complete all work to
furnish and install this item to include, but not limited to, fittings, follower
glands, bolts, grip rings, Megalugs, concrete thrust/anchor blocks, testing,
flushing, and disinfection.
"Connection to Existing Water Main," per each.
The unit contract price per each for "Connection to Existing Water Main"
shall constitute full compensation for all labor, materials, tools, equipment,
transportation, supplies, and incidentals required to complete all work to
furnish and install this item to include, but not limited to, pumps, hoses,
temporary blocking (and waste hauling of same), plugs, locating the
existing main line, cutting into the main line, dewatering, waste hauling
existing pipe, miscellaneous fittings and appurtenances as shown on the
Plans, all temporary materials, including temporary blowoffs,
miscellaneous fittings and pipe, testing, flushing, disinfection and all work
associated with making a complete connection. Service connections or
fire hydrant connections or reconnections shall not be subject to payment
under this bid item.
"Removal of Unsuitable Material (Trench)," per cubic yard.
The unit contract price per cubic yard for "Removal of Unsuitable Material
(Trench)" shall constitute full compensation for all labor, materials, tools,
equipment, transportation, supplies, and incidentals required to complete
all work to remove unsuitable material below the trench bottom to include,
but not limited to, excavation, removal and wastehaul of unsuitable
excavated material, and dewatering.
"Bank Run Gravel for Trench Backfill," per ton.
The unit contract price per ton for "Bank Run Gravel for Trench Backfill"
shall constitute full compensation for all labor, materials, tools, equipment,
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-35
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
transportation, supplies, and incidentals required to complete all work to
furnish and install the imported trench backfill to include, but not limited to,
backfilling trenches, placing, shaping, compacting, and compaction testing
of the bank run gravel backfill material.
All work associated with providing temporary blowoff assemblies to
include the necessary valve, fittings, piping, thrust blocks, connection, and
any and all incidentals as required shall be merged into the price bid for
the various sizes of water mains.
"Plugging Existing Pipe," per each.
7-12 VALVES FOR WATER MAINS
7-12.3 Construction Requirements
This Section is supplemented with the following:
The required field inspection shall include operating the valve over the full
range of opening to closed to ensure the valve firmly seals and fully clears
the flow path.
The ears of the valve box cover shall be aligned along the pipe centerline.
7-12.3(1) Installation of Valve Marker Post
This Section has been revised as follows:
Where required, a valve marker post shall be furnished and installed with
each valve. Valve marker posts shall be placed at the edge of the right-of-
way opposite the valve and be set with 18 inches of the post exposed
above grade.
The rest of this section is deleted.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-36
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
7-12.3(2) Adjust Existing Valve Box to Grade
This Section is a new section:
Valve boxes shall be adjusted to grade in the same manner as for
manholes, as detailed in Section 7-05.3(1) of the City of Renton Standard
Details. Valve box adjustments shall include, but not be limited to, the
locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished
grades. The final installation shall be made in accordance with the
applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris,
the Contractor shall use whatever means necessary to remove such
debris, leaving the valve installation in a fully operable condition.
The valve box shall be set to an elevation tolerance of one-fourth inch
(1/4") to one-half inch (1/2") below finished grade.
7-12.4 Measurement
This Section is supplemented by adding the following:
Adjustment of existing valve boxes to grade shall be measured per each,
if included as a separate pay item in the Contract; if not a separate pay
item but required to complete the Work, then value box adjustment shall
be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for
hydrant assembly and will not be included in this measurement item.
7-12.5 Payment
Delete all paragraphs under this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1, for each of the
following bid items that are included in the Proposal:
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-37
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
"Gate Valve, In.," per each.
The unit contract price per each for "Gate Valve, In." shall constitute
full compensation for all labor, materials, tools, equipment, transportation,
supplies, and incidentals required to complete all work to furnish and
install this item to include, but not limited to, excavation, backfill with
suitable native material, compaction, removal and wastehaul of excess or
unsuitable trench excavation material, dewatering, valve box, valve stem
extension, testing, flushing, disinfection and final adjustment of the valve
box to finished grade.
"Air Release/Air Vacuum Valve Assembly," per each.
The unit contract price per each for "Air Release/Air Vacuum Valve
Assembly" shall be for all, labor, equipment and material to complete the
installation of the assembly including but not limited to, excavating,
tapping the main, laying and jointing the pipe and fittings and
appurtenances, backfilling, testing, flushing, and disinfection, meter box
and cover, at location shown on the plans, and per the City of Renton
Standard Details, latest revision.
"Tapping Sleeve and Valve Assembly, In.," per each.
The unit contract price per each for "Tapping Sleeve and Valve Assembly,
In." shall constitute full compensation for all labor, materials, tools,
equipment, transportation, supplies, and incidentals required to complete
all work to furnish and install this item to include, but not limited to,
excavation, backfill with suitable native material, compaction, removal and
wastehaul of excess or unsuitable trench excavation material, dewatering,
valve box, valve stem extension, testing, flushing, disinfection and final
adjustment of the valve box to finished grade.
"Adjust Valve Box," per each.
The unit contract price per each for "Adjust Valve Box" shall be full
compensation for all labor, material, tools and equipment necessary to
satisfactorily complete the Work as defined in the Contract Documents,
including all incidental Work. If not included as a separate pay item in the
Contract, but required to complete other Work in the Contract, then
adjustment of valve boxes shall be considered incidental to other items of
Work and no further compensation shall be made.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-38
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
7-14 HYDRANTS
7-14.3(1) Setting Hydrants
Delete the first paragraph under this Section and replace it with the following:
Where shown in the Plans, hydrants shall be installed in accordance with
the detail provided on the Plans. In addition, a minimum 3-foot radius
unobstructed working area shall be provided around all hydrants. The
safety flange shall be set 2 inches above finished grade.
Paragraph four and five of Section 7-14.3(1) is revised and the section is
supplemented as follows:
After all installation and testing is complete, the exposed portion of the
hydrant shall be painted with two field coats. The type and color of paint
will be designated by the Engineer.
Any hydrant not in service shall be identified by covering with a burlap or
plastic bag approved by the Engineer.
Hydrants shall be installed in accordance with AWWA specifications
C600-93, Sections 3.7 and 3.8.1 and the City of Renton Standard Details.
Hydrant and guard posts shall be painted in accordance with the standard
details. Upon completion of the project, all fire hydrants shall be painted
to the City of Renton specifications and guard posts painted with two
coats of preservative paint NO. 43-655 Safety Yellow or approved equal.
Fire hydrants shall be of such length as to be suitable for installation with
connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless
otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial
where 12" and larger pipe is shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x
FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire
hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and
cover, 3/4" shackle rods and accessories, concrete blocks and two
concrete guard posts (only if hydrants are outside of right-of-way).
Joint restraint (Shackle Rods) shall be installed in accordance with
Section 7-11.3(15).
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-39
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
This Section is supplemented with the following:
The Contractor shall furnish fire hydrants with the correct bury depth
(trench depth), in accordance with the specified pipe depth and special
conditions of the Project. The fire hydrants shall be installed to provide
the mounting height above finished grade as shown on the Plans. The
hydrant shall be installed plumb on the vertical axis.
Hydrants shall be equipped with one Storz pumper nozzle. The pumper
port shall be turned to face the street.
After installation, each hydrant shall receive two field coats of paint. The
first coat shall be thoroughly dried before applying the second coat. The
exact colors shall be per Contracting Agency's current standards.
One blue lane marker, Type 2, shall be installed at all fire hydrant
locations. It shall be installed on the adjacent pavement at locations
designated by the Contracting Agency and in accordance with the
provisions of Section 8-09 and Section 9-21.
7-14.3(2) Hydrant Connections
Delete all paragraphs under this Section and replace with the following:
Hydrant laterals shall consist of one continuous section of 6-inch Class 52
ductile iron pipe from the main to the hydrant and shall include as auxiliary
gate valve set vertically and placed in accordance with the detail provide
on the Plans.
7-14.3(2)A Hydrant Restraints
Delete the first sentence of the first paragraph under this Section and replace
with the following:
The thrust created in the hydrant lateral shall be restrained as shown on
the detail provided on the Plans.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-40
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
7-14.3(3) Resetting Existing Hydrants
This Section is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City (or replaced with a
new hydrant). All rubber gaskets shall be replaced with new gaskets of
the type required for a new installation of the same type.
7-14.3(4) Moving Existing Hydrants
This Section is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City (or replaced with a
new hydrant). All rubber gaskets shall be replaced with new gaskets of
the type required for a new installation of the same type.
7-14.4 Measurement
Delete all paragraphs under this Section and replace with the following:
Measurement of hydrant assembly, resetting hydrants, moving existing
hydrants and reconnecting existing hydrants will be made per each.
No measurement shall be made for hydrant extension.
7-14.5 Payment
Delete all paragraphs in this Section and replace it with the following:
Payment will be made in accordance with Section 1-04.1, for each of the
following bid items that are included in the Proposal:
"Fire Hydrant Assembly," per each.
The unit contract price per each for "Fire Hydrant Assembly" shall
constitute full compensation for all labor, materials, tools, equipment,
transportation, supplies, and incidentals required to complete all work to
furnish and install this item to include, but not limited to, excavation,
backfill with suitable native material, compaction, removal and wastehaul
of excess or unsuitable trench excavation material, dewatering, painting,
blocking, restraint systems, gate valve, main line tee, valve box, hydrant
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-41
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
extensions, Storz adaptors, fittings, gravel drywell, concrete pads, the
6-inch hydrant stub, hillside barrier, turning the pumper port to face the
street, testing, flushing, and disinfection.
The work required to remove and deliver existing fire hydrants to the
Contracting Agency shops as required shall be considered incidental to
the Project and as such merged into the various unit and lump sum
contract items requiring the removal.
7-15 SERVICE CONNECTIONS
7-15.3 Construction Requirements
Delete the first paragraph in this Section and replace with the following:
Pipe materials used to extend or replace existing water service lines shall
be copper.
Where installation is in existing paved streets, the service lines shall be
installed by a trenchless percussion and impact method (hoe -hogging). If
the trenchless percussion and impact method fails, regular open trench
methods may be used.
Service connections shall be constructed at the locations shown on the
Plans and in accordance with the detail provided on the Plans.
All piping and fittings shall be left exposed until they have been inspected
by the Contracting Agency and approval is given for backfilling.
7-15.4 Measurement
Delete all paragraphs under this Section and replace with the following:
Service connections will be measured per each for each size of water
service connection installed.
Measurement of "Adjust Meter Box" will be per each existing meter box
adjusted to grade.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-42
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
7-15.5 Payment
Delete all paragraphs paragraph in this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1, for each of the
following bid items that are included in the Proposal:
"Service Connection, In. Diam.," per each.
The unit contract price per each for "Service Connection, In. Diam."
shall constitute full compensation for all labor, materials, tools, equipment,
transportation, supplies, and incidentals required to complete all work to
furnish and install this item to include, but not limited to, excavation,
backfill with suitable native material, compaction, removal and wastehaul
of excess or unsuitable trench excavation material, dewatering, tapping
the main, furnishing and installing the service pipe, connecting to the
existing service, testing, flushing, and disinfection.
"Adjust Meter Box," per each.
The unit contract price per each for "Adjust Meter Box" shall constitute full
compensation for all labor, materials, tools, equipment, transportation,
supplies, and incidentals required to adjust existing meter boxes to the
finished paved surfaces, as noted and detailed on the Plans.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 7-43
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.1 Description
This Section is supplemented with the following:
This work also consists of preparing the Erosion Control Plan, inspecting
water pollution and erosion control items, preparation of the Stormwater
Pollution Prevention Plan (SWPPP), documenting, and testing stormwater
discharge.
8-01.3 Construction Requirements
This Section is supplemented with the following:
The Contractor shall take all necessary precautions and utilize the
Department of Ecology's (DOE) Best Management Practices to prevent
sediment and fugitive dust from construction activities from entering into
storm water systems, natural waterways, or environmentally sensitive
areas and from otherwise being carried away from the construction area
by stormwater or air.
Temporary erosion protection shall be furnished, installed, and maintained
for the duration of this Project to protect environmentally sensitive areas,
sloped surfaces, adjacent areas and/or water bodies or conveyance
systems. Temporary erosion protection may include the use of straw, jute
matting, wattles, heavy plastic sheeting, or other forms of ground cover on
areas disturbed by construction. Sloped surfaces shall be restored and
protected in such a manner that surface runoff does not erode the
embankments, slopes, or ground surfaces, nor create surface channels, or
ruts.
The Contractor shall prepare and submit a Stormwater Pollution
Prevention Plan, in conformance with DOE requirements, to the Engineer
before any Work begins.
8-01.3(1)A Submittals
This Section is supplemented with the following:
The Contractor shall be required to prepare, maintain, and update the
erosion control plan, as may be required during the course of the Project.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-1
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
The erosion control plan and details included are provided solely for the
establishment of basic erosion control measures and are not intended to
be a complete plan.
8-01.3(2)B Seeding and Fertilizing
This Section is supplemented with the following:
(December 4, 2006, WSDOT GSP)
Grass seed, of the following composition, proportion, and quality shall be
applied at the rates shown below on all areas requiring roadside seeding
within the project:
Kind and Variety of Seed in
Mixture by Common Name and
(Botanical Name)
Dwarf Perennial Ryegrass
Creeping Red Fescue
Hard Fescue
Total Pounds PLS Per Acre
Pounds Pure Live Seed
(PLS) Per Acre
100
50
50
200
Seeds shall be certified "Weed Free," indicating there are no noxious or
nuisance weeds in the seed.
(January 3, 2006, WSDOT GSP)
Sufficient quantities of 18-6-12 fertilizer shall be applied at 650 pounds per
acre, 72 percent of nitrogen applied per acre shall be derived from
isobutylidene diurea (IBDU), cyclo-di-urea (CDU), or a time release,
polyurethane coated source with a minimum release time of 6 months.
The remainder may be derived from any source.
The fertilizer formulation and application rate shall be approved by the
Engineer before use.
(January 3, 2006, WSDOT GSP)
Wood fiber mulch shall be applied at a rate of 2,000 pounds per acre, and
tackifier shall be applied at a rate of 43 pounds per acre.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-2
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
8-01.3(9)D Inlet Protection
This Section is supplemented with the following:
All catch basins grates within the project limits and adjacent areas shall
have inlet protection installed to prevent sedimentation from entering the
storm system. The inlet protection shall be routinely cleaned of sediment
to prevent plugging. This sediment shall be regularly removed, loaded,
and hauled to waste whenever it presents a potential surface
accumulation problem or concern to the Contracting Agency. Any
damage caused by the Contractor's failure to keep the erosion materials
maintained shall be borne by the Contractor alone.
8-01.4 Measurement
This Section is supplemented with the following:
No specific unit of measure will apply to erosion/water pollution control.
Seeding, fertilizing and mulching will be measured by the square yard by
ground slope measurement or through the use of design data.
8-01.5 Payment
Delete all paragraphs under this Section and replace with the following:
Payments will be made in accordance with Section 1-04.1 for the following
Bid Item(s):
The lump sum contract price for "Erosion/Water Pollution Control" shall
include all costs for preparing an erosion control plan and all temporary
erosion control as stated herein and as further indicated on the Plans that
is not otherwise paid under separate contract items in the Proposal,
including furnishing, installing, maintaining, and removal of erosion/water
pollution control devices.
The unit contract price per square yard for "Seeding, Fertilizing and
Mulching" shall include all costs incidental to furnishing, installing and
mowing the seed, fertilizer and mulch, complete in place, water and
reseeding as required.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-3
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-02 ROADSIDE RESTORATION
8-02.1 Description
This Section is supplemented with the following:
This work also includes all sod work on the site. The sod shall be installed
using the materials shown on the Plans and/or as specified in these
Special Provisions.
8-02.3(3)B Chemical Pesticides
This Section is supplemented with the following:
No chemical herbicides will be allowed in planting areas.
8-02.3(4) Topsoil
This Section is supplemented with the following:
The costs of removing all excess material and debris shall be considered
incidental to the Project and as such merged in the various items bid.
Cultivate 4 inches of imported topsoil, Type A into the existing subgrades
to a minimum transition depth of 6 inches in areas to be seeded with
topsoil, in sod areas, in planting strip areas and in fill slopes to be planted,
as shown on the Plans.
8-02.3(5) Planting Area Preparation
This Section is supplemented with the following:
Seeding, Sod and Planter Strip Areas: Finished grades of planting and
seeding areas shall allow for soil preparation and mulch. Finished grades
shall be as follows:
Seeding and Sod Areas: 1 inch below all walks, curbs, and/or
hard -surface edges.
Perform all excavation and backfill necessary to provide finish grade of
landscape areas as indicated and specified. Remove from site excess
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-4
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
and unsuitable material. Landscape areas shall be graded to lines,
grades, and cross sections indicated. Grades shall meet the following:
1. Maximum 2:1 slope, unless otherwise indicated.
2. Smooth and round off surfaces at abrupt grade changes.
3. Feather grades to meet existing gradually. Rake planting areas
smooth and remove surface rocks over 2-inches diameter.
4. Provide minimum 2 percent crown or slope in all landscape areas.
The Contractor is responsible for any adverse drainage conditions
that may affect plant growth, unless he contacts the Project
Engineer immediately indicating any possible problem.
Finish grades shall be inspected and accepted by the Contracting Agency
prior to commencing planting or seeding work.
The costs of removing all excess material and debris shall be considered
incidental to the Project and as such merged in the various items bid.
Final Acceptance
Final acceptance by the Contracting Agency for soil preparation will be
contingent on the approval of all inspections, and that the soil preparation
is consistent with these specifications and with the Plans.
8-02.3(16)B Lawn Establishment
This Section is supplemented with the following:
The Contractor shall be responsible for watering and fertilizing the seeded
area until physical completion of the Project. Four weeks after the first
mowing, 6-2-4 fertilizer shall be applied and reapplied at 6-week intervals.
Inspection and Substantial Completion
After completion of all seeding, including the post -planting fertilization
which follows the first mowing, the Contracting Agency will review the
seeded areas for adequacy. Areas not fully germinated (seeded) with a
uniform stand of grass, or areas damaged through any cause prior to this
inspection shall be reseeded, by the Contractor as herein specified and at
the Contractor's sole expense as no additional monies will be due the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-5
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Contractor. "Uniform stand of grass" shall signify complete cover of lush,
thriving, green grass with no bare spots.
Reseeding
Reseed and fertilize with 6-2-4 at a rate of 400 pounds (30 pounds) per
1,000 square foot, all areas failing to show a uniform stand of grass after
germination of seed, or damage through any cause before physical
completion of the Project.
8-02.4 Measurement
Delete all paragraphs under this Section and replace with the following:
Topsoil, Type will be measured by the cubic yard to the nearest 0.5
cubic yard in the haul conveyance or container at the point of delivery.
The Resident Inspector shall be given a copy of the trip ticket or other
such evidence, which lists the quantity delivered and placed on site. The
Contractor shall coordinate same.
8-02.5 Payment
Delete all paragraphs under this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1 for each of the
following listed bid items that are included in the Proposal:
The unit contract price per cubic yard for "Topsoil, Type A" shall be full pay
for all costs necessary for providing the source of material for topsoil
Type A, for pre -excavation weed control, excavating, loading, hauling,
intermediate windrowing, stockpiling, weed control on stockpiles or
windrows, and removal, furnishing, placing, cultivating, spreading,
processing, and compacting the topsoil.
8-04 CURB, GUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
This Section is supplemented with the following:
Any curb and gutter damaged, defaced, cracked, chipped, or determined
to be of poor workmanship, in the opinion of the Contracting Agency, shall
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-6
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
be removed, wastehauled and replaced by the Contractor, at the
Contractor's expense. Sacking and grinding shall not be considered an
acceptable means for repairing unacceptable sections. The Contractor
shall further provide verbal and written notice (door hanger) to property
owners identifying restricted use of their driveways, sidewalks, etc. This
notice must be provided twice: at 1 week prior and again 1 day prior to
the work being performed.
8-04.5 Payment
This Section is supplemented with the following:
The unit contract price per linear foot for "Cement Concrete Traffic Curb
and Gutter" shall include all costs associated with furnishing labor,
material, tools, and equipment for the complete installation of these items
including, but not limited to, forming, placing, block -outs, lowering curbs
for sidewalk ramps and driveways, joint filler, curing, temporary
barricades, end -sections, painting, and any other items as shown on the
plans and as required in the field for a complete installation. It shall also
include protecting all curb and gutters from vandalism and other damage
until accepted by the Contracting Agency.
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8-06.3 Construction Requirements
This Section shall be supplemented with the following:
Cement Concrete Driveway Entrance shall conform to the details shown
on the Plans. The driveway width shall be as shown on the Plans or as
directed by the Engineer to suit field conditions. The Contractor's
attention is called to the several different driveway entrance
configurations. It is essential that the proper detail be used as indicated
on the Plans. The Contractor shall confirm each driveway type and width
in the field with the Engineer prior to forming the driveway. Failure to do
so shall be justification for removing and replacing the work at no
additional cost to the Contracting Agency.
Before placing any concrete, the Contractor shall have on the job site
enough protective paper, or equivalent, to cover the pour of an entire day
in the event of rain or other unsuitable weather conditions.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-7
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Driveway access shall be maintained at all times. The Contractor shall
use steel plates to bridge entrances or construct entrances in sections in
order to protect new driveway entrances and allow access during the
curing period.
The placing and compaction of the subgrade and crushed surfacing shall
be in accordance with the requirements of the applicable sections of the
Standard Specifications and these Special Provisions.
The driveway entrance shall be protected against damage or defacement
of any kind until acceptance by the Contracting Agency. Any driveway
entrance not acceptable, in the opinion of the Engineer, because of
damage or defacement shall be removed, wastehauled, and replaced by
the Contractor at the Contractor's expense. Sacking, grinding, or spot
repair shall not be considered an acceptable means for repairing
unacceptable sections.
8-06.4 Measurement
Delete this Section and replace with the following:
Cement Concrete Driveway Entrance will be measured by the square yard
of total surface area from the backside of the curb to the backside of the
sidewalk, regardless of entrance type.
Cement Concrete Driveway Repair will be measured by the square yard of
cement concrete driveway installed.
8-06.5 Payment
This Section is supplemented with the following:
The unit contract price per square yard for "Cement Concrete Driveway
Entrance" shall be full compensation for all labor, tools, equipment,
materials, and incidentals required to perform the work as specified
including, but not limited to, forming, joint material, furnishing and installing
the concrete, finishing, protecting the work, temporary steel plating, and
regardless of entrance type.
Crushed surfacing top course shall be paid under the unit contract item for
"Crushed Surfacing Top Course."
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-8
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
8-09 RAISED PAVEMENT MARKERS
8-09.3 Construction Requirements
This Section is supplemented with the following:
One Blue Raised Pavement Marker, Type 2 shall be placed in -line with the
lane line that is closest to the hydrant perpendicular to the centerline of the
roadway in front of each fire hydrant. On a two-lane roadway, the marker
shall be offset from the centerline 4 inches toward the hydrant location.
8-09.4 Measurement
Delete this Section and replace with the following:
Measurement of markers will be by units of 100 markers furnished and set
in place regardless of the type of marker.
8-09.5 Payment
Delete this Section and replace with the following:
"Raised Pavement Marker," per hundred.
The unit contract price per hundred for "Raised Pavement Marker" shall be
full pay for furnishing and installing the markers, regardless of type, in
accordance with these Specifications including all costs involved with
traffic control except for reimbursement for labor for traffic control in
accordance with Section 1-10.5.
8-13 MONUMENT CASES
8-13.1 Description
This Section is supplemented with the following:
This work shall also consist of adjusting existing monument case and
covers to grade in accordance with the Plans and these Specifications.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-9
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-13.4 Measurement
This Section is supplemented with the following:
Measurement of Adjust Monument Case and Cover will be per each unit
adjusted to final grade.
8-13.5 Payment
This Section is supplemented with the following:
"Adjust Monument Case and Cover," per each.
The unit contract price per each for "Adjust Monument Case and Cover"
shall be full pay for all materials, labor, tools, and equipment necessary to
adjust the monument case and cover to grade.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3 Construction Requirements
This Section is supplemented with the following:
Any sidewalk damaged, defaced, cracked, chipped, or determined to be of
poor workmanship, in the opinion of the Contracting Agency, shall be
removed, wastehauled, and replaced by the Contractor at the Contractor's
expense. Damaged sidewalk shall be removed at a construction or
expansion joint; sawcutting will not be allowed. Sacking, grinding, or spot
repaired shall not be considered an acceptable means for repairing
unacceptable sections. The Contractor shall further provide verbal and
written notice (door hanger) to property owners abutting the Project
identifying restricted use of these facilities, etc. This notice must be
provided 1 week prior and again 1 day prior to the work being performed.
8-14.4 Measurement
This Section is supplemented with the following:
Measurement of curb ramps will be by the unit for each completed ramp,
regardless of ramp type.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-10
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-14.5 Payment
This Section is supplemented with the following:
The unit contract price per square yard for "Cement Conc. Sidewalk" shall
include all costs of furnishing all materials, labor, tools, and equipment
necessary for a complete installation including forming, furnishing and
placing concrete, thickened edges, jointing and joint filler, curing,
temporary barricades, and any other items required for a complete
installation in good working order and in accordance with the Plans, the
Specifications, and as required in the field. It shall also include protecting
all sidewalks from damage until accepted by the Contracting Agency.
The unit contract price per each for "Cement Conc. Curb Ramp" shall
include all costs of furnishing all materials, labor, tools, and equipment
necessary to furnish and construct the curb ramp, regardless of type,
including forming, furnishing and placing concrete, truncated domes,
curbing for ramps (at sides or back of ramps), jointing, and joint filler,
curing, and temporary barricades as necessary.
8-20 Illumination, Traffic Signal Systems, Intelligent Transportation
Systems, and Electrical
8-20.1 Description
This Section is replaced with the following:
The electrical work shall consist of furnishing, installing and field-testing all
materials and equipment necessary to complete in place, fully functional
systems of any or all of the following, types including modifications to an
existing equipment all in accordance with approved methods, City
Guidelines, WSDOT Design Guidelines, the Plans, Standard
Specifications, the latest Amendments to Standard Specifications and
these Special Provisions:
Installation of Pedestrian Hybrid Beacons (HAWK) Signal System
Installation of Accessible Pedestrian Signal (APS) Devices
The work involves, but shall not be limited to furnishing and installation of
the following:
Signal controller and equipment
BPS system and equipment
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-11
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Cabinets and bases
Signal poles
Signal and pedestrian heads
Pedestrian pushbuttons
Emergency Pre-emption equipment
Junction boxes
Conduit and wire
Luminaires
Electrical service, enclosures, connections, and bases
Unless otherwise noted, the location of foundations, poles, cabinets, junction
boxes and appurtenances shown in the Plans are approximate; and the exact
location will be established by the Engineer in the field.
8-20.1(1) Regulations and Code
This Section is supplemented with the following:
All electrical equipment shall conform to the standards of the National
Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio
Manufacturers Association, the American Society for Testing and
Materials (ASTM), the American Association of State Highway and
Transportation Officials (AASHTO), the American National Standards
Institute (ANSI), the National Electrical Safety Code (NESC), the
International Municipal Signal Association (IMSA), whichever is applicable,
and to other codes listed herein.
Where applicable, materials shall conform to the latest requirements of the
Washington State Department of Labor and Industries and Puget Sound
Energy.
Prior to start of Work, all necessary licenses, permits, and approvals shall
be obtained. The Contractor shall comply with all laws, ordinances, rules,
orders, and regulations relating to the performance of the Work, the
protection of adjacent property, and the maintenance of all other facilities.
The Contractor will be required to comply with all the provisions of these
documents and shall save and hold the City harmless from any damage
that may be incurred as a result of the Contractor's failure to comply with
all the terms of these permits.
Electrical Inspector shall inspect and approve the electrical portions of the
Project. Before work begins, the Contractor shall contact an Electrical
Inspector to coordinate a schedule of electrical inspection. The cut-off time
for next day inspections is 3:00 PM. When electrical inspection of work is
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-12
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
required, the Contractor shall notify the Electrical Inspector at least two
days in advance.
The Electrical Inspector's inspection and approval of all electrical work is
required before final acceptance of the project. All costs to obtain and
comply with electrical permits shall be included in the applicable bid items
for the work involved.
Persons performing electrical work shall be certified in accordance with
RCW 19.28.161. Proof of certification shall be supplied to the Engineer
prior to the performance of the work.
8-20.1(2) Industry Codes and Standards
This Section is supplemented with the following:
National Electrical Safety Code (NESC), Secretary NESC, NESC
Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ
08855-1331.
8-20.1(3) Restrictions on the Schedule of Work
This Section is an added new section:
Work in Roadway The roadway shall be kept open to traffic at all times,
except when specific tasks required by this Contract require construction
in the roadway (see Section 1-10 of these Special Provisions for roadway
closure restrictions information). All exceptions will require an advanced
approval from the Engineer and approval of a special traffic control plan to
be developed by the Contractor.
All trenching work shall be completed and patched with HMA or covered
with steel plates by 3:00 p.m. to allow all lanes of traffic to be open.
Traffic Control During Construction
The Contractor shall submit a detailed traffic control plan and obtain
approval from the Engineer prior to roadway trenching, erection of mast
arms, installation of induction loops, and other activities requiring lane
closures or detours. During traffic interruptions, traffic will be controlled by
qualified flag persons unless otherwise specified. Work performed on
Saturday, Sunday, or holidays, requires the presence of a City inspector
and must be approved five (5) days in advance of the planned work.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-13
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
During the erection of mast -arm assemblies, the Contractor, with the
authorization of the Engineer, may block all traffic lanes for a maximum of
10 minutes during the hours as specified in these Special Provisions
Sections 1-07.23(1) and 1-08.0(2) herein.
Unless otherwise approved by the Engineer, the Contractor shall furnish
an off -duty police officer for traffic control for conditions as required per
Section 1-10.3(3)M of these Special Provisions, and for all other
conditions where the Engineer deems it necessary for safety. The off -duty
police officer shall be in addition to all other personnel required for
flagging. The Contractor shall coordinate all such Work and shall include
the cost of the officer per Section 1-10, in these Special provisions.
Mast Arm Erection
Mast arms should not be erected more than 14 calendar days prior to the
system being turned on. Vertical signal poles may be installed earlier with
no limiting days prior to signal being placed into operation.
Signal Head Installation
The vehicle and pedestrian signal heads and push buttons shall be
covered immediately upon installation and shall remain covered until the
signal is turned on. A small hole shall be created in the cover that aligns
with each signal lens or pedestrian legend for the purpose of final field
testing.
Traffic Signal Turn -On
Prior to schedule of turn -on, an electrical inspection must be passed with a
copy of the Electrical Control Permit in the service cabinet. The traffic
signal controller shall be provided to the COR Field Maintenance Shop for
testing and programming at a minimum of thirty-five (35) days in advance
prior to signal turn on. The traffic signal controller shall meet the
requirements of Section 9-29.13 of these Special Provisions. A minimum
of five (5) working days written notice will be required for signal turn on.
The Contractor shall not pick up the controller cabinet from the City until
power is present at the site and all site preparation required to install the
controller cabinet is complete.
All discrepancies and deficiencies must be corrected by the contractor and
re -inspected prior to requesting signal turn on date. All functional tests
required by the Contract Specifications shall be completed to the
satisfaction of the Engineer 48 hours prior to the Turn -On date.
Signal turn -on shall not be allowed on Mondays, Fridays, weekends,
holidays, and the weekday immediately before and after a holiday. Signal
turn -on shall be completed between the hours of 9 a.m. and 2 p.m. on the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-14
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
day of the turn -on. No turn -on will be allowed until the approval of the
Engineer.
The signal turn -on shall be performed by the COR Field Maintenance
Shop. The Engineer shall certify the intersection is operating and
functioning in accordance with the specifications. The Contractor shall be
present during the turn -on with adequate equipment to repair any
deficiencies in operation.
The traffic signal controller manufacturer's representative shall fully
explain the operation of all control equipment to the Engineer prior to the
turn -on procedure. The Engineer may contact the manufacturer to
schedule the explanation of the control equipment and the training session
shall be provided if deemed necessary by manufacturer's representative.
Requests for traffic signal turn -on will not be considered until a pre -turn on
inspection of signal system has taken place.
Requests for signal turn -on shall not be considered until electrical service
to the intersection has been provided and has been energized by the
electric utility.
Channelization at the intersection must be completed per plan before
requesting signal turn -on date. Any deletions of channelization prior to
turn -on must be approved by the Engineer.
The Contractor shall provide, post and maintain proper signing warning of
new signal ahead per XXX.
Permits
The Contractor will be responsible for coordinating, obtaining, and paying
for all permits necessary to complete this work in a timely fashion. All
required electrical permits shall be obtained before beginning trench
excavation.
8-20.1(4) Special Provisions Cost Included in Contract Price
This Section is an added new section:
All costs incurred by reason of, or in connection with, the Special
Provisions shall be included in the contract bid price.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-15
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-20.1(5) Errors and Omissions
This Section is an added new section:
The Contractor shall immediately notify the Engineer upon discovery of
any errors or omissions in the Contract Documents, in the layout as given
by survey points and instructions, or of any discrepancy between the
Contract Documents and the physical conditions of the locality. If deemed
necessary, the Engineer shall rectify the matter and advise the Contractor
accordingly.
Any work done after such discovery without City authorization will be done
at the Contractor's risk and expense.
8-20.2 Materials
This Section is supplemented with the following:
Materials shall meet the requirements of Section 9-29 of the Standard
Specifications and Special Provisions.
All materials for the completion of the Work described herein and in the
Plans shall be furnished by the Contractor.
The Engineer reserves the right to inspect the manufacturing process of
all materials. Final inspection of the installed materials will not be given
until final installation and testing has been completed on the systems.
Approval to install materials and equipment must be obtained from the
Engineer at the job site before installation.
Product Handling
All equipment shall be handled and protected so as to prevent damage.
Damaged equipment, if any, shall be repaired or replaced by the
Contractor to the satisfaction of the Engineer at no additional cost to the
City.
Salvaged Equipment
All existing equipment that is to be removed shall not be stockpiled within
the job site without theEngineer's approval. The following signal
equipment shall remain the property of the City and shall be disconnected,
dismantled, stacked separately and delivered to the City:
• Traffic Signal Standards and Mast Arms
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-16
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
• Controller Cabinet
• Solar Panels
• Flashing Beacon Displays and Mounting Hardware
• Pedestrian Pushbuttons
• Terminal Cabinets
• Visors
The Contractor shall give the Engineer fourteen (14) calendar days
advance written notice prior to delivery for removed materials to the City's
storage facilities.
The salvaged material listed above shall be delivered between the hours
of 8:30 a.m. and 2:30 p.m. to:
Field Maintenance Shop
3555 NE 2nd Street
Renton, WA 98056
The Contractor shall:
• Remove all wires for discontinued circuits from the conduit system.
• Remove elbow sections of abandoned conduit entering junction
boxes.
• Removed abandoned conduit that is less than 18 inches below
finished grade, unless otherwise indicated in the Plans.
• Remove foundations to a depth of at least five feet below finished
ground elevation or below subgrade elevation, whichever is lower.
• Backfill voids created by removal of foundations and junction
boxes. Backfilling and compaction shall be performed in
accordance with Standard Specification Section 2-09.3(1)E.
Pole Shaft and Mast Arm Identification
All removed mast arms and pole shaft shall be identified by paper
identification tags recording pole number, intersection location (such as
SR XXX, jct XXX), and mast arm length. 4 inch by 6 inch (minimum) tags
shall be taped to corresponding pole shafts and mast arms. Information on
the mast arm tag shall match the information on the corresponding pole
shaft tag. Each tag shall be entirely covered with clear acetate tap. The
tape shall be wrapped on full circle around the shaft or arm with a 1/2 —
inch minimum overlap at the ends and sides. The Contractor shall bundle
the complete signal poles standard assembly together. The assembly
consists of pole shaft, mast arm, and connecting bolts. Connecting bolts
shall be attached to the original mast arm base plate.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-17
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Dismantled equipment shall be clearly marked and all hardware saved in a
heavy duty burlap bag attached to the corresponding signal standard or
mast arm. The Contractor shall be responsible for loading, delivering and
unloading the salvaged signal equipment as directed by the Engineer.
The Engineer shall determine the condition of the signal equipment. Only
undamaged material parts will be accepted by the City.
If the Contractor's operation causes damage to removed equipment to be
returned, it shall be repaired or replaced by the Contractor to the
Engineer's satisfaction at no additional cost to the City. The Contractor
shall remove and dispose properly all debris and signal equipment not
identified for returned to the City.
Equipment to Remain
Care shall be taken to protect and preserve all existing equipment that is
not being removed under this Contract. Any existing equipment to remain
that is damaged by the Contractor shall be repaired or replaced to the
Engineer's satisfaction, at no additional expense to the City.
8-20.2(1) Equipment List and Drawings
This Section is revised as follows:
Add the word "calendar" after "twenty" in the first paragraph.
Paragraph five of Section 8-20.2(1) is deleted.
After the fifth paragraph add the following:
Shop drawing for signal standards shall be provided in an electronic
format (AUTOCAD Release 2018 or later), as well as complying with
Section 6-03.3(7).
Manufacturer's technical information shall be submitted for all poles, mast
arms, luminaires, wire, conduit, junction boxes, control equipment, and all
other items to be used on the Project. The Contractor also shall submit
either on the signal standard shop drawings or attached to the signal
standard shop drawings all dimensions to clearly show the specific mast
arm mounting height and signal tenon locations for each signal pole to be
installed. Final ground and roadway cross sections at the locations of the
standards shall be submitted for approval along with the shop drawings.
All approvals by the Engineer must be received by the Contractor before
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-18
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
material will be allowed on the job site. Materials not approved will not be
permitted on the job site.
All shop drawings for signal poles shall be stamped by a State of
Washington registered Civil or Structural Engineer.
The Engineer shall have 14 calendar days to review information for each
submittal that is made.
Approval of shop drawings does not constitute final acceptance or
guarantee of the material, but is solely to assist the Contractor in providing
the specified materials.
Final verified dimensions for signal standards, including pole base to
signal mast arm connection point, pole base to light source distances,
mast arm length, offset distances to mast arm mounted appurtenances,
and orientations of pole mounted appurtenances shall be verified by the
Engineer as part of the final approved shop drawings prior to fabrication.
If the Contractor selects to use LED luminaires not listed in
Section 9-29.10 of these Special Provisions, the Contractor shall submit
an electronic copy of the following information for the complete corridor
illumination system:
• Cut sheets for all proposed luminaires including photometric data
(per IESNA LM-79-08) and lumen maintenance data (per IESNA
LM-80-08).
• AGI-32 layout using pole locations per the Contract Plans and
complete layout including all roadway luminaires. AGI file with
luminaire locations, calculation areas and required standards may
be obtained from the Engineer upon request.
Manufacturer's data for materials proposed for the electrical systems, for
use in the Contract which require approval, shall be submitted in one
complete package.
Approval of shop drawings does not constitute final acceptance or
guarantee of the material, but is solely to assist the Contractor in providing
the specified materials.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-19
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-20.3(1) General
This Section is supplemented with the following:
Signal Installation Coordination with the City The Contractor shall
coordinate with the COR Field Maintenance Shop, for all required signal
installation work and testing.
Power Source Coordination
The Contractor shall coordinate all of the installation details for the
electrical service cabinet(s) with Seattle City Light. Within 4 weeks after
Notice to Proceed, the Contractor shall meet with a Seattle City Light
Representative (see Section 1-07.17 for Utilities contact information) in the
field to verify the location of power source as shown in the Plans and shall
notify the Engineer immediately if any conflicts exist. The PSE portion of
the installation shall be completed prior to installation of the service
cabinet by the Contractor.
Existing Conditions
No new equipment shall be constructed as part of this contract that is in
conflict with any existing utilities, or the code required thereby. It shall be
the Contractor's responsibility to locate all utilities whether above, on, or
below the ground and to protect against any and all damages arising from
work under this project. At least 48 hours before digging, the Contractor
shall call the Utilities Underground Locator Center (telephone 811 or 1-
800-424-5555).
Existing underground utilities are indicated on the Plans in their
approximate location from field markings by the respective utility
companies without uncovering. Such indication does not relieve the
Contractor, however, from the responsibilities indicated herein.
In case of damage to any utilities above, on or below ground, the
Contractor shall immediately notify the utility agency involved.
Power, telephone, and gas facilities shall be repaired by the respective
utility company. Prior to start of construction, the Contractor shall contact
any remaining utilities to obtain material requirements and determine
repair procedures. Such repairs may be the responsibility of the
Contractor as directed by the respective utility.
The Contractor shall be responsible for the costs to repair any utilities
damaged by the Contractor regardless of whether the utility company or
the Contractor repairs the utility.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-20
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
The Contractor warrants and represents that it is fully aware of the
statutory provisions contained in RCW 19.122.010 through .900, that is
has read and fully understands the same, and that it will comply with the
requirements of these provisions which are incorporated by reference
herein. The Contractor agrees that all trenching as well as excavating for
mast arm pole bases shall be an "excavation" as defined under RCW
Chapter 19.122 and that such utilities constitute underground facilities.
The parties agree that remedies affected under RCW Chapter 19.122 are
also incorporated by reference herein. Any cost to the Contractor as a
result of this law shall be at the Contractor's expense.
The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either
temporary or permanent, of their facilities within the project limits.
Before beginning any excavation work for foundations, junction boxes or
conduit runs, the Contractor shall confirm that the location proposed on
the Contract Plans does not conflict with utility location markings placed
on the surface by the various utility companies. If a conflict is identified,
the following process shall be used to resolve the conflict:
1. Contact the Engineer and determine if there is an alternative
location for the foundation, junction box, vault or conduit trench. If
an adequate alternate location is not obvious for the underground
work, select a location that may be acceptable and pothole to
determine the exact location of other utilities. Potholing must be
approved by the Engineer. If an adequate alternate alignment still
cannot be identified following potholing operations, the pothole area
should be restored and work in the area should stop until a new
design can be developed.
The Contractor shall not attempt to adjust the location of an existing utility
unless specifically agreed to by the utility owner.
Surface Mounted Appurtenances
Electrical appurtenances to be surface mounted on structures shall be
mounted so that a minimum 1/4-inch space is maintained between the
appurtenance and structure.
8-20.2(3) is an added new section
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-21
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-20.3(2) Excavating and Backfilling
This Section is supplemented with the following:
The Contractor shall provide trenching as specified herein, regardless of
the material encountered, as necessary for complete and proper
installation of signal conduit. The City reserves the right to make additions
or deletions to the trenching which prove necessary for the completion of
this Project.
8-20.3(4) Foundations
This Section is supplemented with the following:
The Contractor shall provide all materials for and construct the
foundations for poles and cabinets to the dimensions specified in the
Plans. The anchor bolt pattern circle shall match that of the item to be
installed thereon.
• Combination signal controller/BPS/electrical service cabinet
foundation shall be per the COR Standard Plan 126.2.
• Signal pole foundations shall be per COR Standard Plans 138.1
and 138.3 and Contract Plans.
The Engineer, prior to excavation, shall approve location of all concrete
foundations.
All excess materials shall be removed from the construction site and
disposed of at the Contractor's expense.
Concrete foundations shall be placed against undisturbed earth if
possible. CDF shall be used to backfill around signal pole foundations that
are not placed against undisturbed earth. Before placing the concrete, the
Contractor shall block out around any other underground utilities that lie in
the excavated base so that the concrete will not adhere to the utility line.
The Contractor shall secure the anchor bolts required for the item to be
mounted on the foundation. The Contractor shall also securely locate all
conduit required, to be used to connect the pole ground wire to the ground
rod in the nearest junction box.
Concrete foundations shall be troweled, brushed, edged, and finished in a
workmanship -like manner. Concrete shall be promptly cleaned from the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-22
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
exposed portion of the anchor bolts and conduit after placement. Concrete
and steel rebar shall be furnished and placed as shown in the Contract.
After a curing period of 3 weeks or 90% of the design strength has been
obtained, the Contractor may install the signal poles on the foundations.
8-20.3(5) Conduit
8-20.3(5)A General
This Section is revised as follows:
When the Contractor encounters obstructions or is unable to install
conduit because of soil conditions, as determined by the Engineer,
additional work by the Contractor to place the conduit will be paid in
accordance with Standard Specifications Section 1-04.4.
Pull wires shall be installed by the Contractor.
All conduit openings shall be fitted with approved bell -ends or bushings.
Wall thickness of conduit shall be consistent within continuous conduit
runs with no mixing of different schedule types between terminations. The
conduits shall be adjusted in accordance with WSDOT Standard Plans
J-40.10 and J-40.30 before conductors are installed.
The Contractor shall provide and install all conduit and necessary fittings
at the locations noted on the Plans. Conduit size shall be as indicated on
the wiring and conduit schedule shown on Plans.
Conduits entering through the cabinet foundation shall be arranged toward
the front of the cabinet for maximum accessibility.
All joints shall be made with strict compliance to the manufacturer's
recommendations regarding cement used and environmental conditions.
Conduits shall be capped during construction using manufactured seals to
prevent entrance of water and debris. The conduits shall be cleaned
before pulling wire and shall include bonded ground wire (including spare
conduits for locating purposes). Spare conduits shall be capped and
labeled "City of Renton" conduits.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-23
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-20.3(5)B Conduit Type
This Section is revised as follows:
All conduit shall be rigid non-metallic unless noted otherwise in the Plans
or Special Provisions.
Conduit to be provided and installed shall be of the type indicated below:
• Schedule 40 heavy wall PVC conforming to ASTM standards shall
be used whenever the conduit is to be placed outside of the
roadway area.
• Schedule 80 extra heavy wall PVC conforming to ASTM standards
shall be used when the conduit is to be placed within the roadway
area.
8-20.3(5)E1 Open Trenching
This Section is supplemented with the following:
Uniform Construction: Trenching for conduit runs shall be done in a neat
manner, and the trench bottom shall be graded to provide a uniform
grade, with a width and depth as specified herein. All trenches for
placement of conduit shall be straight and as narrow in width as possible.
Trench Inspection: No work shall be covered until it has been examined by
the Engineer. Earth, which fills around and over the conduit, shall be free
of rocks greater than 2 inches up to a depth of 6 inches. When trenching is
being accomplished within the sidewalk area, the backfill can be made
with acceptable materials from the excavation and shall be considered
incidental to the excavation in accordance with the Standard
Specifications. The compaction requirements for the roadway backfill shall
apply. Trenches in all asphalt pavement areas shall be sawcut. The
sawcut shall be a minimum of 2 inches deep and shall be parallel. Slurry
from saw cutting must be vacuumed up as cutting is taking place and
disposed of properly.
Pavement Removal: Pavement shall be removed in a manner approved
by the Engineer. The Contractor shall take care in removing existing
paving not to damage the pavement outside of the saw cut lines.
Trenching Through Concrete Sidewalk Areas and Through Concrete Curb
and Gutter: The Contractor has the option of pushing conduit under
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-24
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
existing sidewalk and curb and gutter or removing and replacing the
concrete to the limits of the existing expansion joints. The costs for
pushing conduit shall be incidental to the trenching. The costs of
replacement sidewalk or curb and gutter shall be paid with the appropriate
bid items.
8-20.3(5)E4 Directional Boring
This Section is supplemented with the following:
At the Contractor's option, conduit can be installed using a surface
launched steerable drilling tool. Directional boring shall only be performed
by an experienced Contractor specializing in directional boring and whose
key personnel performing the work have at least 5 years of experience in
this work. The Contractor shall submit a plan and methodology of the
proposed areas where directional boring is proposed to the Engineer for
approval at least 10 working days in advance of the work.
The Contractor shall be responsible for restoration for any damage caused
by heaving, settlement, separation of pavement, escaping drilling fluid or
the directional drilling operation, at no cost to the City.
A complete set of as -built plans showing all bores (successful and failed)
within 10 calendar days of completing the boring shall be submitted to the
Engineer. The plans shall be copies of the Contract Plans and include
roadway profile, cross-section, boring location and subsurface conditions.
The plans must include elevations of the installation.
8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
This Section is supplemented with the following:
Junction boxes used for electrical wiring shall utilize a locking lid per
WSDOT Standard Plans J-40.10 and J-40.30.
Junction boxes shall have galvanized steel lids and frames. All junction
boxes placed in the sidewalks shall have also skid resistant lids that meets
all requirements per Section 9-29.2 of these Special Provisions, per COR
Standard Plan 135.
All junction boxes and associated concrete pads shall be installed on
compacted sub grade which shall include six inches of 5/8th-inch minus
crushed surfacing top course material installed under and around the base
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-25
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
of the junction box. The junction box shall include installation of a 4" thick
Class "B" cement concrete pad enclosing the junction box as per the
WSDOT Standard Plans.
Concrete shall be promptly cleaned from the junction box frame and lid.
If junction boxes are placed in the sidewalk, they shall not be placed
closer than 12 inches from the edge of any sidewalk or sidewalk joint. The
frame and lid shall be from 0 to 3/16 inch below a straight edge laid across
the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive
camber. Pre -molded joint filler for expansion joints shall be placed around
junction boxes installed in sidewalks.
Wiring shall not be pulled into any conduit until all associated junction
boxes have been adjusted to or installed in their final grade and location,
unless installation is necessary to maintain system operation. If wire is
installed for this reason, sufficient slack shall be left to allow for final
adjustment.
The second paragraph is supplemented with the following:
9. Wiring shall not be pulled into any conduit until all associated
junction boxes have been adjusted to or installed in their final grade
and location, unless installation is necessary to maintain system
operation. If wire is installed for this reason, sufficient slack shall be
left to allow for final adjustment.
10. Junction box lids shall have grounding lugs and be mechanically
and electrically bonded. (see Section 8-20.3(9), Paragraph 3).
8-20.3(8) Wiring
This Section is revised as follows:
All illumination circuits shall be labeled with a PVC marking sleeve bearing
the circuit number at each junction box whether splices are present or not.
Terminal strips in cabinets, or when used as a connection device between
conductors, shall bear the circuit numbers.
All wires terminated at a terminal block shall have an open end, crimp
style solderless, insulated terminal. All terminals shall be installed with a
tool designed for the installation of this type of terminal. Crimping with
pliers, wire cutters, etc., will not be allowed. Terminals shall be color
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-26
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
coded to the wire and sized to fit snugly on wire ends. No exposed
conductor will be allowed.
All wiring inside the controller cabinet shall be trimmed and cabled
together to make a neat, clean appearing installation. No splicing of any
traffic signal conductor shall be permitted unless otherwise indicated on
the plans. All conductor runs shall be attached to appropriate signal
terminal boards with pressure type binding posts. Field wiring shall be
COR Standard Plan 138.2.
8-20.3(9) Bonding, Grounding
This Section is revised as follows:
Detectable pull wires shall not be connected to the equipment -grounding
system.
Contractor shall provide and install bonding and grounding wires as
described in Standard Specifications and the National Electric Code for
any new metallic junction boxes and any modified existing junction boxes.
For the purposes of this section, a box shall be considered "modified" if
new current -carrying conductors are installed, including low -voltage
conductors.
Junction box lids and frames shall be grounded in accordance with
Department of Labor and Industries standards, and shall be grounded so
that the ground will not break when the lid is removed and lain on the
ground next to the junction box.
All conduits which are not galvanized steel shall have bonding wires
between junction boxes.
At points where wiring shields of shielded conductors are grounded, the
shields shall be neatly wired and terminated on suitable grounding lugs.
All street light standards, signal poles and other standards on which
electrical equipment is mounted shall be grounded to a copper clad
metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8
AWG bare copper bonding strap located in the nearest junction box.
All signal controller cabinets and signal/lighting service cabinets shall be
grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground
rod located in the nearest junction box with a bare copper bonding strap
sized in accordance with the plans, specifications and applicable codes.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-27
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
Ground rods and straps are considered miscellaneous items and all costs
are to be included with the system or conductors.
8-20.3(10) Services Transformer, Intelligent Transportation System Cabinet
This Section is revised as follows:
Paragraph two is deleted.
Paragraph three is deleted.
Power service shall be single phase 120/240 volt, 3 wire 60 Cycle A.C.
(street lighting contactor/traffic signal, grounded neutral service) per COR
Standard Plans.
The power service point shall be as noted on the Plans and shall be
verified by the electrical servicing utility (the Contractor to coordinate a
power service point availability, with a power company, as described in
these Special Provisions, Section 8-20.3 Construction Requirements).
The service cabinet shall be shipped and delivered to the job site in a
protective covering with suitable dunnage to prevent damage to the
exterior surface.
8-20.3(14)A Traffic Signal Controllers
This Section is revised as follows:
The new traffic signal controller and cabinet shall conform to all of the
sections and requirements within and under the Sections and Sub
Sections of 9-29.13 Control Cabinet Assemblies within the Standard
Specifications and these Special Provisions.
The Traffic Signal controller and cabinet shall be tested by the City at
COR Field Maintenance Shop. The Contractor shall deliver the controller
and cabinet to the COR Field Maintenance Shop and shall pick up the
units at the end of the test period, deliver to the job site, and install.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-28
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
8-20.3(14)B Signal Heads
This Section is revised as follows:
Alignment of vehicular and pedestrian signal heads shall be approved by
the Engineer prior to system turn -on. All new vehicular and pedestrian
signal heads shall be covered (sacked) completely with a 6 mil black
polyethylene sheeting until placed into initial operation. The fitted covers
shall use adjustable straps. The fitted covers shall have a one -inch hole
for each signal display to flash out indications.
After the pole assembly has been installed and leveled, the Contractor
shall measure the distance between each mounting point on the arm and
the roadway. A type of mounting bracket different from that specified on
the Plans shall be provided and installed by the Contractor if necessary to
achieve the following criteria:
1. Red indications shall be in as straight a line as possible.
2. The housing to pavement clearances (including a backplate) shall
be minimum 16.5 feet above the pavement. The top of the vehicle
signal housing location shall be per the MUTCD.
The Contractor shall provide and install the correct type of mounting to
achieve the criteria noted above at no additional expense to the Owner.
Vehicular signal faces should be aimed so that the continuation of the
optical axis of the signal passes through a point on the approach located
at least the distance given in the following table and at drivers' eye height.
If the approach sight distance is limited by horizontal or vertical alignment,
the signals shall be aimed at a point on the approach at which the signal
indication first becomes visible.
8-20.3(14)E Signal Standards
This Section is revised as follows:
3. Disconnect connectors complete with pole and bracket cable shall
be installed in any signal standard supporting a luminaire.
Illumination wiring shall conform to COR Standard Plans.
Installation of all nuts and bolts shall be performed with proper
sized sockets, open end or box wrenches. Use of pipe wrenches or
other tools which can damage the galvanization of the nuts and
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-29
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
bolts will not be permitted. Tools shall be of a sufficient size and
strength to achieve adequate torquing of the nut(s).
Traffic signal standards shall be fabricated in conformance with the
methods and materials specified on the pre -approved plans and outlined
in the Standard Specifications and these Special Provisions,
Sections 9-29.6(1)A Decorative Signal Poles Type III and 9-29.6(1)A
Signal Poles Type PS. All Type III signal standards shall have terminal
cabinets and Iuminaire arm connection as described in 9-29.6(1)A
Decorative Signal Poles Type III.
While delivering the poles and arms to the job site and before they are
installed, they shall be transported and stored in a manner that will not
inconvenience the public or damage the surface finish. Extreme care shall
be taken by the Contractor during installation and pole erection to avoid
damage to the finish.
The poles shall be installed on leveling nuts and washers secured to the
anchor bolts and with locking nuts and washers on the top of the base
flange. The side of the shaft opposite the load shall be plumbed by
adjusting the leveling nuts or as otherwise directed by the Engineer. The
space between the concrete base and the bottom of the pole flange shall
be filled with dry pack mortar to completely fill the space under the flange
and be neatly troweled to the contour of the pole flange. A barrier shall be
placed around the anchor bolts to prevent grout from entering the
conduits. A plastic drain hose (3/8-inch diameter) shall be inserted through
the mortar to provide drainage from the interior of the pole base and be
trimmed flush with the interior and exterior surface of the mortar. Dry pack
mortar shall consist of a 1 to 3 mixture of cement and fine sand.
All welds shall comply with the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires and Traffic Signals.
Welding inspection shall comply with Standard Specifications
Section 6-03.3(25)A Welding Inspection.
Hardened washers shall be used with all signal arm -connecting bolts
instead of lock washers. All signal arm AASHTO M 164 connecting bolts
shall be tightened to 40 percent of proof load.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-30
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
8-20.3(14)F Emergency Vehicle Pre-Emption Detectors
This Section is an added new section:
The Contractor shall supply the manufacturer's software on original disks.
Controller cabinets shall have the related harness wired into the cabinet
by the supplier.
Emergency vehicle pre-emption detectors shall be installed in a drilled and
tapped hole in the top of the mast arm unless otherwise shown in the
Plans. They shall be tightly fitted to point in the direction shown in the plan
view.
The Contractor shall furnish and install detector lead-in cable for the
emergency pre-emption system. Lead-in cable back to the controller, shall
be Opticom Detector 138 cable, or equivalent, and shall have no splices.
All lead-in cables shall be connected to terminals in the controller cabinet
as shown in the wiring diagram. The shields shall be grounded to the
grounding bar.
The Contractor shall furnish and install phase discriminator units as
required to obtain the necessary phase discriminator channels for each
leg of the intersection.
8-20.3(14)G Pedestrian Push Button Assembly
This Section is an added new section:
The Contractor shall provide and install the pedestrian push buttons (APS
type) and signs on the signal pole or pedestrian signal pole per Contract
Plans. The push buttons will be mounted to the poles per WSDOT
Standard Plan J-20.26. All mountings shall be securely fastened and
approved by the City Traffic Engineer. The position of the pedestrian push
buttons shall be adjacent to a flat surface, located generally so that each
point at the crosswalk which the button is intended to serve and face the
intersection; however, final positioning for the optimum effectiveness shall
be approved by the Engineer.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-31
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-20.3(15) Grout
This Section is supplemented with the following:
After the pole is plumbed the space between the concrete foundation and
the bottom of the pole base plate shall be filled with a dry pack mortar
grout troweled to a smooth finish conforming to the contour of the pole
base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland
cement and fine sand with just enough water so that the mixture will stick
together on being molded into a ball by hand and will not exude moisture
when so pressed. A one half inch drain hole shall be left in the bottom of
the grout pad as shown on the standard detail.
8-20.4 Measurement
This Section is replaced with the following:
When shown as lump sum in the Plans or in the proposal as "Pedestrian
Hybrid Beacons (HAWK) Signal System, Complete", no specific unit of
measurement will apply, but measurement shall be for the sum total of all
items for a complete system to be furnished and installed.
When shown as lump sum in the Plans or in the proposal as "Wireless
Interconnect" no specific unit of measure will apply, but measurement
shall be for the sum total of all items for a complete system to be furnished
and installed per lump sum.
8-20.5 Payment
This Section is supplemented with the following:
Payment will be made for the following bid items:
"Pedestrian Hybrid Beacon (HAWK) Signal System, Complete," per lump
sum.
"Wireless Interconnect," per lump sum.
"Pedestrian Hybrid Beacon (HAWK) Signal System, Complete" lump sum
shall be full pay for the construction of the complete electrical system,
removal of existing system, as shown in the Plans and herein specified
including excavation, backfilling, concrete foundations, luminaires, signal
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-32
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
controller cabinet, BPS and electrical service cabinets, signal poles,
pedestrian and signal heads, Emergency Vehicle Pre-Emption (EVPE),
signal pole mounted signs, APS type pedestrian signal push button
assemblies, conduit, wiring, terminal cabinets, signal controller
testing/assembly, restoring facilities destroyed or damaged during
construction, salvaging existing materials, testing, coordination with the
local power company, making all required tests, costs associated with
providing uniformed police officer, producing as -built plans and obtaining
all required electrical permits.
All costs for installing trenching containing signal conduits, shall be
included in the signal system lump sum bid item, listed above, and no
separate measurement will be made.
Bidders are cautioned to include in the lump sum bid item for signal
system, all costs related to dewatering, protection of items to remain,
removal and disposal costs of removed items not specified to be salvaged,
and costs associated with obtaining electrical inspection, associated
permits and testing as required.
All costs for installation of new sign posts and signs not installed on signal
equipment shall be paid per the bid item "Permanent Signing" per lump
sum in Section 8-21.5 of the Standard Specifications.
"Wireless Interconnect" lump sum shall be full pay for the construction of a
partial wireless interconnect system at the Pedestrian Hybrid Beacon
(HAWK) Signal System location at the intersection of Renton Avenue
South and South 132nd Street as specified in Section 9-29.22 to include
furnishing, installing, and testing all equipment for a partial wireless
interconnect system.
8-21 PERMANENT SIGNING
8-21.3(4) Sign Removal
This Section is supplemented with the following:
The Contractor shall obtain approval from the Engineer prior to removing
existing signs.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-33
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
8-21.3(5) Sign Relocation
This Section is supplemented with the following:
All existing signs not designated for permanent removal that are damaged
or removed shall be replaced by the Contractor at no additional expense
to the Contracting Agency.
Existing signs shall be temporarily relocated by the Contractor, as
required, to portable sign stands, subject to the approval of the Engineer.
When temporarily installed on posts, the signs shall be located as near as
practical to their permanent locations and shall have a minimum vertical
clearance above the pavement in accordance with the Manual on Uniform
Traffic Control Devices (MUTCD).
All portable sign stands shall be designed to rigidly support the sign in
position without creating a hazard to the motorist. Portable sign stands
shall be furnished by the Contractor and upon completion of the work shall
remain the property of the Contractor and shall be removed from the
Project.
8-21.5 Payment
This Section is supplemented with the following:
"Permanent Signing," per lump sum.
The lump sum contract price for "Permanent Signing" shall be full pay for
all material, labor, tools, and equipment necessary to remove, protect, and
reinstall existing signs including posts, concrete anchors, and fasteners,
as specified herein and shown on the Plans, as well as furnishing and
installing all new permanent signs as may be specified on the Plans.
8-22 PAVEMENT MARKING
8-22.1 Description
This Section is supplemented with the following:
Pavement markings shall conform to Section 8-22 of the Standard
Specifications, and the latest edition and amendments thereto of the
Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-34
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
State of Washington, and shall be constructed as shown in the Plans
except as modified herein.
The Contractor shall be responsible for all traffic control required to place
and protect pavement marking material, as outlined in Sections 1-07.23
and 1-10 of the Standard Specifications and these Special Provisions.
8-22.2 Materials
This Section is supplemented with the following:
Plastic pavement marking materials shall be Type A — liquid hot applied
thermoplastic unless indicated otherwise in the Contract Documents.
Patents
The Contractor shall assume all costs arising from the use of patented
materials, equipment, devices, or processes used on or incorporated in
the work, and agrees to indemnify and save harmless the Contracting
Agency and its duly authorized representatives from all suits of law or
action of every nature for, or on account of, the use of any patented
materials, equipment, device, or processes.
Acceptance
The Contractor shall be responsible for supplying material that meets
aforestated material and testing requirements. The Contractor shall
supply certification that the pavement marking material meets the above
specifications.
8-22.3 Construction Requirements
This Section is supplemented with the following:
In addition to the requirements of Sections 8-22.3(2) and 8-22.3(3), the
application and surface preparation shall conform to the manufacturer's
recommendations.
The Contractor shall provide the Engineer with two copies of the
manufacturer's recommendations for installation.
In all cases, the product manufacturer's recommended application
procedures shall be adhered to. When no such procedures have been
published, workmanship shall be governed by these Special Provisions
and the Standard Specifications.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-35
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
After cleaning of areas to receive pavement markings, the areas shall
pass inspection of the Engineer prior to application of the material or the
primer coat.
Reflectorized beading as stated in Section 8-22.3(3) of the Standard
Specifications shall be provided with all pavement markings.
8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING
8-24.2 Materials
This Section is supplemented with the following:
Landscape Block Walls
The face of the wall shall consist of a rock -face type appearance. Modular
block units shall be precast concrete tri-plane series, straight face, or
Contracting Agency approved equal. Color shall be concrete gray. The
depth of each unit block shall be a minimum of 21-1/2 inches. Unit blocks
shall allow concave and convex curves per wall alignments indicated on
Plans.
Modular block units shall have minimum 28-day compressive strength of
20 Mpa in accordance with ASTM C90. The concrete shall have adequate
freeze -thaw protection with a maximum adsorption rate of 8 percent.
Exterior dimensions shall be uniform and consistent. Maximum
dimensional deviations shall be 0.20 inches (not including textured face).
8-24.3(2) Gravity Block Wall
This Section is supplemented with the following:
Excavation
Excavation shall be in accordance with the requirements of Section 2-09
and in conformity to the limits and construction stages shown in the Plans.
The Contractor shall restrict the excavation limits to the length of wall that
can be constructed in one-day's work. Excavation beyond the limits that
can be completed in one day's work shall be permitted if the Contractor
can demonstrate that the excavation will remain stable until the wall is
completed.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-36
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
Slopes above the wall shall be established prior to any excavation for the
wall.
Foundation Preparation
The foundation for the wall shall be graded as shown in the Plans.
Prior to placement of the concrete units, the foundation, if not in rock, shall
be compacted. Any foundation soils found to be unsuitable shall be
removed and replaced as provided for under Section 2-09.3(1) C. The
leveling pad shall be compacted to 95 percent of modified Proctor.
Installation
The first course of block units shall be placed on the prepared leveling pad
with the front edges tight together. The Contractor shall install the units
level and the alignment as shown on the Plans. The units shall be in full
contact with the leveling pad. Proper care shall be taken to develop
straight lines and smooth curves. All cavities in and around the block shall
be backfilled. Backfill front and back of entire bottom row to firmly lock in
place. All excess material shall be swept from tops of units. Install next
course of wall units on top of base row. The blocks shall be aligned
according manufacturer's recommendations. The Contractor shall check
each block for proper alignment and level. Backfill remaining space
behind second course and compact to 95 percent of standard Proctor.
Repeat process for each succeeding course. No more than two courses
of block shall be dry stacked prior to placement of unit core fill and backfill.
Install cap units with construction adhesive at the wall locations indicated
on the Plans.
Backfill
Material shall be as specified in the Plans. Only hand -operated
compaction equipment shall be allowed within 3 feet of the wall face.
Sudden braking and sharp turning shall be avoided.
The backfill shall be compacted to achieve 95 percent modified Proctor.
The Contractor shall be fully responsible for achieving the specified
compaction requirements. The Engineer may direct the Contractor to
remove and correctly replace any soil or materials found to be not in
compliance with these specifications, at the Contractor's expense.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-37
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
8-24.4 Measurement
Delete this Section and replace with the following:
Measurement for Landscape Block Wall will be per square foot as
measured on a vertical face (one side only) from top of wall to bottom of
wall (including wall key and excluding cast -in -place wall caps, leveling
pad, etc.).
8-24.5 Payment
Delete this Section and replace with the following:
Payment will be made in accordance with Section 1-04.1 for each of the
following bid items that are included in the Proposal:
The unit contract price per square foot for "Landscape Block Wall" shall be
full pay for furnishing all material, labor, tools, and equipment necessary to
construct the modular block wall including, but not limited to, excavation,
shoring, preparing the subgrade, furnishing and installing leveling pad,
modular blocks (including modular caps and construction adhesive), unit
fill, drain pipe, drain rock, geotextile fabric for drain pipe, and wastehaul for
a complete installation.
Gravel backfill will be paid for separately under the unit contract item
"Crushed Surfacing Top Course."
City of Renton
Renton Avenue South Resurfacing
G&O #17534 8-38
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
DIVISION 9 MATERIALS
9-03 AGGREGATES
9-03.8(7) HMA Tolerances and Adjustments
Delete Item 1 and replace it with the following:
1. Job Mix Formula Tolerances. After the JMF is determined as
required in 5-04.3(7)A, the constituents of the mixture at the time of
acceptance shall conform to the following tolerances:
Nonstatistical
Evaluation
Commercial
Evaluation
Aggregate, ercent passin
1 ", 3/4", 1 /2", and 3/8" sieves
±6%
±8%
U.S. No. 4 sieve
±6%
±8%
U.S. No. 8 sieve
±6%
±8%
U.S. No. 200 sieve
±2.0%
±3.0%
Asphalt Binder
±0.5%
±0.7%
These tolerance limits constitute the allowable limits as described in
Section 1-06.2. The tolerance limit for aggregate shall not exceed the
limits of the control points section, except the tolerance limits for sieves
designated as 100 percent passing will be 99-100. The tolerance limits on
sieves shall only apply to sieves with control points.
9-05 DRAINAGE STRUCTURES AND CULVERTS
9-05.20 Corrugated Polyethylene Storm Sewer Pipe
Delete the first sentence of the first paragraph and replace with the following:
Corrugated polyethylene storm sewer pipe, couplings and fittings shall meet
the requirements of AASHTO M 294 Type S.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-1
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
9-05.52 Polyethylene Foam Plank
Section 9-05.52 is a new section:
Foam plank for utility separation shall be a durable polyethylene closed cell
foam plank. It shall meet the following material specifications:
Phv,irsl Prarrrticx Test Mclbod
direction
Value
.:1'. ASTM D3575_ Suffix 'X,
Pd (kgf-')
I ]Method 6; ISO 645
23 jm-zp
L;ampr sion kI
ASTM d3575. Suffix 6
Vcrtiol
kSIY a cornpr.1;
c 209E
E'Nn5G 1656
(23'C,. 25'%. rompc I
c 1099.
(:ampr sivc Creep
ASTM d3575. Suffix BE
Vertical
c 'I M Vr 2. S Psi
110013 his a 737 12YC11
I
117_5 kpa)
L;ampr sivc Dl flectian
.ASTM d3575. Suffix d
Arerage
Psi (kPa7
R 149E
7 1501
-
Itt51
LB f1241
Thermal St3biliiy
ASTM d3575_ Suffix S;
c 1.5 %
150 2796
c 2 %
'Cbermal CDodactivitg
ASTM d3575, Suffix V;
Vertical
wru-i'"'Ft'-'F
EN 243D 1; 150 25111
{ Wfm-I[l
175 T 42#'CI
0.42 10.")
W 23'F i-5'C1
0.37 10.05%
W3ker Abs}rgtian
ASTM 103575_ Suffix 1,
iblfL' Lkgfm'y
150 2996; As-rm c272
0.3 4 L.51
{ 39S by volume
R.ofa—Y
ASTM D3575, Suffix AA
pd (kgf-')
5B (9341
Tentile Strength G. peak
ASTM d3S75, Suffix T,
A"mgr
psi (kp.)
150 179E
3212241
Tensile F3ongatia
ASTM d3575. Suffix T,
Anrage
513%
BO 179S
Tcur Sacmgrh
ASTM d.3575, Suffix G
Arerage
ffi!in INImm}
LO 11.751
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1 Soil
9-14.1(1) Topsoil Type A
This Section is supplemented with the following:
Import topsoil shall be two-way topsoil, consisting of 50 percent Compost
screened to 1/2 inch and 50 percent sand. No animal waste, sludge or other
amendments added. Bulk product screened to 1/2 inch. Free of weeds,
sticks, seeds, clay lumps or any material. Compost shall meet all of the
requirements found in See 9-14.4(8).
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-2
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The sand portion of the topsoil shall be free of phyto-toxic materials; viable
seeds, roots or rhizomes.
9-14.1(3)A Topsoil Acceptance
This Section is revised with the following:
Contractor must provide from the manufacturer a recent copy of a soil report
with a required sample that is not more than 6 months old. The soil report
must demonstrate the topsoil meets all of the requirements described in 9-
14.1(1).
9-29 ILLUMINATION, SIGNAL, ELECTRICAL
9-29 ILLUMINATION, SIGNALS, ELECTRICAL
9-29.1 Conduit, Innerduct, and Outerduct
This Section is supplemented by adding the following:
The conduit PVC - non-metallic shall be of the two types indicated below:
1. Schedule 80 Extra heavy wall PVC conforming to ASTM, Standards,
to be used in all installations under roadways.
2. Schedule 40 heavy wall PVC conforming to ASTM Standards.
9-29.2(1)A Standard Duty Junction Boxes
This Section is supplemented with:
Junction boxes shall be reinforced concrete with galvanized steel frame
anchored in place and galvanized steel cover plate (Diamond pattern).
Grounding lugs shall be stainless steel and shall be mechanically and
electrically bonded. Junction boxes for copper wire shall incorporate a
locking lid per City of Renton Standard Plan. Junction boxes placed in the
sidewalks shall have non-skid lids.
Junction boxes shall be marked for use in accordance with the following
schedule:
System Type: Legend
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-3
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Illumination: LT
Traffic Signal: TS
Interconnect Only: COMM
9-29.3 Fiber Optic Cable, Electrical Conductors and Cable
9 29.3(1)(A)Fiber Optic Cable
This Section is supplemented as follows:
Fiber optic cable conduit shall be supplied as a system from a single
manufacturer providing all the conduit, all required fittings, termination and
other installation accessories, all in accordance with the Contract
Documents.
The fiber optic cable network shall be singlemode, non -zero dispersion
shifted, loose tube fiber capable of supporting both SONET transmission
speeds and protocols up to 2.4 GE/s, and NTSC quality color video
applications. Trace wire will need to be in cable or pulled in conduit with
fiber cable.
Install signal controller mounted patch panels for all fiber terminating
applications.
Patch panels shall accept LC style connectors.
The Contractor shall provide all necessary tools, consumables, cleaner,
mounting hardware and other materials required for the complete
installation of each patch panel.
A wiring diagram shall be supplied with each patch panel. The wiring
diagram shall identify the destination of each fiber terminated in the patch
panel. The destination information shall include at a minimum, an
intersection name, cabinet number, patch panel number and patch panel
port. The wiring diagram shall be placed in a plastic sheet protector next to
the patch panel and a copy submitted to the Project Representative with
As -Built drawings. Each row of ports in the patch panels shall be labeled
with the associated port numbers with the assumption that the numbers
increase from top to bottom or left to right.
The Contractor is responsible for demonstrating the functionality of the
installed system through testing. These tests shall be conducted in
accordance with an approved test plan that shall cover the key functional
requirements of the Work. The Contractor shall, at its cost, provide suitable
test equipment, instruments and labor for the purpose of tests. The
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-4
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Contractor shall provide sufficient notice of not less than three (3) working
days prior to the commencement of the first test. The Contractor shall
submit with this notice a schedule of all tests covered by this notice.
9 29.3(1)(B) OTDR Testing of Spliced Fiber Links
This describes the testing to be completed on all sections of the fiber network after
splicing is completed. For this section, a fiber link shall be defined as a continuous
section of fiber from connector to connector that may pass through a number of
intermediate splices.
OTDR testing shall be completed as follows:
• Test each fiber link in the cable at 1310 nm and 1550 nm, in each
direction.
• Verify that each completed fusion is less than 0.20 dB, measured as
the average of splice loss measured in each direction through the
link.
• Re -make any fusions in excess of 0.20 dB, unless the Engineer
specifically approves such high loss fusions, and re -test any fiber
links that have been re -fused.
9-29.3(2) Electrical Conductors and Cable
This Section is revised and supplemented as follows:
Supplement:
Each wire shall be numbered at each terminal end with a wrap -around type
numbering strip bearing the circuit number shown on the Plans.
The Contractor shall provide and install all the necessary wiring, fuses and
fittings so as to complete the installation of the signal and lighting equipment
as shown on the Plans. All materials and installation methods, except as
noted otherwise herein, shall comply with applicable sections of the National
Electrical Code.
Revisions:
8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class
B, with chemically cross -linked polyethylene type RHH-RHW
insulation of code thickness.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-5
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
11. Communications cable shall meet REA specification PE-39 and shall
have No. 19 AWG wires with 0.008-inch FPA/MPR coated aluminum
shielding. The cable shall have a petroleum compound completely
filling the inside of the cable.
9-29.3(2)J Cable for Vehicle Video Detection Cameras
The permanent video detection system shall consist of the following:
• Video cameras, including camera enclosure, filter, sunshield and
connector kit.
• Camera mount assemblies, including extensions as specified in the
Plans.
• Video image processors
• Remote communications module
• 9-inch Video Monitor, including cable
• Programming devices and/or software
• Remote management software
• Camera lenses and lens adjustment modules
• Surge Suppressor
• POE or power cable depending on distance between PTZ camera
and controller cabinet.
• All other equipment necessary for a fully operational video detection
system.
9-29.6(1)A Decorative Signal Poles Type II and III
This Section is a new section:
The decorative steel traffic signal poles shall be capable of supporting one
mast arm up to 65 feet in length and up to two luminaire arms, and shall be
complete in all respects. No welding will be allowed at the site at the time
of erection. The vertical pole shaft shall be round tapered steel, multi -sided
poles are not acceptable.
The pole shaft shall consist of a maximum 17-inch round smooth steel
tapered pole, with adequate wall thickness to meet all design requirements.
The vertical section shall be continuous taper (0.14/ft.) for the entire length
without a reducing cone. The pole shaft and mast arm shall meet ASTM
A595 Grade A or Grade 572 specifications, minimum yield 55 KSI. The pole
shall have a base plate (bolt circle per the Plans) meeting ASTM Grade A-
36 specifications welded to the pole shaft per the manufacturer's
recommendations and have four (4) holes at 90 degrees to accept the
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-6
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
properly sized anchor bolts. The pole shall have a 4" x 6" oval handhole
located 18" up from the base plate to the top of the centerline of the
handhole and oriented as per detail in the Signal Pole Specifications sheet.
A pressure type grounding nut shall be welded 180 degrees from the
handhole opening. Four (4) galvanized steel anchor bolts (design to be
supplied by pole manufacturer) conforming to ASTM F1554 GR105
specifications shall be provided for each pole complete with two (2) nuts
and washers for each bolt.
Pole top tenon shall be 4-1/4" OD x 11" tall with removable pole top cap.
Decorative Arm (Steel
Arm Assembly shall be as dimensioned in the Plans, 3/16" minimum wall,
ASTM A500 Grades B and C with 1/4-inch upper gusset (fin) and 4-inch OD
decorative hole per plan sheets. Two piece clamp assembly shall be
3/16-inch tubing welded on each end, sized to fit luminaire and pole, clamp
assemblies are secured with 1/2-inch 13NC stainless steel hex head bolts.
Fixture clamp shall have 1" NPT x 1" long threaded pipe nipple with
bushings to provide additional means of securing luminaire to clamp
assembly and provide a raceway for the conductors. Arm assembly shall be
hot dipped galvanized per ASTM A123.
Poles and arms shall be factory galvanized, primed and finish coated as
referenced in Section 6-07 of these Special Provisions.
9-29.6(1)B Decorative Light Poles
This Section is a new section:
Decorative Roadway and Pedestrian Poles shall be spun tapered from all
new seamless 6063 alloy aluminum and be heat treated to produce a T6
temper. The rate of taper shall be .14 inch per foot except the section of the
pole where decorative arms are attached, the poles will be non -tapered for
the height of the clamp assembly used (16-inches approx.).
Roadway luminaire poles shall be per dimensions as shown on the Plans
and shall have a 10-inch butt diameter with a 4" x 8" reinforced hand hole
opening 18" above the base plate, base plate shall be 13-inch square cast
aluminum with slotted holes for 1" anchor bolts at 14-inch to 15-inch bolt
circle.
Pedestrian luminaire poles shall be per dimensions as shown on the Plans
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-7
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
shall have a 7" butt diameter with a 4" x 6" reinforced hand hole opening
18 inches above the base plate, base plate shall be 11 13/16" square cast
aluminum with slotted holes for 1-inch anchor bolts at 10-inch to 11-inch
bolt circle.
All aluminum poles shall have a 5/16"-18 tapped provision for ground
connector, dome shaped pole top cap and have a satin brushed finish to
insure proper adhesion of paint.
Decorative Arms (Aluminum)
Arm assembly shall be extruded tubing, as dimensioned in the Plans,
minimum .125 wall, 6061-T6 alloy with upper gusset (fin) and decorative
hole per plan sheets. Two piece clamp assembly shall be .188 wall tubing
welded on each end, sized to fit luminaire and pole at the proper mounting
height, clamp assemblies are secured with 1/2-inch 13NC stainless steel
hex head bolts. Fixture clamp shall have a 1-1/2-inch wireway going from
pole shaft to fixture extending into pole shaft and fixture by 1 inch. Prove
1/2 inch through hole at 45 degrees on pole clamp assembly for 3/8-inch
16NC self -tapping screw to prevent rotation of arm assembly after
installation.
Poles and arms shall be factory primed and finish coated as referenced in
Section 6-07 of these Special Provisions.
9-29.6(1)C Signal Poles Type PPB
Section 9-29.6(1)C is added as follows:
Type PPB signal poles shall be as noted on the approved Plans.
Pole and its subassemblies color shall be per Section 6-07 of these Special
Provisions.
9-29.10(2) Decorative Luminaires
This Section is replaced with the following:
Roadway and pedestrian luminaires shall be LED type, wattages similar to
the wattages shown in the luminaire schedules on the Plans. The
Contractor shall be responsible for verifying that the performance of the LED
luminaires is adequate to comply with the City illumination standards
(roadways: 1.3 ft-candles average and 4:1 uniformity; intersections: 1.5 ft-
candles average and 4:1 uniformity, and a minimum of 0.8 ft-candles at any
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-8
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
location within the crosswalks) without modifying illumination and signal
pole locations shown on the Plans. AG132 files shall be provided, by the
Contractor upon the request, by the Engineer.
The roadway and pedestrian luminaire housing shall be dome shaped and
similar to dimensions as shown on the Plans, made of cast or spun
aluminum with tempered flat glass lens attached to a round cast aluminum
lens frame with one or more latches to provide tool less access to the
internal components, upper section shall be round aluminum tubing with
shallow dome shaped top cap. Luminaire shall be IP66 certified and
conform to UL 1598 standards or CSA certified.
Optical assembly/reflector shall be made of pre -anodized aluminum,
segmented in multiple facets, ventilated perforations and heat sinks to
maximize heat dissipation. Reflector shall produce full cut-off Type III optics
to meet the design/performance criteria, 4000K CCT. LED driver module
rated for 120V-277V operation, high power factor (90%), with a minimum
starting temperature of -40 Degrees Fahrenheit, secured on a tool less
access tray with quick disconnects. Individual LED chips or modules shall
be removable by means of tool less access in the event they need to be
replaced. LED driver not to exceed 750 MA.
All decorative fixtures shall be of the same manufacturer and external
appearance.
Color shall be per these Special provisions, Section 6-07 Painting.
9-29.11(2) Photoelectric Controls
This Section is replaced with:
Photoelectric controls shall be a plug-in device, rated to operate on 120
volts, 60 Hz. The unit shall consist of a light sensitive element connected to
necessary control relays. The unit shall be so designed that a failure of any
electronic component will energize the lighting circuit.
The photo cell shall be a solid state device with stable turn -on values in the
temperature range of -55 degrees C to +70 degrees C. In a contactor
controlled system, the photo cell to control the system shall be mounted on
the luminaire nearest to the service/contactor cabinet. The photo cell shall
be rated as a 10-year (or higher) life expectancy.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-9
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
9-29.13 CONTROL CABINET ASSEMBLIES
9-29.13(1) Environmental, Performance and Test Standards for Solid State
Traffic Controller
This Section is supplemented by adding the following:
The traffic signal controller assemblies, including the traffic signal controller,
auxiliary control equipment and cabinet shall be shop tested to the satisfaction
of the Engineer. Testing and check-out of all timing circuits, phasing and signal
operation shall be at the City of Renton Signal Shop, Renton, Washington. The
contractor shall give the city of Renton Signal Shop at least one week notice
in advanced for lead time to delivery. The contractor shall deliver the controller
and cabinet to the shop and shall pick up the units at the end of the test
period, deliver to the job site, and install. Allow for three weeks for testing.
The Signal Shop will make space available to the Contractor for the required
test demonstrations. The Contractor shall assemble the cabinet and related
signal control equipment ready for testing. A complete demonstration by
the Contractor of all integrated components satisfactorily functioning shall
start the test period. Any malfunction shall stop the test period until all parts
are satisfactorily operating. The test shall be extended until a minimum of
72 hours continuous satisfactory performance of the entire integrated
system has been demonstrated. The demonstration by the Contractor to
the Engineer of all components functioning properly shall not relieve the
Contractor of any responsibility relative to the proper functioning of all
aforestated control gear when field installed.
9-29.13(2) Traffic Signal Controller Assembly Testing
This Section is supplemented with the following:
The Contractor shall give fourteen (14) calendar days written notice to the
Engineer prior to delivering the signal control equipment to the COR
Transportation Maintenance Shop. The equipment shall be delivered far
enough in advance of actual need to allow for testing by the COR
Transportation Maintenance Shop. This may involve retesting because of
failures or rejections. The COR Transportation Maintenance Shop may
require thirty-five (35) calendar days for testing the signal control
equipment. This time will increase if the equipment does not meet the
contract requirements or is incomplete. If more than thirty-five (35) calendar
days are required for any individual testing or retesting by the COR
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-10
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Transportation Maintenance Shop, an extension of time will be considered
in accordance with Section 1-08.8.
Tests in environment chamber will only be run as needed for type changes.
Upon successful completion of testing by the COR Transportation
Maintenance Department, the signal controller equipment shall be available
for pickup. A certificate verifying environmental testing, if required, shall be
supplied in the cabinet to the COR Transportation Maintenance Shop for
each respective control cabinet.
The Contractor shall notify the COR Transportation Maintenance Shop in
writing a minimum of fourteen (14) calendar days before the Contractor is
ready to pick up the signal controller cabinet. The Contractor shall not pick
up the controller cabinet from COR Transportation Maintenance Shop until
the electrical service is energized and all site preparation required to install
the controller cabinet is complete.
Documentation
A complete documentation set shall be furnished with the control equipment
prior to the start of testing. It shall include the following:
• Serial numbers when applicable.
• Written certification that equipment of the same make and model has
been tested according to NEMA Environmental Standards and Test
Procedures, and has met or exceeded these standards. The
certificate shall include equipment model number and where, when,
and by whom the tests were conducted. This certificate shall
accompany each shipment of controllers.
• The Contractor shall provide wiring diagrams, including a USB flash
drive containing the diagrams for all controllers in AutoCAD Release
2018 or later and two blue -tone prints for each controller and cabinet
supplied. The sheet size shall be 22 inches by 34 inches.
• Wiring diagrams for all auxiliary equipment furnished. One set per
cabinet.
• Complete operations and maintenance manuals including complete
and correct software listing and flow charts, five sets of operations
and maintenance manuals per cabinet, and five sets of software
listings and flow charts.
• Complete operations and maintenance manuals for all auxiliary
equipment. One set per cabinet.
• The operational and maintenance manuals for each traffic signal
controller supplied including as a minimum, but not to be limited to
the following: Detailed instructions for maintaining all hardware
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-11
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
components, controller, and auxiliary equipment; a complete parts
list detailing all manufacturer's identification codes; detailed wiring
diagrams and schematics indicating voltage levels and pictorial
description, part name, and location for all hardware components,
controller, and auxiliary equipment.
The supplier has 5 working days to repair or replace any components that
fail during the testing process at no cost to the Contracting Agency. All failed
or rejected equipment shall be removed from the COR Transportation
Maintenance Shop within seven (7) calendar days following notification;
otherwise, the failed or rejected equipment will be returned, freight collect,
to the Contractor.
9-29.13(3) Traffic Signal Controller
This Section is revised with the following:
The NEMA controller shall be a Siemens Eagle Model EPAC300-M62 with
a USB Data module with a hand-held Display Unit. Two Input/Output
configurations shall be provided:
a. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface
Unit.
b. NEMATS-2 Type 2 for direct parallel connection to load switches and
detectors.
In addition to NEMA requirements, the controller shall provide the following:
a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front
panel.
b. Built-in Internet Protocol (IP) address assigned by Institute of
Electrical and Electronic Engineers (IEEE), one unique IP address
for each controller.
C. Built-in Infrared (IR) wireless port compatible with Microsoft Windows
for Pocket PC Infrared RAW mode.
d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is
optional per Agency specification. Choice of 2 or 4 wire operation
per Agency specification.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-12
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
e. Built-in EIA-232 port for uploading and downloading applications
software, as well as to update the operating system.
f. Built-in C60 connector for use with removable Keyboard and Display,
Personal Computer COM1 or Personal Digital Assistant (PDA). C60
protocol per Joint NEMA/AASHTO/ITE ATC standard.
9-29.13(4) Traffic Signal Controller Software
This Section is supplemented as follows:
The controller shall have Siemens SE -PAC HAWK 10 Firmware 3.34G
and shall also be completely operable with TACTICS central system.
9-29.13(5) Flashing Operations
The following items in this Section are revised as follows:
2. Police Panel Switch. When the flash -automatic switch located behind
the police panel door is turned to the flash position, the signals shall
immediately revert to flash and remove power from the controller.
When the switch is placed on automatic, power shall be applied to
the controller to initiate start-up sequence.
3. Cabinet Switches. When the flash -automatic switch located inside
the controller cabinet is placed in the flash position, the signals shall
immediately revert to flash; however, the controller shall continue to
function. When the flash -automatic switch is placed in the automatic
position, the controller shall immediately resume normal cyclic
operation. Adjacent to the flash -automatic switch shall be a controller
on -off switch. If the flash -automatic switch is in the automatic position
and the controller on -off switch is placed in the OFF position, the
signals shall immediately revert to flash.
5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory
operation voltages, the conflict monitor shall immediately cause the
signal to revert to flash; however, the controller shall stop time at the
point of conflict. After the conflict monitor has been reset, the
controller shall immediately take command of the signal displays.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-13
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The following is a supplement:
6. Flash unit shall be a two -circuit type, capable of switching loads up
to 1,000 watts per circuit alternately at a rate of 60 flashes per minute
per circuit, plus or minus two flashes per minute.
9-29.13(6) Emergency Pre-emption
This Section is replaced with:
Immediately after a valid call has been received, the preemption controls
shall cause the signals to display the required clearance intervals and
subsequent preemption intervals. Preemption shall sequence as noted in
the contract. Preemption equipment shall be installed so that internal wiring
of the controller, as normally furnished by the manufacturer, is not altered.
Termination of the pre-emption sequence shall NOT place a call on all
vehicle and pedestrian phases. Pre-emption indicators, if required, shall
turn on when the controller reaches the pre-empted phase.
Emergency vehicle pre-emption shall be furnished as modules that plug
directly into a rack wired to accept GTT Opticom discriminator type units.
The pre-emption system operation shall be compatible with the 764 GTT
company "Opticom" system which the City of Renton is currently using and
shall be capable of being activated by the same transmitters and GPS
opticom antenna.
The optical signal discriminator system shall enable an authorized vehicle
to remotely control traffic control signals from a distance of up to 1800 feet
(0.54 kilometers) along an unobstructed "line of sight" path or within range
of the antenna if the vehicle is equipped with a GPS receiver. The system
shall cause the traffic signals controller to move into an appropriate fire pre-
emption program. This optical discriminator shall interface to the 562
software, for field programmability. It shall consist of the following
components:
1. Optical energy detectors which shall be mounted on the traffic signal
mast arms and shall receive the optical energy emitter's signal.
There shall also be a GPS antenna on the signal pole located closest
to the traffic signal controller cabinet and shall receive a GPS signal.
2. Discriminators which shall cause the signal controller to go into
internal pre-emption which will give the authorized vehicle the right
of way in the manner shown on the phase sequence diagram.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-14
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
3. Pre-emption Indicator Lights.
Optical Detector
1. Shall be of solid state construction.
2. Fittings shall meet the specifications of the system manufacturer to
facilitate ease of installation.
3. Shall operate over an ambient temperature range of -400F to +1800
F (400C to +850C ).
4. Shall have internal circuitry encapsulated in a semi -flexible
compound and shall be impervious to moisture.
5. Shall respond to the optical energy impulses generated by a pulsed
Xenon source with a pulse energy density of 0.8 micro joule per
square meter at the detector, a rise time less than one microsecond
and half power point pulse width on not less than thirty
microseconds.
ni-,rrrinninatnr
When a pre-emption detector detects an emergency vehicle, the phase
selector shall hold the controller in the required phase or advance directly
to that phase after observing all vehicle clearances. The phase selector
shall hold the controller in the phase selected until the detector no longer
detects the emergency vehicle.
When the phase selector is responding to one detector, it shall not respond
to any other detector until calls from the first detector are satisfied. Indicator
lights shall indicate power on, signal being received, channel called.
Switches shall control system power and simulate detector calls for each
phase.
Phase selectors shall be able to validate both IR detectors and GPS
enabled receivers.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-15
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
9-29.13(7) Wiring Diagrams
This Section is modified and supplemented by retaining the first three sentences
and replacing the remainder with:
The controller cabinet shall have a waterproof envelope with a side access
attached to the inside of the cabinet door. There shall be four complete sets
of controller cabinet schematics as well as manuals for all assemblies and
sub -assemblies. The controller cabinet schematics shall include the
intersection name, and an intersection diagram that shall include
intersection phasing and loop assignments. There shall be a USB flash
drive containing the controller cabinet schematics in AutoCAD Release
2018 or later digital file format.
9-29.13(9) Radio Interference Suppressors
This Section is supplemented by adding the following:
A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or approved
equivalent shall be used to filter the A.C. power. Additionally, all power
supplies shall have noise immunity from other devices within the cabinet.
9-29.13(10) NEMA, Type 170E, 2070 Controllers And Cabinets
The following auxiliary equipment shall be furnished and installed in each cabinet
for NEMA traffic -actuated controllers:
Flasher
The cabinet shall come with one (1) flasher. The flasher shall be discrete
type and have LED indications. The flasher shall be PDC model SSF-87 or
approved equivalent.
Flasher Transfer Relay
The cabinet shall come with eight (8) heavy duty flash transfer relays. The
relays shall be Detrol Controls model 295 or approved equivalent.
Load Switches
The cabinet shall come with sixteen (16) load switches. All load switches
shall be discreet type and have LED indications for both the input and output
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-16
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
side of the load. The load switches shall be PDC model SSS-871/0 or
approved equivalent.
Bus Interface Unit (BIU700)
The cabinet shall come with four (4) bus interface units (BIU) 1/2 width.
These shall meet all the requirements of NEMA TS-2 1988 standards. In
addition, all BTUs shall provide separate front panel indicator LEDs for DC
power status and SDLC Port 1 transmit and receive status. The BTUs shall
be Eberle Design, Inc. model BIU700H or approved equivalent.
Power Supply (PS)
The cabinet shall come with a shelf -mounted cabinet power supply meeting
at minimum TS 2-2003 standards. It shall be a heavy duty device that
provides +12VDC at 5 Amps / +24VDC at 2 Amps / 12VAC at .25 Amp, and
line frequency reference at 50 mA. The power supply shall provide a
separate front panel indicator LED for each of the four outputs. Front panel
banana jack test points for 24VDC and logic ground shall also be provided.
The power supply shall provide 5A of power and be able to cover the load
of four (4) complete detector racks. The PS shall be Eberle Design, Inc.
model PS250 or approved equivalent.
BBS System
The cabinet shall come with a complete uninterruptable power system
(BBS) which shall include at a minimum a UPS module with SNMP, ATS
assembly, batteries, battery heater mats, battery cables, and a battery
management system. All other ancillary equipment for a complete
functioning UPS system shall be included.
The key BBS system components include:
UPS Module
The cabinet shall come with one FXM 1100W uninterruptible power
supply that supplies clean reliable power control and management.
It shall have Automatic Voltage Regulation (AVR), an Ethernet
SNMP interface, and a control and power connection panel that is
rotatable for viewing in any vertical or horizontal orientation. It shall
have nominal dimensions of 5.22 inches by 15.5 inches by 8.75
inches and come with mounting brackets. The UPS module shall be
an Alpha model 017-201-23 or equivalent.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-17
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
UATS/UGTS Assembly
The cabinet shall come with one universal automatic transfer switch
and universal generator transfer switch connected between the UPS
module and the batteries. It shall have surge protection, have
dimensions of 3.25 inches by 15.5 inches by 6.00 inches, and come
with mounting brackets. The ATS module shall be an Alpha model
020-168-25 or equivalent.
UPS Batteries
The cabinet shall come with eight high performance extreme
temperature Absorbed Glass Mat (AGM) technology AlphaCellTM
XTV Glass Mat Cell batteries with 56Ah runtime. The BBS batteries
shall be Alpha model 100XTV or equivalent.
UPS Battery Harness
The cabinet shall come with a battery "Y" cable, two (2) battery
cables 10 feet long wired for four (4) batteries each. The battery
harness shall be Alpha model 740-628-27 or equivalent.
Battery Management System
The cabinet shall come with an AlphaGuardTm battery charge
management system which extends battery operational life. It shall
be an Alpha model 012-306-21 or approved equivalent.
Malfunction Management Unit (MMU)
The cabinet shall come with a MMU that meets all the requirements of
NEMA TS2-2003 while remaining downward compatible with NEMA TS1. It
shall have two high contrast LCD displays and an internal diagnostic wizard.
It shall come with a 10/100 ethernet port. It shall come with software to run
flashing yellow arrow operation. The MMU shall be an Eberle Design, Inc.
model MMU2-16LEip or approved equivalent.
Ethernet Switch
The cabinet shall come with a 10-port Ethernet switch. Eight ports of
10/100TX and two ports of 1,000-base single -mode fiber with LC ports with
10km distance. The Ethernet switch shall support all of the following
minimum requirements: rapid spanning tree protocol (IEEE 802.1w), quality
of service (IEEE802.1 p), virtual local area networks (VLAN) tagging (IEEE
802.1 q), IGMP snooping, port mirroring, broadcast storm filtering, and
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-18
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
simple network management protocol (SNMP). The Ethernet switch shall
be a RuggedCom model RS940G-HI-D-2SFP-XX or approved equivalent.
The following cables and cords shall be supplied with the Ethernet switch:
• Two single mode patch cords (LC to LC); two meters
• One 16-gauge, 3-conductor power adapter
• Four Cat6 patch cables; five meters
Opticom
The cabinet shall come with one 4-channel, rack -mounted OpticomTM
phase selector. This device shall be capable of receiving encoded signals
from Opticom series 700 emitters and detectors. The OpticomTM phase
selectors shall be Global Traffic Technologies model 764 or approved
equivalent. One OpticomTM 768 auxiliary interface panel or approved
equivalent shall be supplied for each OpticomTM phase selector supplied.
Cabinet Quality
The cabinet shall be compliant to both mechanical and function specification
prior to being shipped to owner.
1. Cabinet and hardware will comply with project specification.
2. Function compliance will be tested with power applied.
3. All cabinet and loadbay functions will pass point-to-point tests including
expansion requirements.
4. All field detector inputs must be checked from field connection point to
controller.
Cabinet issues and clarifications need to be documented and addressed prior
to delivery. This agency will NOT provide QA or testing service for the
delivered cabinet. Testing done by this agency is not in lieu of manufacturer
test requirements.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-19
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
9-29.13(10)C NEMA Controller Cabinets
The standard traffic signal controller cabinet shall be a TS2 — Type 1 Stretch M36+
(SM36+). The traffic signal cabinet(s) built to NEMA TS2 — Type 1 M standards
with modifications as required to include separate compartment with BBS and shall
be supplied in compliance with Section 9-29.13, Traffic Signal Cabinet of the
Standard Specification and modified as stated herein.
All new traffic signals located within a signal interconnect system shall be
connected to said system.
The following are minimum requirements for all cabinets:
1. The cabinet shall have nominal dimensions of 60 inches high by 36
inches wide by 17 inches deep and meet the footprint dimensions as
specified in Section 7.3, Table 7-1 of NEMA TS2 standards for a
Type M36 cabinet. The cabinet base shall have continuously welded
interior mounting reinforcement plates with the same anchor bolt
hole pattern as the footprint dimensions.
2. The cabinet shall be fabricated from 5052-H32 0.125-inch-thick
aluminum.
3. The cabinet shall be double -flanged where it meets the cabinet door.
4. The top of the cabinet shall be sloped 1 inch towards the rear to
facilitate water runoff. And shall bend at a 90-degree angle at the
front of the cabinet. Lesser slope angles are not allowed.
5. The inside of the cabinet shall have two separate compartments. The
main compartment shall be accessible from the front door and shall
house the cabinet load facilities and electronics. The BBS
compartment shall be accessible from the side door and shall contain
the UPS system batteries. The UPS system inverter and ATS
assembly shall be mounted in the BBS compartment but shall be
accessible when the front door is open.
6. The inside of the cabinet shall utilize C channel rails. Two welded on
the back wall on 19-inch center and two welded on each side wall on
08-inch center. The C channel rails on the back wall shall be 52
inches in length and start 5 inches from the bottom of the cabinet
interior. The C channel rails on the side walls shall be 52 inches in
length and start 5 inches from the bottom of the cabinet interior.
Adjustable rails are not allowed.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-20
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
7. The Cabinet shall be supplied with the following finishes: the interior
natural mill finish and the exterior natural mill finish.
8. All external fasteners shall be stainless steel. Pop rivets shall not be
allowed on any external surface.
9. The front door handle shall be 3/4-inch-round stock stainless steel
bar. The side door shall use a recessed hexagonal socket in lieu of
a door handle. All door handle mechanisms shall be interchangeable
and field replaceable.
10. The front door shall contain two flush -mounted locking recessed
compartments. The upper compartment that houses a police door
and a lower compartment that houses a generator bypass
receptacle. A stiffener plate shall be welded to the inside of the front
door to prevent flexing. It shall have a two -position, three-point door
stop that accommodates open -angles at 90 degrees, 125 degrees,
and 150 degrees. A louvered air entrance located at the bottom of
the main door shall satisfy NEMA rod entry test requirements for 3R
ventilated enclosures. Bearing rollers shall be applied to ends of door
latches to discourage metal -on -metal surfaces from rubbing. The
main front door lock assembly shall be positioned so the door handle
does not cause interference with the key when opening the door.
11. The police door compartment shall come with a conventional police
lock.
12. The generator bypass receptacle compartment shall be equipped
with a universal lock bracket capable of accepting a Best TM style lock
and a Corbin #2 tumbler series lock. The lock shall be a tapered lock
using a Best TM style lock or Corbin #2 series core. The door shall
have an integrated door slide mechanism that allows the door to be
closed and locked after a generator has been connected to the
internal receptacle. This compartment is used by maintenance
personnel for emergency generator operation in the absence of
service power or BBS control.
13. The side door shall be one-piece construction without any recessed
compartments. It shall have a three -position, two -point door stop that
accommodates open -angles at roughly 80 degrees, 100 degrees,
and 120 degrees. A louvered air entrance located at the bottom of
the side door shall satisfy NEMA rod entry test requirements for 3R
ventilated enclosures. Bearing rollers shall be applied to ends of door
latches to discourage metal -on -metal surfaces from rubbing. Lock
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-21
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
assembly shall be positioned so handle does not cause interference
with key when opening the door.
14. Closed -cell, neoprene gaskets shall be bonded to the inside of the
cabinet doors. The gaskets shall cover all areas where the doors
contact the double -flanged cabinet housing exterior and be thick
enough to provide a watertight seal.
15. A complete set of keys shall be supplied providing access to the
cabinet front door, cabinet side door, the police door, and the
generator receptacle door.
16. The cabinet shall be equipped with universal lock brackets capable
of accepting a BestTM style lock and a Corbin #2 tumbler series lock.
The cabinet shall come equipped with a BestTM style locks and green
cores.
17. The cabinet shall be supplied with one door switch which controls the
cabinet interior lighting circuits.
18. All exterior seams shall be manufactured with a neatly formed
continuously welded construction. The weld for the police and
generator bypass box door shall be done on the inside of the cabinet
door. All welds shall be free from burrs, cracks, blowholes, or other
irregularities.
19. The fan baffle panel seams shall be sealed with RTV sealant or
equivalent material on the interior of the cabinet.
20. The cabinet shall be UL listed.
21. The cabinet shall come with lifting ears affixed to the upper exterior
of the cabinet. These ears shall utilize only one bolt for easy
reorientation. (The cabinet lifting ears shall not be used when the
batteries are installed.)
22. The cabinet shall come with one dual -ply DustlockTM Media
polyester, disposable air filter; and the filter performance shall
conform to listed UL 900 Class 2 and conform to MERV-8 & ASHRAE
Standard 52.2-1999. The filter element shall be secured to louvered
entrance on the main door with a metal filter cover. The filter and
metal cover shall be secured to the entrance on the main door by two
(2) horizontally -mounted restraints.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-22
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
23. All cabinet doors shall be mounted with a single continuous stainless
steel piano hinge that runs the length of the door. The hinge shall be
attached via stainless steel tamper resistant bolts.
24. All steel incorporated in the cabinet shell shall be manufactured in
the United States of America, and shall meet the requirements of
Section 1605 of the American Recovery and Reinvestment Act of
2009.
25. The cabinet enclosure shall be a SM36+ style Western Systems Part
# 3025505000 or approved equivalent.
Labels
A permanent printed thermo vinyl, engraved, or silk screened label shall be
provided for all terminals and sockets. Labels shall be legible and shall not be
obstructed by cabinet wiring, panels, or cables. All labels shall conform to the
designations on the cabinet wiring prints.
Shelves
Shelves shall come with two double -beveled shelves 10 inches deep that are
reinforced welded with V channel, fabricated from 5052-H32 0.125-inch-thick
aluminum with double flanged edges rolled front to back. Slotted hole shall be
inserted every 7 inches for the purpose of tying off wire bundles. The BIBS
compartment shall come with four shelves designed to hold batteries and capable
of supporting 75 Ibs each.
Cabinet Layout
The shelves shall be populated as follows: The controller and monitor shall be
placed on the bottom shelf. The two detector racks and power supply shall be
placed on the top shelf.
The roll out drawer shall be mounted under the bottom shelf.
Load bay shall be mounted on the back wall with 5 inches of clearance to the
bottom of the cabinet.
The detector panel for all field inputs shall be located on the lower left wall.
The SDLC and power supply interface panels shall be located on the left wall
between the shelves.
The load resistor panel shall be mounted on the lower right wall.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-23
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
The power panel shall be located on the lower right wall above the load resistor
panel.
The 768 shall be mounted on the left "C" channel located on back wall. It shall be
placed between the shelves.
The cabinet wiring assembly for the SM+ shall be Western Systems Part #
2525012085 or approved equivalent.
Ventilating Fans
The cabinet shall be provided with two finger -safe fans mounted on the right and
left sides of the cabinet plenum, and shall be thermostatically controlled (adjustable
between 4 to 176 degrees Fahrenheit). The safe touch thermostat fuse holder and
power terminal block(s) shall be rail -mounted on the right side of the cabinet
plenum.
Computer Shelf
A slide -out computer shelf 16 inches in length by 12 inches in width by 2 inches in
depth shall be installed below the middle shelf underneath the controller. The shelf
shall be mounted just right of center so that controller cables will not interfere with
the operation of the shelf when equipment is installed. The shelf shall have a
hinged cover that opens from the front and shall be powder -coated black. It shall
be a General Devices Part # VC4080-99-1168 or approved equivalent. The door
when fully extended shall hold up to 50 lbs.
Main Panel Configuration (Load -Bay)
The design of the panel shall conform to NEMA TS2 Section 5, Terminals and
Facilities, unless modified herein. This panel shall be the termination point for the
controller unit (CU) MSA, (MMU) MSA and B cables, bus interface units 1 and 2
(BIU), and field terminal facilities. The terminal and facilities layout shall be
arranged in a manner that allows all equipment in the cabinet and all screw
terminals to be readily accessible by maintenance personnel.
The load -bay shall be fully wired and meet the following requirements:
• The load -bay shall have the following dimensions; constructed from
aluminum with a nominal thickness of 0.125 inch, a maximum height
of 25.5 inches and maximum width of 23 inches. The field terminals
width shall be 24 inches, including attached wiring bundles.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-24
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
• The entire assembly shall roll down and provide access to all of the
back of the panel wiring. All solder terminals shall be accessible
when the load -bay is rolled down. The assembly shall be able to roll
down without requiring other components, cables, or switches to be
removed.
• The load -bay shall be designed so that all other cabinet screw
terminals are accessible without removing cabinet electronics.
• All the controller (CU) and malfunction management (MMU) cables
shall be routed through the back of the load -bay so that they will not
be subject to damage during load -bay roll down.
• The top of the load -bay panel shall attach directly to "C" channel and
detach without the use of tools or loose hardware for roll -down
purpose.
• The load -bay shall be balanced such that it will not roll down when
the top of the load bay is detached from the "C" channel, even when
fully loaded with BIU load switches, flashers, and flash transfer
relays.
• The load -bay facility shall be wired for 16 channels. Load switch(s)
1-8 shall be vehicle phases 1-8; load switch(s) 9-12 shall be
pedestrian phases 2, 4, 6, and 8; load switches 13-16 shall be
overlaps A, B, C, and D. Load switches 1-8 and 13-16 shall be routed
through a flash transfer relay.
• Sixteen load switch sockets in two rows of eight spaced on 2-inch
center per NEMA TS2 section 5.3.1.2, figure 5-2.
• Six flash transfer relay sockets.
• One flasher socket.
• All load switches and flashers shall be supported by a bracket
extending at least 1/2 the length of the load switch.
• Two bus interface unit rack slots for BTUs 1 and 2. The main panel
BIU racks shall be left of the load switches, placed vertically with BIU
1 on top and BIU 2 on bottom.
• BIU wires connection to the PCB shall be two 34-pin connectors.
These connectors shall have locking latches.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-25
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
• All BIU wiring shall be soldered to backside of a screw terminal. The
screw terminals provide access to all functions of BTUs.
• Wiring for one Type-16 MMU. All MMU wiring shall be soldered to
backside of a screw terminal. The screw terminals provide access to
all functions of the MMU.
• All 24-VDC relays shall have the same base socket, but it shall be
different from the 120-VAC relays.
• All 120-VAC relays shall have the same base socket, but it shall be
different from the 24-VDC relays (not applicable to flash transfer
relays).
• Shall have a relay that drops +24 VDC to load switches when the
cabinet is in flash.
• There shall be a wire between the pedestrian yellow field terminals
and another terminal on the load bay. The MMU channel 9-12
yellows shall terminate next to said pedestrian yellows terminal.
• The load -bay shall be silkscreened on both sides. Silkscreen shall
be numbers and functions on the front side, and numbers only on the
back side.
• The field terminals shall be labeled with 300 series for load bay wiring
proposes and with WSDOT 600 and 700 series for landing field
wiring.
Wiring chart:
Red: 611, 621, 631, 641, 651, 661, 671, 681, 6A1, 6B1, 6C1, 6D1
Yellow: 612, 622, 632, 642, 652, 662, 672, 682, 6A2, 6B2, 6C2, 6D2
Green: 613, 623, 633, 643, 653, 663, 673, 683, 6A3, 6133, 6C3, 6D3
Don't Walk: 711, 721, 731, 741, 751, 761, 771, 781
Ped Yellow: 712, 722, 732, 742, 752, 762, 772, 782
Walk: 713, 723, 733, 743, 753, 763, 773, 783
• Field wiring terminations shall be per channel across the bottom of
the load -bay. Each channel shall have three terminations
corresponding to the appropriate vehicle phase Red, Yellow, and
Green. Default wiring shall be left to right Red, Yellow, Green, vehicle
phases 1-8; pedestrian phases 2, 4, 6, and 8; and overlap channels
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-26
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
A, B, C, and D following the order of the load switches. Field
terminals shall be #10 screw terminal and be rated for 600V.
• All cable wires shall be terminated. No tie -off of unused terminals will
be allowed.
• Shall be 100% manufactured in the United States of America.
All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors
shall conform to military specification MIL-W-16878D, Electrical insulated high
heat wire, type B. Conductors #14 or larger shall be permitted to be UL type THHN.
Main panel wiring shall conform to the following colors and minimum wire sizes:
Vehicle green load switch output
Vehicle yellow load switch output
Vehicle red load switch output
Pedestrian Don't Walk switch
Pedestrian Walk switch
Pedestrian Clearance load switch
Vehicle green load switch input
Vehicle yellow load switch input
Vehicle red load switch input
Pedestrian Don't Walk input
Pedestrian Walk input
Pedestrian Clearance input
Logic Ground
+24V DC
+12V DC
AC+ Line
AC- Line
Earth Ground
AC line (load bay)
AC neutral (load bay)
Controller A cables
MMU A & B cables
14 gauge brown
14 gauge yellow
14 gauge red
14 gauge orange
14 gauge blue
14 gauge yellow
22 gauge brown
22 gauge yellow
22 gauge red
22 gauge orange
22 gauge blue
22 gauge yellow
18 gauge white with red tracer
18 gauge red with white tracer
18 gauge pink
14 gauge black
14 gauge white
16 gauge green
12/14 gauge black
12/14 gauge white
22 gauge blue with the exception of
power wires (AC+ Black, AC- White, and
Earth Ground Green). These wires shall
be 18AWG.
22 gauge orange with the exception of
power wires (AC+ Black, AC- White, and
Earth Ground Green Start Delay Relay
Common Black, Normally open Black,
and Normally Closed Black) These wires
shall be 18AWG.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-27
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Four conductors will supply alternating current (AC) power to the load switch
sockets. The load switch sockets shall be supplied 1-4, 5-8, 9-12, and 13-16 by
each conductor.
The vehicle and overlap field terminal blocks shall have a screw Type No. 10 post
capable of accepting no less than three No. 12 AWG wires fitted with spade
connectors. Three 12-position terminal blocks shall be provided in a single row
across the bottom of the main panel. Spade lugs from internal cabinet wiring are
not allowed on field terminal screws. There shall be a second row of three
12-position terminal blocks with screw type #10 above the field terminal blocks.
These blocks shall operate the flash program. It shall be changeable from the front
of the load bay.
The power terminal blocks shall have a screw Type No. 10 post capable of
accepting no less than three No. 12 AWG wires fitted with spade connectors. One
12-position terminal block shall be provided vertically on the right side of the load
bay. The placement of the power terminal block on any other panel shall not be
allowed.
The pedestrian terminal blocks shall have a screw Type No. 10 post capable of
accepting no less than three No. 12 AWG wires fitted with spade connectors. One
12-position terminal block shall be provided vertically on the right side of the load
bay, below the power terminal block. The placement of the power terminal block
on any other panel shall not be allowed.
All load switches, flasher, and flash transfer relay sockets shall be marked and
mounted with screws. Rivets and clip -mounting is unacceptable.
Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the
eyelet or terminal block post prior to soldering to ensure circuit integrity. All wires
shall have lugs or terminal fittings when not soldered. Lap joint/tack on soldering
is not acceptable. All soldered connections shall be made with 60/40 solder and
non -corrosive, non-conductive flux. All wiring shall be run neatly and shall use
mechanical clamps, and conductors shall not be spliced between terminations.
Cables shall be sleeved in braided nylon mesh, and wires shall not be exposed.
Load -Bay and Panel Wire Termination
All wires terminated behind the main panel or on the back side of other panels shall
be SOLDERED. No pressure or solder -less connectors shall be used. Printed
circuit boards shall only be used on the load bay where connecting to the bus
interface units (BIU).
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-28
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Cabinet Light Assembly
The cabinet shall have an LED lighting fixture with 15 high power LEDs using a
cool white color emitting 3001m min @ 12VDC/750mA. The LED shall be a Rodeo
Electronics TS-LED-05M02. The LED fixture shall be powered by a Mean Well
class 2 power supply LPV-20-12 that shall be mounted on the inside top of the
cabinet near the front edge. The cabinet light circuit shall be designed so a second
LED fixture can be installed in the cabinet without the need of a second power
supply. It shall be attached under the cabinet drawer so that it remains stationary
when the drawer is extended. An on/off switch that is turned on when the cabinet
door is opened and off when it is closed shall activate the lighting fixture(s) power
supply.
Convenience Outlet
The cabinet shall be wired with one convenience outlet with a ground fault
interrupter (GFI) and one quad convenience outlet without ground fault
interrupters. The ground fault outlet (GFI) shall be mounted on the right side of the
cabinet on or near the power panel. The quad outlet shall be mounted on the right
side between the UPS invertor and the bypass. No outlets shall be mounted on the
door. The GFI power shall be fed through the auxiliary breaker (CB2). The quad
outlet shall be fed through an EDCO SHP300-10 or approved equivalent transient
voltage suppressor located on the cabinet power panel.
Auxiliary Panel
The cabinet shall include an auxiliary switch panel mounted to the interior side of
the police panel compartment on the cabinet door. The panel shall be secured to
the police panel compartment by two (2) screws and shall be hinged at the bottom
to allow access to the soldered side of the switches with the use of only a Phillips
screwdriver. Both sides of the panel shall be silkscreened. Silk-screening on the
backside of the switch panel shall be upside down so that when the panel is
opened for maintenance the silk-screening will be right side up. All of the switches
shall be protected by a hinged see -through Plexiglas cover.
At a minimum the following switches shall be included:
Controller ON/OFF Switch: There shall be a switch that renders the
controller and load -switching devices electrically dead while maintaining
flashing operations for purpose of changing the controller or load -switching
devices. The switch shall be a general-purpose bat style toggle switch with
.688-inch long bat.
Signals ON/OFF Switch: There shall be a switch that renders the field
signal displays electrically dead while maintaining controller operation for
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-29
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
purpose of monitoring controller operations. The switch shall be a general-
purpose bat style toggle switch with .688-inch long bat.
Stop Time Switch: There shall be a 3-position switch labeled "Normal"
(up), "Off" (center), and "On" (down). With the switch in the "Normal"
position, a stop timing command shall be applied to the controller by the
police flash switch or the MMU (Malfunction Management Unit). When the
switch is in its "Off" position, stop timing commands shall be removed from
the controller. The "On" position shall cause the controller to stop time. The
switch shall be a general-purpose bat style toggle switch with .688-inch long
bat. There shall be a red LED indicator light that illuminates when stop time
is applied.
Technician Flash Switch: There shall be a switch that places the field
signal displays in flashing operation while the controller continues to
operate. This flash shall have no effect on the operation of the controller or
MMU. The switch shall be a general-purpose bat style toggle switch with
.688-inch long bat.
Vehicle Test Switches: All eight vehicle phase inputs shall have a 2-
position (on, on) test switch. Switches shall be labeled "On" (up) and "Test"
(down). With the switches in the "On" position, normal operations of the
vehicle detection occur. When in the "Test" position, a constant input shall
be applied to the controller. The switches shall directly input a call to the
related controller vehicle phase without routing the call through the detector
rack(s) when activated. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7,
and 8.
Pedestrian Test Switches: All eight pedestrian phase inputs shall have a
2-position (on, on) test switch. Switches shall be labeled "On" (up) and
"Test" (down). With the switches in the "On" position, normal operations of
the pedestrian detection occur. When in the "Test" position, a constant input
shall be applied to the controller. The switches shall directly input a call to
the related controller pedestrian phase. These switches shall be labeled 1,
2, 3, 4, 5, 6, 7, and 8.
Police Panel
Behind the police panel door there shall be switches for use by emergency
personnel. The wiring for these switches shall be accessible when the auxiliary
panel is open. The following switches shall be included:
Flash Switch: There shall be a switch for the police that puts the cabinet
into flashing operations. The switch shall have two positions, "Auto" (up)
and "Flash" (down). The "Auto" position shall allow normal signal operation.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-30
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The "Flash" position shall immediately cause all signal displays to flash as
programmed for emergency flash and apply stop time to the controller.
When the police flash switch is returned to "Auto", stop time shall be
removed from the controller except when the MMU has commanded flash
operation. The effect shall be to disable the police panel switch when the
MMU has detected a malfunction and all controller and MMU indications
shall be available to the technician regardless of the position of the police
flash switch. The switch shall be a general-purpose bat style toggle switch
with .688-inch long bat.
Signals ON/OFF Switch: There shall be a switch that renders the field
signal displays electrically dead while maintaining controller operation for
purpose of monitoring controller operations. The switch shall be a general-
purpose bat style toggle switch with .688-inch long bat.
Cables
All wire cable bundles shall be encased in flex or expandable braided sleeving
along the entire free length.
All SDLC cables shall be terminated on both ends; securely terminated to the
SDLC interface panel with screw type connection; and professionally routed in the
cabinet interior to easily reach the load bay, controller, malfunction management
unit, and detector racks. All SDLC connectors shall be fully populated with 15 pins
each.
Flashing Operation
All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall
alternate between the used vehicle phases 1, 4, 5, 8, OLA & OLD and 2, 3, 6, 7,
OLB & OLC. Flash programming shall be either red, yellow, or no flash simply by
changing wires on the front of the load -bay.
Detector Racks
At a minimum, the cabinet shall be wired to accommodate 32 channels of
detection. One detector rack shall be standard size and support 16 channels of
loop detection, one Buss Interface Unit (BIU), and four channels of OpticomT"'
These racks shall be capable of using both two -channel or -channel detection
devices or OpticomTM cards. One detector rack shall be standard size and support
16 channels of loop detection and one Buss Interface Unit (BIU). This racks shall
be capable of using both two -channel and four -channel detection devices. The
loop cabling shall be connected via a 37-pin DB connector using spring clips. The
Opticom cable shall be connected via a 24-pin connector using locking latches.
The power cable shall be a 6-pin connector. All power wires shall be 18 AWG. The
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-31
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
addressing of detector racks shall be accomplished via dipswitches mounted to
the PCB. There shall be the capability to turn off the TS2 status to the BIU for the
uses of TS1 detector equipment via dipswitches mounted to the PCB. There shall
be a 34-pin connector using locking latches that breaks the output from the
detector to the input of the BIU; there shall also be +24VDC and logic ground on
this connector. All racks shall have space at the bottom front for labeling. All racks
shall be designed for horizontal stacking. Separate racks for detection and
preemption are not allowed.
768 Panel
There shall be an OpticomTM GTT 768 or approved equivalent. interface panel
installed in the cabinet. At a minimum, it shall be soldered to the load switch green
outputs and to the advanced vehicle preemption terminal block on the detector
panel. This panel shall have a protective plastic cover. It shall be mounted between
the shelves on the left side of the back wall.
Detection Panel
The detection panel shall support 32 channels of vehicle detection, 4 channels of
emergency vehicle preemption detection, 8 channels or pedestrian detection, and
8 pedestrian returns on a single panel. The loop wires shall be a 22-AWG twisted
pair, color coded as follows. Channel one brown, channel two red, channel three
orange, and channel four yellow. One of the twisted pair wires of all colors shall
have a white tracer and land on the second position terminal of each loop. The
emergency preempt wires shall be color coded as follows: +24VDC orange,
preempt inputs yellow, and ground blue. This panel will be mounted on the left side
of the cabinet below the bottom shelf. The panel shall also include 19-position solid
aluminum, tin-plated neutral, and ground buss bars with raised slotted and torque
style screw heads. The buss bars shall be mounted vertically at the bottom of the
panel. The Opticom and pedestrian terminal blocks shall be labeled as follows:
Opticom + orange: 5A1, 5131, 5C1, 5D1
Opticom Call yellow: 5A2, 5132, 5133, 5134
Opticom — blue: 5A3, 5133, 5C3, 5D3
Pedestrian Calls: 714, 724, 734, 744, 754, 764, 774, 784
Pedestrian Returns: 715, 725, 735, 745, 755, 765, 775, 785
Power Supply Interface Panel
The power supply interface panel shall include terminations for all the cabinet
power supply inputs and outputs. It shall have a protective plastic cover. This panel
shall be mounted on the left wall of the cabinet.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-32
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Generator Bypass Compartment and Cable
The cabinet front door shall have a locking generator bypass compartment that
shall be used to connect a generator to operate the cabinet during extended loss
of service line power. The generator compartment shall be capable of being closed
and locked while a generator is connected. The mechanism for allowing generator
cable access, while the compartment is closed, shall be an integral part of the
generator bypass door, via a sliding panel that will normally be in the closed
position. Inside the compartment, there shall be a silkscreened panel housing a
Hubbell HBL2615 30A/125V flanged inlet receptacle capable of accepting a
standard 30-amp generator plug, a BACO HC52DQG cam switch with split 120-
VAC line, and neutral feeds .The switch shall be a break before make type. Two
(2) LED lamps with sockets. One LED shall be illuminated when the cabinet has
service line power available and the other when the cabinet has generator power
available. All LEDs shall be field replaceable without putting the intersection in
flash and shall carry a 5-year manufacturer warranty.
All wiring to and from the generator bypass compartment shall be contained in a
single cable bundle. The cable shall connect to the backside of the electrical
components and shall only be accessible from the inside of the cabinet front door.
All electrical components on the inside of the front door that carry AC voltage shall
be covered by a see -through plexi-glass cover. The generator bypass cable shall
terminate at the same power panel location as service line voltage.
Service Surge Suppression
The cabinet shall be equipped with an EDCO model SHP300-10 or approved
equivalent surge arrestor mounted on the power panel. Power to all cabinet
electronics equipment and power strip shall come through this surge suppression
circuit.
Power Panel
The power panel shall handle all the power distribution and protection for the
cabinet and shall be mounted in the bottom right side of the facility. All equipment
shall be mounted on a 12-inch by 17-inch silkscreened aluminum panel and
include, at a minimum, the following equipment:
• A 40-amp main breaker shall be supplied. This breaker shall supply
power to the load bay, load switches, and auxiliary panel. The
breaker shall also supply power via the EDCO SHP300-10 to the
controller, MMU, power supply, detector racks, and quad outlet.
• A 20-amp auxiliary breaker shall supply power to the fan, light, and
GFI.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-33
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
• A 50-amp, 125 VAC radio interference line filter.
• A normally open, 50-amp, solid-state relay. The relay shall have a
green LED light that is on when energized. (No Mercury Contactors
shall be allowed.)
• One see -through plexi-glass cover on stand-offs to protect
maintenance personnel from AC line voltages. It shall cover the top
and front of the power panel. With cover on access to the neutral and
ground busses is possible. It shall also cover the utility power in
terminal block. The protective cover shall have a slot to access the
field side of said power block with a standard screwdriver. This shall
be removable by loosening screws but without removing screws.
• Two 19-position solid aluminum, tin-plated neutral buss bar with
raised slotted and torque style screw heads.
• One 19-position solid aluminum, tin-plated ground buss bar with
raised slotted and torque style screw heads.
• Two MOVs shall be terminated on the 120AC in field terminal. One
tied between line and ground, the other between neutral and ground.
Manuals and Documentation
The cabinet shall be furnished with three complete sets of cabinet prints. All
cabinet wiring, and layout shall come on one E1 size sheet, multiple pages shall
not be allowed. Upon request a USB flash drive with AutoCAD Release 2018 or
later cabinet drawing for the cabinet wiring.
Cabinet mounting and installation
The foundation for a cabinet shall be a concrete pedestal of the same size as the
base of the cabinet with one foot of the foundation above the adjacent grade. The
pedestal shall be poured in place and shall be 12 inches below grade and 12
inches above grade. A sidewalk shall be provided on all sides of a cabinet and
poured in place with the cabinet foundation. Refer to Cabinet Foundation details
on project Plans for concrete pedestals where multiple cabinets are to be installed
on one pad.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-34
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
9-29.16(2) Conventional Traffic Signal Heads
This Section is supplemented by adding the following:
Vehicular signal heads shall have McCain 12-inch lens sizes or approved
equivalent unless shown otherwise on the signal Plans.
Each signal head shall have a 1/4-inch drain hole in its base.
Signal heads shall be mounted on the mast arm such that the red indicators
lie in the same plane and such that the bottom of the housing of a signal
head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches
above the grade at the center of the roadway.
9-29.16(2)A Optical Units
This Section has been revised as follows:
GE or approved equal Light Emitting Diode (LED) light sources are required
for all displays.
9-29.16(2)B Signal Housing
The fifth paragraph of this Section has been revised as follows:
Each lens shall be protected with a removable visor. The visor shall be
tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut
away type visors shall be made of aluminum throughout. Visors shall be flat
black in color inside and shall be yellow baked enamel on the outside.
Visors shall have attaching ears for installation to the housing door. The
signal display shall have square doors. End caps shall be made from
aluminum and shall be installed with fittings to provide a watertight seal. A
bead of silicone sealant shall be applied around the perimeter of all top end
cap openings prior to installation of the end cap assembly. Plastic end caps
shall utilize a threaded stud with seal and wing nut. End caps shall have the
same color as the signal housing.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-35
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
9-29.16(2)C Louvered Visors
This Section has been revised as follows:
Where noted in the Contract, louvered tunnel visors shall be furnished and
installed. Directional louvers shall be constructed to have a snug fit in the
signal visor. The outside cylinder shall be constructed of aluminum, and the
louvers shall be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the contract.
9-29.16(2)D Back Plates
This Section has been deleted and replaced with:
Back plates shall be furnished and attached to the signal heads. Back plates
shall be 3-S half -hard aluminum sheet, 0.058-inch minimum thickness, with
5-inch square cut border and painted black in front and yellow in back. Back
plates shall have 1 " reflective yellow tape boarder.
9-29.16(2)E Painting Signal Heads
This Section has been revised as follows:
Traffic signal heads (vehicle and pedestrian) shall be finished with two coats
of factory applied traffic signal federal yellow baked enamel or shall be
finished with a traffic signal federal yellow oven baked powder coating
comprised of resins and pigments. Aluminum end caps and the back of back
plates shall be painted to match the color of the signal housing. The inside
of visors, front of back plates, and louvers shall be finished with two coats
of factory applied flat black enamel.
9-29.17 Signal Head Mounting Brackets and Fittings
This Section is replaced as follows:
Mounting hardware will provide for a rigid connection between the signal
head and mast arm. All mounting hardware will be of the top -mount
plumbizer type as shown on the standard Plans, unless specified otherwise
on the Plans.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-36
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Vehicle and pedestrian signal head mountings shall be as detailed in the
Standard Plans. Material requirements for signal head mounts are as
follows:
Aluminum
1. Arms and slotted tube fittings for Type N mount (temporary signals
only).
2. Tube clamp and female clamp assembly for Type N mount.
Bronze
1. Terminal compartments for Type A, B, C, F, H, and K mounts.
2. Collars for Type C, D, and F mounts.
3. Ell fittings for Type L and LE mounts.
4. Messenger hanger and wire entrance fittings for Type P, Q, R, and
S mounts.
5. Balance adjuster for Type Q, R, and S mounts.
Galvanized Steel
1. Washers for Type A, B, C, D, F, H, and K mounts.
2. Fasteners for Type A, B, E, H, and K mounts.
Stainless Steel
1. All set screws and cotter Keys.
2. Bands for Type N mount.
3. Bolt, nut and washers for Type L mount.
4. Bolts, nuts, washers, and screw buckle swivels.
Steel
1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H,
and K mounts.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-37
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
2. Nipples for Type L, LE, and P mounts.
All other miscellaneous hardware shall be stainless steel.
All hardware for mounts shall be painted with two coats of factory applied
traffic signal federal yellow baked enamel.
Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in
diameter.
Terminal compartments for Type A, B, C, F, H, and K mounts shall contain
a 12 section terminal block.
All hardware for mounts shall be painted with two coats of factory applied
traffic signal Federal yellow baked enamel.
9-29.18 VEHICLE DETECTOR
9-29.18(3) Video Detection System
This Section is a new section:
The video detection camera mounting hardware shall be painted per
Section 6-07 of these Special Provisions. The fully functional video
detection systems shall be provided and installed by the Contractor. The
Contractor shall submit complete equipment list to the City Engineer for
approval prior to the system's purchase. The video detection system shall
be capable of providing presence vehicle detection and shall be expandable
without removing or replacing existing units. All materials furnished during
construction for temporary and permanent detection shall be new, unused,
current production models and shall be items currently in distribution. The
video detection system shall have a minimum 18-month warranty (from the
time of permanent installation) against manufacturing defects in materials
and workmanship from the date of shipment. The Contractor shall supply
the warranty and all documentation necessary to maintain and operate the
system to the COR Transportation Operations Maintenance Representative
prior to approval of the video detection system by the Transportation
Operations Maintenance Manager.
The Video Detection System shall consist of ITERIS video detection
equipment, auxiliary equipment, cameras, housings, and mounts, and all
required mounting hardware, cables, connectors, and wiring. The video
detection equipment shall be of the quantities shown in the Plans, and shall
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-38
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
meet the following specifications (The contractor shall submit to the COR
Transportation Maintenance Shop Representative a detailed summary
of video detection equipment prior to placing an order):
Camera: Vantage Vector color camera with video and radar
sensor fusion and with integrated weatherproof
housing or approved equivalent.
Mounting: The camera shall be mounted on a mast arm per
manufacturer's recommendations. The Contractor
shall have approval for the mounting location from
the Transportation Operations Maintenance
Manager prior to installation.
Video Detection Board: Iteris Dual Camera Processor or approved
equivalent that operable with the Vantage Vector
Camera
Monitoring: Include (1) shelf mounted 9" LCD color monitor
and (1) computer optical USB mouse at each
signal.
Modem: Edge Connect Network Modem
Surge Suppression: Each camera assembly shall have a surge
suppressor which shall be installed inside the
traffic signal controller cabinet. The surge
suppressor shall be an EDCO CX06-BNCY or
approved equivalent meeting these specifications:
City of Renton
Renton Avenue South Resurfacing
G&O #17534
Peak Surge Current
5Ka
Technology
Hybrid, Solid State
Attenuation
0.1 dB @ 10 Mhz
Response Time
<1 nanosecond
Protection
Line to Ground
Clamp Voltage
6 V
Connectors
BNC
Impedance
75 ohms
Environmental
-40°F to 185°F
Mechanical
4'/2" x 1'/2" x 1'/4'
9-39
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
9-29.19 Pedestrian Push Buttons
This Section is replaced by the following:
The Contractor shall furnish and install a fully functioning accessible
pedestrian push button system at locations specified in the Contract Plans.
The pedestrian push button system shall include the following items:
Pedestrian push button assemblies shall be ADA Accessible
Pedestrian Signals (APS), "Navigator 2-Wire Push Button Station,"
Model IN23TN0-B, by Polara Engineering, Inc. or approved equal.
The push button assemblies shall include the following features:
• Vibrating button during Walk
• Confirmation of button push by latching LED, audible "walk" sound
and tactile bounce
• Locating tone during Don't Walk
• Audible Message during the Walk phase (shall be approved by the
Engineer)
• All sounds adjust to ambient noise
• Most sounds have a minimum and maximum volume setting option
• Select and Custom audio messages, change configuration settings,
and perform firmware updates wirelessly using iOS devices, or a
Windows PC with Polara's Bluetooth Dongle
• Built in health/event logging feature, up to 300 events
• Independent ambient adjustment setting for the locate tone which
allows fine adjustments for low ambient conditions
• Built in False walk detection: four (4) independent checks
• Program selection options: time of day, week, month, holidays, and
daylight savings time
• Programs (configurations): one (1) default plus three (3) alternate
programs
• Sounds synchronized across all push buttons
• Can provide pre -configured special messages played throughout
the entire intersection upon a central system activated signal
(preemption)Operate over a single pair of wires
• All push button stations wired in parallel, individually assignable to
any phase
• Accommodate at least sixteen (16) push button stations
• Four (4) Locate tone selectable options
• Fourteen (14) walk sound selectable options, three (3) of them
custom options
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-40
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
• Seven (7) clearance sound selectable options
• Capable of boost volume for next Walk and Clearance with
Extended Button Push
• Capable of direction of travel message with Extended Button Push
• Capable of mutes all but selected crosswalk with Extended Push
Priority
• Extended push activation settings: 0-6 second range, 0.5 second
increments
• Beaconing and Ping Pong features available
• 9"x15" Hi -Intensity Retroreflective MUTCD R10-3e countdown sign
(per WSDOT Standard Plan J-20.26)
• No Braille on the Face Plate
• Custom Audio Messages
• Black Plate and Body
• Black Button Cover
One Shelf Mount Central Control Unit shall be provided and installed in the
traffic controller cabinet per intersection as an interface between the signal
controller and the pedestrian push button stations. The Shelf Mount
iNTELLIGENT CENTRAL CONTOL UNIT, Model iCCU-S, by Polara
Engineering, Inc. or approved equal, shall:
• Designed to site on a shelf, and interfaces to traffic cabinet either
through the Polara 50 pin cable assembly, or a SDLC cable
• Support full bidirectional Bus Interface Unit (BIU) capability allow the
control unit to get interval timing information and place calls to the
traffic controller directly through the SDLC interface
• the power supply and signaling interface between the existing
intersection Traffic Control Unit and the iN2 Navigator Push Button
Stations installed on the intersection
• include one (1) Custom Cable Harness 50-pin Connector, Model
850-216, cable assembly with all cables 12-feet long for double wide
cabinets
• Accommodate up to 16 push button stations
• Support SDLC communication in TS1 and TS2 cabinets
• Include a front panel with a backlit LCD for displaying system status
information
• Perform setup functions via Ethernet or Wi-Fi/Bluetooth using a PC,
iPhone or iPad
• Provide free apps for both Windows PCs (Windows 7 or higher) and
iOS (8.0 or higher) devices.
• Supports multiple configurations, with ability to change operational
features based on time of daylnclude a built in conflict monitoring
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-41
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
system that monitors pedestrian push button stations and pedestrian
signal head lights and powers off in the event of a conflict
• Include health log data capture that is downloadable and contains
extensive status/fault reporting
• Support remote monitoring over Ethernet
• Include an Ethernet port for communication
• Include a USB port
• Include the Interconnect Board, Model iN2-ICB, for termination of
field wiring intersection/field button
• Include two (2) SDLC Cables, Model iN2-SDLC-CABLE, a standard
6-feet long SDLC cable
• Include a three (3) year manufacturer limited warrantylnclude one (1)
power cable for 120VAC, 60Hz, 5A
9-29.20(1) LED Pedestrian Displays
This Section is supplemented with the following:
The pedestrian signal shall be hand/man with a countdown feature. The
hand and man and countdown symbols shall have a uniform appearance;
individual LEDs shall not be visible. The hand and man symbols shall be
on the left side superimposed and the countdown symbol on the right side
and shall comply with the latest MUTCD requirements.
The countdown feature shall allow countdown time to remain stored
internally, even when power is removed for extended periods of time, shall
automatically adjust to traffic controller interval changes and the symbol
shall be minimum 9-inches high.
The housing shall be 18 inches and the face shall have z-crates.
Except as noted in the following pre -approved list of this section, samples
of each item shall be submitted to the Engineer for approval.
9-29.22 Wireless Interconnect (New Section)
This section is supplemented with the following:
Contractor shall furnish, install and test a partial wireless interconnect
system to include radio, antenna, antenna mount and connecting cable at:
• Renton Ave S/S 132nd St (Pedestrian Hybrid Beacon)
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-42
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
The Contractor shall demonstrate that the wireless interconnect
components installed function properly (i.e., radio and antenna operation
and connectivity).
Wireless interconnect shall be Intuicom's Integrated Nitro58n wireless
interconnect system, including all equipment for a functioning wireless
interconnect system, or approved equivalent.
The wireless interconnect system shall be a broadband product capable of
the following specifications.
General Specifications:
• PoE Standard: IEEE 802.3af/at
• Ethernet:10/100/1000base-TX
• Geolocation: Embedded GPS
• Size: 13.2 inches X 13.2 inches x 3.5 inches
• Weight 4.0 Ibs
• Antenna Included: Dual Polarized Panel
• Environmental: -40 to +70 degrees C (IP67)
Wireless Interface:
• Wireless Protocols: IEEE 802.11a/n
• Frequency Range: 5.150 — 5.825Ghz
• Data Rate: 300Mbps/600Mbps (dual)
• Receive Sensitivity: -97 to -74dBm
• Channel Widths 20, 40MHz
• Modulations: OFDM, BPSK, QPSK, 16QAM, 64QAM
• MIMO:2x2:2
• Topology: Point -to -Point, Point-to-Multipoint
• Dynamic Frequency Selection: Automatic or User Configurable
Security:
• Capable of being secured with multiple types of encryption to prevent
non -authorized access
0
802.11 i WPA-PSK
0
802.11 i WPA2-PSK
0
802.11 i WPA-EAP
0
802.11 i WPA2-WAP
0
802.11 i TKIP
0
802.11 i AES-CCM
0
802.11 i 802.1 X
City of Renton
Renton Avenue South Resurfacing
G&O #17534
9-43
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
0 802.11 i —RSN
0 Radius authentication
0 Mac Access Control List
0 128/256 Encryption
The connecting cable between the radio unit in the signal controller cabinet
and the antenna shall be a shielded Category 5 cable provided by the
manufacturer.
The antenna mounting bracket shall be per manufacturer's
recommendation. It shall be fully articulating and capable of mounting to a
signal mast arm or shaft of a signal standard.
Section 9-29.23 is a new section:
The BBS shall meet or exceed the following specifications: Enclosure
Specifications:
Anodized aluminum weatherproof enclosure shall house BBS and
batteries. Enclosure shall be TIG welded construction with welding
materials specifically designed for the material to be welded.
Enclosure shall have fully framed side hinged outer doors with
swaged close tolerance sides for flush fit with drip lip and closed cell
neoprene flange compressed gaskets. Front door shall incorporate a
full-length piano hinge, pad -lockable draw latch (center area on door -
latch side), and two pad lockable welded -in place vandal -proof tabs
(one upper area, one lower area on door -latch side, rated at 2000
lbs. each). There shall be no exposed nut, bolts, screws, rivets or
other fasteners on the exterior of the enclosure. Maximum cabinet
dimensions 46" H x 20" W x 10.25" D. Weight 250 Ibs with batteries.
BBS shall be mounted in an interior tilt out housing with 800 lb rated
stops. Battery connectors shall be Anderson Connectors with silver
plated contacts. Batteries shall be installed in fixed position framed
trays for seismic safety and be readily accessible for maintenance.
Batteries shall be mounted allowing airflow front and back. Enclosure
can include two transfer bypass switches, one for BBS bypass the
second for auxiliary generator (optional). All switches must be panel
mounted on interior dead front panel board. UV resistant plastic
laminated nameplates shall identify all controls and major
components. A plastic covered wiring diagram will be attached to the
inside of the front door. All components shall be factory wired and
conform to required NEMA, NEC, and UL standards. A chassis
ground point shall be provided. Panel shall be UL 508 Industrial
Control Panel rated.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-44
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
The BBS compartment shall be accessible from the side door of the signal
cabinet and shall contain the UPS system batteries. The UPS system
inverter and ATS assembly shall be mounted in the BBS compartment but
shall be accessible when the front door is open.
IM-Now, Jfl'1P it11ii17 i11M_
• System shall provide 700 watts of full control run time for 2 hours. In
addition the system shall provide 6 to 8 hours of flash.
• BBS bypass and BBS isolation switch.
• Deadfront safety panel board with all switches, indicating fuses,
plugs, and isolation fuses for each battery pre -wired with phenolic
nameplates.
• All nameplates shall be screwed on phenolic engraved type.
• All wire terminating lugs shall be full wrap around type.
• All batteries shall be captive spaced from external captive sides in
earthquake proof buckets.
• Cabinet ventilation shall be by (qty. 4) 4" x'/4" louvers top and bottom
with encapsulated bug screens, cleanable filters and a 100cfm fan to
completely exchange air 25 time minimum per minute.
• All DC terminals and connections shall incorporate safety covers
such that the safety covers are in place for every normal
maintenance mode.
• Event Counters & Total Run Time Counter.
BBS Unit Minimum Specifications:
BBS unit shall provide a true sine -wave output with minimum 1400 Volt -
Amp continuous capacity. BIBS must provide for utility service isolation
when in operation. The minimum rating for wattage output will be 950 watts.
The BBS shall be capable of running an intersection with LED lights (for
Run Time consult manufacturer). The unit shall operate off-line, with
transfer time of 2 ms or less, with battery condition indicator, with automatic
test provisions, and with hot- swappable batteries (all batteries in system).
BIBS will automatically recharge batteries from full discharge to 95%
capacity within 6 hours. BBS will provide on-line operation for a minimum
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-45
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
input of 92 to 145 VAC, provide full load output of 120VAC — 10% / +4% at
60 Hz +/- 0.05% over a temperature range of -37°C (optional adder) to
+74°C and be a UL Approved Design.
For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS
unit will be delivered with maintenance manuals and schematic diagrams.
BIBS Unit Minimum Features:
• 1,400VA 950 Watts, with quick make/break connectors and plugs.
(Systems requiring hard wiring termination to/from the inverter are
unacceptable).
• Surge energy withstand 480 Joules, 6.5kA
• Common mode clamping 0 ns < 5ns typical UL 1449
• Conditioned power — Computer quality
• Transient lighting protection — 160 Joules
• Transfer to battery time — 2 ms
• Retransfer to utility — 2 ms
• Each battery shall be 24 volts @ 18 AH with heavy duty Anderson
plugs and isolated fused (deadfront panel mounted 30 amp)
connections to the BBS for greater system reliability and ease of
maintenance. Series wiring is unacceptable.
• Fan cooling shall be fused for locked rotor current.
• Cooling air shall be ducted to cool the front and back of each battery
with air space on all four sides and top of battery.
• BBS covers shall be 60% open on both sides to diminish the
environmental effects of extreme temperatures.
• Includes USB & RS232, DB9 Computer Interface Ports.
• Low voltage safety design at 24v DC. (Higher voltage DC systems
are unacceptable).
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-46
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
BBS Communications Module:
All inverter connections shall be made without the use of tools. This
includes: A/C -Input, A/C- Output, Normally -Open, and Normally -Closed
programmable contacts.
Smart Slot Relay 1/0 Module:
Input #1 — Turn the BBS on.
Input #2 — Turn the BBS off.
Input #3 — Start the BBS self -test.
Input #4 - Shut down the BBS (when on battery).
Output #1 — The BBS is on -battery (during a power failure, self -test
or run time calibration).
Output #2 — BBS has a low battery — Programmable.
Output #3 — The protected load is not receiving power from the BBS.
Output #4 Replace the BBS batteries.
Output #5 — The BBS is overloaded.
Output #6 — Any BBS fault or self -test failure.
Batteries:
Batteries shall be maintenance -free, type AGM/VRLA (Absorbed
Glass Mat/Valve Regulated Lead Acid), such as APC Smart -UPS
RMXL or approved equal. Batteries shall be independently pre -wired
and individually fused. Batteries shall be furnished with heavy-duty
50 amp rated silver-plated Anderson Connectors. 100 Amp internal
fuse by Battery supplier. Batteries shall be lightweight for personnel
safety and protection plus ease of installation and maintenance.
Batteries with a weight of over 26 Ibs are not acceptable.
ENCLOSURE TEMPERATURE COMPENSATION:
Operating temperature range shall be a minimum -37°C to +74°C.
Power Svstem Analvzer and Conflict Resolution Module:
The system shall incorporate an integrated Power System Analyzer and
Conflict Resolution Module. The Analyzer shall evaluate and make limited
adjustments to the incoming utility power and automatically transfer load to
the battery back-up power if utility power is lost. When utility power becomes
available, the BBS shall analyze the power to verify stability and return to
normal operation. The system shall provide automatic BBS failure detection
and automatically isolate the failed BBS and lock the unit onto utility power.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-47
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Once the failure has been corrected, the system shall return to the normal
operation.
Triple Bypass System For Off line BBS:
SPACT — Smart Power Analyzer with Conflict Monitor Isolation and Transfer
Module.
PCM — Power Conflict Monitor
The PCM is a totally redundant failsafe system. The PCM shall monitor load
bus power available continuously. If load bus power fails for 5ms the PCM
shall transfer and isolate the BBS and guarantee that commercial power will
be locked on.
Watchdog Timer — Redundant 5 ms delay and hard transfer to utility power.
The outboard Smart Transfer Switch shall not interrupt the normal controller
function. Transfer time shall be 2ms.
Onboard Smart 1/0 module shall execute lockout of battery back up system
upon Smart detection of any inverter BBS fault. If BBS resets itself, it shall
automatically be available for backup.
ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours.
Smart Battery Charger:
Shall charge from shut off discharge to 95% fully charged in less than 6
hours. Batteries shall be ambient enclosure compensated to less than 120°.
The battery charger shall utilize Smart Cell Technology to extend battery
life.
Intelligent Battery Management:
The system shall have a precision battery charging system, automatic true -
load battery tests, and redundant overcharge protection. The system shall
regulate under and over voltages without switching to battery.
Battery Replacement Warning prevents downtime — the system shall
automatically perform a self -test every two weeks and alert owner to
degrading batteries before they wear out. Through software, or the push of
a button, self -tests may be performed at anytime. Faster Recharge Time —
the system battery charging systems shall be microprocessor controlled to
precisely charge batteries.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-48
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
Hot-Swappable Battery Replacement:
The system shall have a 60 second, user friendly, hot-swappable battery
replacement system allowing safe and easy replacement of batteries while
your system is up and running. Replacement battery packs shall ship in a
reusable box for convenient return of exhausted batteries to a recycling
center.
Additional Design Features:
The system shall have available:
Generator Transfer switch with BBS bypass and 30-amp external reverse
service plug.
Heater with thermostat.
9-29.24(2) Electrical Circuit Breakers and Contactors
This Section is deleted and replaced with the following:
The electrical circuit breakers and contactors shall be as indicated on the
contract Plans and detail sheets. The following equipment shall be featured
within the cabinet.
1. Main circuit breaker
2. Branch circuit breakers
3. Utility plug (120 volt-20 Amp rated) G.F.I. Type
4. Light control test switch (120 volt-15 Amp)
5. Contactor relay for each circuit
6. Double pole branch breaker(s) for lighting circuits (240 volt)
7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs)
8. Type 3-single phase 120/240 volt grounded neutral service
9. One 120 volt 40 Amp single pole branch breaker (signal service)
10. Complete provisions for 16 breaker poles
11. Name plates phenolic black with white engraving except the main
breaker which shall be red with white lettering. All name plates shall
be attached by S.S. screws.
12. Meter base sections are unnecessary
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-49
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
9-29.25 Amplifier, Transformer, and Terminal Cabinets
This Section is supplemented as follows:
The terminal box shall be weather tight, have a single door with continuous
hinge on one side and screw hold-downs on the door locking side. All
hardware will be stainless steel. All mounting hardware shall be stainless
steel and shall be incidental to the unit price of terminal box.
Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall
be separated by a marker strip. The marker strip shall be permanently
marked with the circuit number indicated in the Plans. Each connector shall
be a screw type with No. 10 post capable of accepting no less than 3 #12
AWG wires fitted with spade tips.
Interconnect splice tower cabinets shall be Type F, with nominal dimensions
of 22" high x 13" wide x 11" deep and constructed of cast aluminum and
fitted with a Best internal lock.
9-30 PAVEMENT MARKING
Contractor shall notify the Engineer and request approval of the pre -mark
channelization at
least 48 hours prior to placement of pavement markings.
All Pavement markings at intersection shall be 3M Stamark all weather Tape
380AW and Contrast Tape 380AWE-5 or thermal plastic with wet/dry elements
9-30.1 Removing Pavement Markings
This Section is supplemented with the following:
Existing pavement markings within the construction limits, including stop
bars, traffic arrows, lane markers, and raised pavement markers shall be
removed prior to overlaying the roadway surface. All conflicting
channelization shall be removed as necessary by sand blasting to install
temporary pavement markings or after the final channelization has been
installed. Removal of existing pavement markings shall be conducted using
such methods to prevent damage to the remaining pavement. The use of
chemicals that may be harmful to the pavement will not be allowed.
Damaged pavement shall be replaced at the Contractor's
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-50
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
9-30.2 Permanent Signing
This Section is supplemented with the following:
This work shall also consist of fabricating, assembling and installing Street
Name Signs on signal mast arms in accordance with City Of Renton
standard details.
9-30.3 Materials
Section 8-21.2 is supplemented with the following:
Materials shall meet the requirements of the following sections as applicable
unless noted:
Painting 6-07
Permanent Signing 8-21
Signing Materials and Fabrication 9-28
Lettering and border graphics shall be white, non -reflective, in an opaque,
white 2-mil cast vinyl adhesive graphic film with matte finish, clear,
removable, pressure -sensitive adhesive (solvent acrylic) for exterior
signage application and have a life performance of 7 years durability, UV
resistant, chemical and moisture resistant.
Sign Name Signs shall have 2-mil cast vinyl adhesive graphic film with
matte finish, clear, removable, pressure -sensitive adhesive (solvent acrylic)
for exterior signage application and have a life performance of 7 years
durability, UV resistant, chemical and moisture resistant, applicable for color
printing application.
Aluminum sheet shall conform to ASTM B209M — 07 Standard Specification
for Aluminum and Aluminum Alloy Sheet and Plate.
Fasteners to secure sign plates into places shall be Type 316 stainless
steel. Zinc -plated fasteners with coating complying with ASTM B 633, Class
FE/ZN 5.
Custom colored digitally printed logo shall have coefficient of retroreflection
varying between that of the base sheeting as given in Table B, and zero
(opaque) depending on the hue and saturation (or chromaticity and
lightness) of the custom color.
Conformance to standard chromaticity and luminance factor requirements
shall be in accordance with ASTM E1164.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-51
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Conformance to coefficient of retroreflection requirements shall be in
accordance with ASTM E810 "Test Method for Coefficient of Retroreflection
of Retroreflective Sheeting".
Minimum percentage of retroflection retained after 8 years shall be
minimum of 70%.
Adhesive and film properties shall be applied to test panels and conditioned
in accordance with ASTM D4956 and test methods and conditions shall
conform to ASTM D4956.
The following properties shall conform to the requirements in ASTM D4956:
1.
Adhesion
2.
Outdoor weathering
colorfastness
3.
Shrinkage
4.
Flexibility
5.
Liner removal
6.
Impact resistance
- retained coefficient of retroreflection-
Gloss test method shall be in accordance with ASTM D523. Rating shall not
be less than 50.
Optical stability of the sheeting shall retain a minimum of 85% and a
maximum of 115% of the original coefficient of retroreflection.
Street Name Signs on signal mast arms shall be provided with a warranty
for signs made with custom colors. The areas of the signs featuring custom
colors shall be warrantied against excessive fading, discoloring, cracking,
crazing, peeling, blistering and loss of reflectivity such that signs become
visually unsuitable for their intended purpose for a period of 8 years.
9-30.4 Construction Requirements
Section 8-21.3 is supplemented with the following:
Surface of street name sign plate shall be prepared by sheeting
manufacturer's
recommendations.
damage to the remaining pavement. The use of chemicals that may be
harmful to the pavement will not be allowed. Damaged pavement shall be
replaced at the Contractor's expense.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-52
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Vinyl adhesive graphic film shall be positioned at zero degree application
angle at +4°C minimum (air and substrate) per manufacturer's
recommendation.
Sign Code Numbers indicated on the Plans are in reference to the
Washington State Department of Transportation Sign Fabrication Manual
and the Manual on Uniform Traffic Control Devices (MUTCD).
Upon completion of the project, the Contractor shall reset all signs that have
been disturbed or removed during the construction in their permanent
location to the satisfaction of the City.
Existing concrete at the base of signpost shall be removed prior to
installation in new concrete.
Relocated signs shall be installed on new galvanized steel posts per the
detail shown in the Plans or attached to light poles where noted on the
Plans.
Any damage due to the Contractor's negligence before the end of the
project shall be replaced by the Contractor with no additional compensation
allowed.
The Contractor shall request from the Engineer electronic graphic files prior
to street name sign samples approval. The Contractor shall provide graphic
artwork, catalog cut sheet and a full scale sample of all street name signs
mounted on signal mast arms for Engineer's approval, prior to
manufacturing.
The Contractor shall provide three copies of shop drawings for fabrication,
fastening locations, and installation of all street name sign types prior to
fabrication, for Engineer's approval.
Appendices
(January 2, 2012 WSDOT)
The following appendices are attached and made a part of this contract:
Appendix A — Wage Rates
Washington State Prevailing Wage Rates
Federal Wage Rates
Appendix B — Boring Logs (For Information Only)
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-53
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
(January 7, 2019)
Standard Plans
The State of Washington Standard Plans for Road, Bridge and Municipal
Construction M21-01 transmitted under Publications Transmittal No. PT 16-048,
effective August 6, 2018 is made a part of this contract.
The Standard Plans are revised as follows:
A -An 1 n
Section View, PCCP to HMA Longitudinal Joint, callout, was - "Sawed
Groove - Width 3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN) MIN. -
see Std. Spec. 5-04.3(12)B" is revised to read; "Sawed Groove - Width
3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN) MIN. - see Std. Spec.
Section 5-04.3(12)A2"
Section View, Transverse Contraction Joint, dimension, was - "D/4" is
revised to read: "D/3 to D/4"
A-50.10
Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to
C-70.10
A -gin 9n
Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-
70.10
A-50.30
Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1
B-10.60
DELETED
B-82.20
DELETED
B-90.40
Valve Detail - DELETED
C-2C
CASE 9A (typical of 2 callouts): The dimensions were "3'-0" MIN. - TO
FACE OF GUARDRAIL". are now revised to read "5 4' MIN -- TO FACE
OF GUARDRAIL".
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-54
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
C-4 b
DELETED
C-4e
DELETED
C-4f
Sheet 1, BULLNOSE GRADING PLAN: Slopes shall be not steeper than
10H:1 V for the bullnose guardrail system including slopes into the guardrail
face to 1 foot behind the guardrail post.
Sheet 2, POST 1 R & 1 L, 2R & 2L, 3R TO 8R and 3L TO 8L, 9R TO 12 R
and 9L TO 12L elevation view details: Slopes into the guardrail face to 1
foot behind the guardrail post shall not be steeper than 1 OH:1 V.
Sheet 3, SECTION B, callout — was: "THE NUT SHALL BE ASTM A563D
STEEL, AND GALVANIZED ACCORDING TO STANDARD SPEC. 9-
16.3(3)." Is revised to read: "THE NUT SHALL BE ASTM A307 STEEL, AND
GALVANIZED ACCORDING TO STANDARD SPEC. 9-16.3(3)."
C-20.14
CASE 3-31: The dimension was "5 4' MIN" from the back of guardrail to
the center of railroad signal support is now revised to "5-0" MIN" from face
of guardrail to the front edge of the railroad signal support.
Note 3, was — "The slope from the edge of the shoulder into the face of the
guardrail cannot exceed 1 OH : 1 V when the face of the guardrail is less than
12' — 0" from the edge of the shoulder." is revised to read: "The slope from
the edge of the shoulder into the face of the guardrail cannot be steeper
than 1 OH : 1 V when the face of the guardrail is less than 12' — 0" from the
edge of the shoulder. The slope from the edge of the shoulder into the face
of the guardrail cannot be steeper than 6H : 1V when the guardrail is 12' —
0" or more from the edge of the shoulder."
r:-qn 1 R
ALL CASES: The dimensions were "3'-0" MIN" from the face of guardrail to
the front edge of the fixed feature are now revised to "5-0" MIN" from the
face of guardrail to the front edge of the fixed feature.
Note 1, was — "The slope from the edge of the shoulder into the face of the
guardrail should not exceed 1 OH : 1 V when the guardrail is within 12' — 0"
from the edge of the shoulder." Is revised to read: "The slope from the edge
of the shoulder into the face of the guardrail should not be steeper than 1 OH
1 V when the guardrail is less than 12' — 0" from the edge of the shoulder.
The slope from the edge of the shoulder into the face of the guardrail should
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-55
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
not be steeper than 6H : 1 V when the guardrail is 12' — 0" or more from the
edge of shoulder."
C-22.14
DELETED
C-22.16
Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised
to read: "Elevation G = (Elevation S — D x (0.1) + 31/12"
C-22.40
PLAN VIEW, MSKT-SP-MGS (TL-3) SHOWN: The dimension was 'W-0"
MIN" from the face of the terminal to the edge of the widened embankment
is now revised to 'W-0" MIN" from the back of the terminal post to the edge
of the widened embankment.
Elevation View, MSKT-SP-MGS (TL-3), dimension, MSKT-SP-MGS (TL-3)
SYSTEM LENGTH = 50' — 0" , dimension is revised to read: 46' — 101/2"
Elevation View, SOFTSTOP (TL-3), dimension, SOFTSTOP (TL-3)
SYSTEM
LENGTH = 50' — 9 1/2", dimension is revised to read: 50' — 10 1/2"
Note 6, was — "...a maximum taper of 25.4 : 1 or flatter is allowed over the
system length of 50' — 9 '/2" with a maximum..." is revised to read: "...a
maximum taper of 25.44 : 1 or flatter is allowed over the system length of
50' — 10 1/2" with a maximum..."
C-22.45
PLAN VIEW, MSKT-SP-MGS (TL-2) SHOWN: The dimension was 'W-0"
MIN" from the face of the terminal to the edge of the widened embankment
is now revised to 'W-0" MIN" from the back of the terminal post to the edge
of the widened embankment.
Elevation View, MSKT-SP-MGS (TL-2), dimension, MSKT-SP-MGS (TL-2)
SYSTEM
LENGTH = 25' — 0", dimension is revised to read 34' — 4 1/2"
Elevation View, SOFTSTOP (TL-2), dimension, SOFTSTOP (TL-2)
SYSTEM
LENGTH = 38'— 3 1/2", dimension is revised to read 38'— 4 1/2"
Note 6, was — "...flare of 38.29 : 1 or flatter is allowed over the system length
of 38' — 3'/2" with a maximum..." is revised to read: "...flare of 38.38 : 1 or
flatter is allowed over the system length of 38' — 4'/2" with a maximum..."
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-56
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
C-25.26
Elevation View, TYPE 23: The guardrail height dimension was 2'-8" from
the top of the thrie beam to the top of the bridge curb is now revised to 2'-
8" from the top of the thrie beam to the top of the ground line.
C-25.80
Plan View, callout, was — 12" (IN) BLOCKOUT" is revised to read; "12" (IN)
or 8" (IN) BLOCKOUT (12" (IN) SHOWN)"
Elevation View, add labels to posts (below view); beginning at left side of
view — Label Posts as follows; POST 1, POST 2 through POST 6".
General Notes, add Note 6. Note reads as follows; "6. Post 1 shall use an
8 inch blockout, and posts 2 through post 6 shall use 12 inch or 8 inch
blockouts."
C-40.14
DELETED
C-90.10
DELETED
n-in 1n
Wall Type 1 may be used if no traffic barrier is attached on top of the wall.
Walls with traffic barriers attached on top of the wall are considered non-
standard and shall be designed in accordance with the current WSDOT
Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall.
Walls with traffic barriers attached on top of the wall are considered non-
standard and shall be designed in accordance with the current WSDOT
BDM and the revisions stated in the 11/3/15 Bridge Design memorandum.
n-i n gn
Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall
Type 3 shall be revised to read: The seismic design of these walls has been
completed using a site adjusted (effective) peak ground acceleration of
0.32g.
n-i n 9r;
Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall
Type 4 shall be revised to read: The seismic design of these walls has been
completed using a site adjusted (effective) peak ground acceleration of
0.32g.
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-57
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
D-10.30
Wall Type 5 may be used in all cases.
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall.
Walls with traffic barriers attached on top of the wall are considered non-
standard and shall be designed in accordance with the current WSDOT
BDM and the revisions stated in the 11/3/15 Bridge Design memorandum.
n-i n a.
Wall Type 8 may be used if no traffic barrier is attached on top of the wall.
Walls with traffic barriers attached on top of the wall are considered non-
standard and shall be designed in accordance with the current WSDOT
BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-15.10
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete
Retaining Walls" are withdrawn. Special designs in accordance with the
current WSDOT BDM are required in place of these STD Plans.
D-15.20
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete
Retaining Walls" are withdrawn. Special designs in accordance with the
current WSDOT BDM are required in place of these STD Plans.
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete
Retaining Walls" are withdrawn. Special designs in accordance with the
current WSDOT BDM are required in place of these STD Plans.
IMFAMN6
Section Title, was — "Depressed Curb Section" is revised to read:
"Depressed Curb and Gutter Section"
F-10.40
"EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted
F-10.42
DELETE — "Extruded Curb at Cut Slope" View
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-58
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
H-7n gn
Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard
Plan 1-70.10 is revised to H-70.10
1-30.30
8" Diameter Wattle Spacing Table, lower left corner, was—"Slope:1 H : 1 V,
Maximum Spacing:10' — 0"" is revised to read: "Slope:1 H : 1 V, Maximum
Spacing:8' — 0""
J-10.21
Note 18, was — "When service cabinet is installed within right of way fence,
see Standard Plan J-10.22 for details." Is revised to read; "When service
cabinet is installed within right of way fence, or the meter base is mounted
on the exterior of the cabinet, see Standard Plan J-10.22 for details."
J-10.22
Key Note 1, was — "Meter base per serving utility requirements- as a
minimum, the meter base shall be safety socket box with factory -installed
test bypass facility that meets the requirements of EUSERC drawing 305."
Is revised to read; "Meter base per serving utility requirements— as a
minimum, the meter base shall be safety socket box with factory -installed
test bypass facility that meets the requirements of EUSERC drawing 305.
When the utility requires meter base to be mounted on the side or back of
the service cabinet, the meter base enclosure shall be fabricated from type
304 stainless steel."
Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp —
120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action,
positive close 15 amp — 120/277 volt "T" rated)."
Key Note 14, was — "Hinged dead front with turn fasteners or slide latch."
Is revised to read; "Hinged dead front with turn fasteners or slide latch.
Dead front panel bolts shall not extend into the vertical limits of the breaker
array(s)."
Key Note 15, was — "Cabinet Main Bonding Jumper. Buss shall be 4 lug
tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J-
3b." is revised to read; "Cabinet Main Bonding Jumper Assembly Buss
shall be 4 lug tinned copper -- See Standard Plan J-10.20 for Cabinet Main
Bonding Jumper Assembly details."
Note 1, was — "...socket box mounting detail, see Standard Plan J-3b." is
revised to read to read: "...socket box mounting detail, see Standard Plan
J-10.20."
Note 6, was — "...See door hinge detail, Standard Plan J-3b." is revised to
read: "...See door hinge detail, Standard Plan J-10.20."
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-59
SPECIAL PROVISIONS - Continued
1 J-20.10
2 Add Note 5, "5. One accessible pedestrian signal assembly per pedestrian
3 pushbutton post."
4
5 J-20.11
6 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is
7 revised to read: "Type PS or Type 1 Signal Pole"
8 Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal
9 Pole Shown)"
10 Add Note 6, "6. One accessible pedestrian signal assembly per pedestrian
11 pushbutton post."
12
13 J-20.26
14 Add Note 1, 1. One accessible pedestrian pushbutton station per
15 pedestrian pushbutton post."
16
17 J-20.16
18 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE
19
20 J-21.10
21 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout -
22 "ANCHOR BOLTS - 3/4" (IN) x 30" (IN) FULL THREAD - THREE REQ'D.
23 PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS 3/4" (IN) x
24 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY"
25 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance
26 from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3"
27 CLR.. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance
28 from the bottom of the foundation to find 2 # 4 reinf. Bar.
29 Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance
30 from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3"
31 CLR. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance
32 from the bottom of the foundation to find 1 # 4 reinf. Bar.
33 Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance
34 from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3"
35 CLR. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance
36 from the bottom of the foundation to find 2 # 4 reinf. Bar.
37 Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance
38 from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3"
39 CLR. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance
40 from the bottom of the foundation to find 1 # 4 reinf. Bar.
41 Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque
42 Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt
43 (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)"
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-60
SPECIAL PROVISIONS - Continued
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
Detail F, callout, "3/4" (IN) x 2' — 6" Anchor Bolt (TYP.) Four Required
(See Note 4)" is revised to read; "3/4" (IN) x 2' — 6" Anchor Bolt (TYP.) —
Three Required (See Note 2)"
J-21.15
Partial View, callout, was — LOCK NIPPLE — 1 1/2" DIAM., is revised to read;
CHASE NIPPLE — 1 '/2" (IN) DIAM.
J-21.16
Detail A, callout, was — LOCKNIPPLE, is revised to read; CHASE NIPPLE
llvkmUl
Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read;
6'-0"
(2x) Detail A, callout, was — LOCK NIPPLE — 1 '/2" DIAM. is revised to read;
CHASE NIPPLE — 1 1/2" (IN) DIAM.
J-40.10
Sheet 2 of 2, Detail F, callout, 12 — 13 x 1 '/2" S.S. PENTA HEAD BOLT
AND 12" S. S. FLAT WASHER" is revised to read; 12 — 13 x 1 '/2" S. S.
PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER"
J-60.14
All references to J-16b (6x) are revised to read; J-60.11
K-80.30
In the NARROW BASE, END view, the reference to Std. Plan C-8e is
revised to Std. Plan K-80.35
Plan Title, was "ALTERNATIVE TEMPORARY CONC. BARRIER (F-
SHAPE)" is revised to read: "CONCRETE BARRIER TYPE F"
The following are the Standard Plan numbers applicable at the time this
project was advertised. The date shown with each plan number is the
publication approval date shown in the lower right-hand corner of that plan.
Standard Plans showing different dates shall not be used in this contract.
A-10.10-00
........ 8/7/07
A-10.20-00
......10/5/07
A-10.30-00
......10/5/07
A-20.10-00
...... 8/31 /07
A-30.10-00
...... 11 /8/07
A-30.30-01
...... 6/ 16/ 11
A-30.35-00
....... 10/ 12/07
City of Renton
Renton Avenue South Resurfacing
G&O #17534
A-40.00-00
......... 8/11 /09
A-40.10-03
......... 12/23/14
A-40.15-00
......... 8/11 /09
A-40.20-04
......... 1 /18/17
A-40.50-02
......... 12/23/14
A-50.10-00
....... 11 /17/08
A-50.20-01
......... 9/22/09
9-61
A-50.30-00
....... 11 /17/08
A-50.40-00
....... 11 /17/08
A-60.10-03
........ 12/23/ 14
A-60.20-03
......... 12/23/ 14
A-60.30-01
.......... 6/28/ 18
A-60.40-00
.......... 8/31 /07
SPECIAL PROVISIONS - Continued
1
K
B-5.20-02........ 1 /26/17
B-5.40-02.........
1 /26/17
B-5.60-02.........
1 /26/17
B-10.20-02
........ 3/2/ 18
B-10.40-01
........ 1 /26/17
B-10.70-00
...... 1 /26/17
B-15.20-01........
2/7/ 12
B-15.40-01........
2/7/ 12
B-15.60-02
........ 1 /26/17
B-20.20-02
....... 3/16/12
B-20.40-04
....... 2/27/18
B-20.60-03
....... 3/15/12
B-25.20-02
........ 2/27/18
B-25.60-02
......... 2/27/18
B-30.10-03
......... 2/27/18
B-30.15-00
........ 2/27/18
B-30.20-04
......... 2/27/ 18
B-30.30-03
......... 2/27/18
B-30.40-03
.......... 2/27/18
C-1.................... 6/28/ 18
C-1 a.................7/14/15
C-1 b...................7/14/15
C-1 d................
10/31 /03
C-2c..................
6/21 /06
C-4f ...................
7/2/ 12
C-6 a ................
10/ 14/09
C-7 .....................
6/ 16/ 11
C-7 a ...................
6/ 16/ 11
C-8 .....................
2/ 10/09
C-8a...................7/25/97
C-8b....................2/29/16
C-8e....................
2/21 /07
C-8f.....................6/30/04
C-16a.................
7/21 /17
C-20.10-04
......... 7/21 /17
C-20.11-00
........ 7/21 /17
C-20.14-03
.......... 6/11 /14
D-2.04-00........
11 /10/05
D-2.06-01........
1 /6/09
D-2.08-00........
11 /10/05
D-2.14-00........
11 /10/05
D-2.16-00........
11 /10/05
D-2.18-00........
11 /10/05
B-30.50-03
......... 2/27/ 18
B-30.70-04
......... 2/27/ 18
B-30.80-01
.......... 2/27/18
B-30.90-02
........ 1 /26/17
B-35.20-00
.......... 6/8/06
B-35.40-00
.......... 6/8/06
B-40.20-00
.......... 6/1 /06
B-40.40-02
........ 1 /26/17
B-45.20-01
.......... 7/11 /17
B-45.40-01
.......... 7/21 /17
B-50.20-00
.......... 6/1 /06
B-55.20-02
.......... 2/27/18
B-60.20-01
.......... 6/28/18
B-60.40-01
.......... 2/27/ 18
B-65.20-01
.......... 4/26/ 12
B-65.40-00
.......... 6/1 /06
B-70.20-00
.......... 6/1 /06
B-70.60-01
.......... 1 /26/17
C-20.15-02
.......... 6/11 /14
C-20.18-02
.......... 6/11 /14
C-20.19-02
.......... 6/11 /14
C-20.40-06
.......... 7/21 /17
C-20.41-01
.......... 7/14/15
C-20.42-05
.......... 7/14/15
C-20.45.01...........
7/2/ 12
C-22.16-06
........ 7/21 /17
C-22.40-06
........ 7/21 /17
C-22.45-03
........ 7/21 /17
C-23.60-04
........ 7/21 /17
C.24.10-01
........ 6/11 /14
C-25.20-06
........ 7/14/15
C-25.22-05
........ 7/14/15
C-25.26-03
........ 7/14/15
C-25.30-00
.......6/28/18
C-25.80-04
........ 7/15/16
C-40.16-02
........ 7/2/12
D-2.48-00........ 11 /10/05
D-2.64-01........
1 /6/09
D-2.66-00........
11 /10/05
D-2.68-00........
11 /10/05
D-2.80-00........
11 /10/05
D-2.82-00........
11 /10/05
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-62
B-75.20-02
.......... 2/27/18
B-75.50-01
.......... 6/ 10/08
B-75.60-00
............ 6/8/06
B-80.20-00
......... 6/8/06
B-80.40-00
......... 6/1 /06
B-85.10-01
......... 6/ 10/08
B-85.20-00
.......... 6/ 1 /06
B-85.30-00
.......... 6/1 /06
B-85.40-00
.......... 6/8/06
B-85.50-01
......... 6/ 10/08
B-90.10-00
..........6/8/06
B-90.20-00
.......... 6/8/06
B-90.30-00
.......... 6/8/06
B-90.40-01
.......... 1 /26/17
B-90.50-00
.......... 6/8/06
B-95.20-01
.......... 2/3/09
B-95.40-01
.......... 6/28/18
C-40.18-03
........ 7/21 /17
C-70.10-01
........ 6/17/14
C-75.10-01
........ 6/11 /14
C-75.20-01
........ 6/11 /14
C-75.30-01
........ 6/11 /14
C-80.10-01
........ 6/11 /14
C-80.20-01
........ 6/11 /14
C-80.30-01
........ 6/11 /14
C-80.40-01
........ 6/11 /14
C-80.50-00
........ 4/8/ 12
C-85.10-00
........ 4/8/ 12
C-85.11-00
........ 4/8/12
C-85.14-01
........ 6/11 /14
C-85.15-01
........ 6/30/14
C-85.16-01
........ 6/17/14
C-85-18-01
........ 6/11 /14
C-85.20-01
........ 6/11 /14
D-3.17-02 ...... 5/9/ 16
D-4.................
12/11 /98
D-6...................
6/ 19/98
D-10.10-01
...... 12/2/08
D-10.15-01
...... 12/2/08
D-10.20-00
......... 7/8/08
SPECIAL PROVISIONS - Continued
1
2
3
0
5
n
D-2.20-00........
11 /10/05
D-2.32-00........
11 /10/05
D-2.34-01........
1 /6/09
D-2.36-03........
6/11 /14
D-2.42-00........
11 /10/05
D-2.44-00........
11 /10/05
D-2.60-00........
11 /10/05
D-2.62-00........
11 /10/05
D-2.46-01........
6/11 /14
E-1.................... 2/21 /07
E-2 .................... 5/29/98
F-10.12-03
....... 6/11 /14
F-10.16-00
.......12/20/06
F-10.18-01
......... 7/11 /17
F-10.40-03
........... 6/29/ 16
F-10.42-00
......... 1 /23/07
G-10.10-00
........ 9/20/07
G-20.10-02
........ 6/23/ 15
G-22.10-04
.......... 6/28/18
G-24.10-00
...... 11 /8/07
G-24.20-01
...... 2/7/12
G-24.30-02
...... 6/28/ 18
G-24.40-07.....6/28/18
G-24.50-04
..... 7/11 /17
G-24.60-05.....6/28/18
H-10.10-00.......... 7/3/08
H-10.15-00.......... 7/3/08
H-30.10-00...... 10/12/07
1-10.10-01......... 8/11 /09
1-30.10-02......... 3/22/13
1-30.15-02......... 3/22/13
1-30.16-00......... 3/22/13
1-30.17-00......... 3/22/13
J-10..................7/18/97
J-10.10-03
...... 6/3/15
J-10.15-01
........ 6/11 /14
J-10.16-00
...... 6/3/15
J-10.17-00
...... 6/3/15
J-10.18-00
...... 6/3/15
D-2.84-00
........ 11 /10/05
D-2.86-00
........ 11 /10/05
D-2.88-00
........ 11 /10/05
D-2.92-00
........ 11 /10/05
D-3.09-00
........ 5/17/12
D-3.10-01......
5/29/ 13
D-3.11-03
...... 6/11 /14
D-3.15-02
...... 6/ 10/ 13
D-3.16-02
...... 5/29/ 13
E-4....................8/27/03
E-4a..................8/27/03
F-10.62-02
........ 4/22/ 14
F-10.64-03
........ 4/22/ 14
F-30.10-03
........ 6/11 /14
F-40.12-03
........ 6/29/16
F-40.14-03
........ 6/29/16
G-25.10-04
....... 6/10/13
G-30.10-04
....... 6/23/15
G-50.10-03
....... 6/28/18
G-60.10-04
....... 6/28/18
G-60.20-02
....... 6/18/15
G-60.30-02
....... 6/ 18/ 15
G-70.10-03
....... 6/18/15
G-70.20-04
....... 7/21 /17
G-70.30-04
....... 7/21 /17
H-32.10-00....... 9/20/07
H-60.10-01......... 7/3/08
H-60.20-01......... 7/3/08
1-30.20-00......... 9/20/07
1-30.30-01
......... 6/10/13
1-30.40-01
....... 6/10/13
1-30.60-01
......... 3/7/18
1-40.10-00
......... 9/20/07
J-28.22-00
....... 8/07/07
J-28.24-01
....... 6/3/ 15
J-28.26-01
...... 12/02/08
J-28.30-03
...... 6/11 /14
J-28.40-02
...... 6/11 /14
J-28.42-01
....... 6/11 /14
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-63
D-10.25-00
......... 7/8/08
D-10.30-00
......... 7/8/08
D-10.35-00
......... 7/8/08
D-1 0.40-01
...... 12/2/08
D-1 0.45-01
...... 12/2/08
D-15.10-01
...... 12/2/08
D-15.20-03
........ 5/9/16
D-1 5.30-01
...... 12/02/08
F-40.15-03........
6/29/ 16
F-40.16-03........
6/29/16
F-45.10-02........
7/15/16
F-80.10-04........
7/15/16
G-90.10-03......
7/11 /17
G-90.11-00
...... 4/28/16
G-90.20-05
...... 7/11 /17
G-90.30-04
...... 7/11 /17
G-90.40-02
...... 4/28/16
G-95.10-02
........ 6/28/18
G-95.20-03
........ 6/28/18
G-95.30-03
........ 6/28/18
H-70.10-01...... 2/7/12
H-70.20-01...... 2/16/12
H-70.30-02...... 2/7/12
1-40.20-00......... 9/20/07
1-50.20-01..........
6/ 10/ 13
1-60.10-01
.......... 6/10/13
1-60.20-01
.......... 6/10/13
1-80.10-02
.......... 7/15/16
J-50.25-00
.......6/3/11
J-50.30-00
.......6/3/11
J-60.05-01.......
7/21 / 16
J-60.11-00
....... 5/20/13
J-60.12-00
.......5/20/13
J-60.13-00
.......6/16/10
SPECIAL PROVISIONS - Continued
1
2
3
J-10.20-01...... 6/1 /16
J-10.21-00...... 6/3/15
J-10.22-00........ 5/29/13
J-10.25-00...... 7/11 /17
J-12.15-00...... 6/28/18
J-12.16-00...... 6/28/18
J-15.10-01........ 6/11 /14
J-15.15-02 ...... 7/ 10/ 15
J-20.10-03........ 6/30/14
J-20.11-02........ 6/30/14
J-20.15-03........ 6/30/14
J-20.16-02........ 6/30/14
J-20.20-02........ 5/20/13
J-20.26-01........ 7/12/12
J-21.10-04 ...... 6/30/ 14
J-21.15-01......6/ 10/ 13
J-21.16-01......6/ 10/ 13
J-21.17-01......6/ 10/ 13
J-21.20-01...... 6/10/13
J-22.15-02 ...... 7/ 10/ 15
J-22.16-03...... 7/10/15
J-26.10-03.....7/21 /16
J-26.15-01.....5/17/12
J-26.20-01.....6/28/18
J-27.10-01.....7/21 /16
J-27.15-00.....3/15/12
J-28.10-01...... 5/11 /11
K-70.20-01....... 6/1 /16
K-80.10-01
....... 6/1 /16
K-80.20-00
..... 12/20/06
K-80.30-00
....... 2/21 /07
K-80.35-00
....... 2/21 /07
K-80.37-00
....... 2/21 /07
L-10.10-02........ 6/21 /12
L-20.10-03........ 7/14/15
L-30.10-02........ 6/11 /14
M-1.20-03.........
6/24/ 14
M-1.40-02.........
6/3/ 11
M-1.60-02.........
6/3/11
M-1.80-03.........
6/3/11
M-2.20-03.........
7/10/15
J-28.43-01
....... 6/28/ 18
J-28.45-03
....... 7/21 /16
J-28.50-03
....... 7/21 /16
J-28.60-02
....... 7/21 /16
J-28.70-03
....... 7/21 /17
J-29.10-01
....... 7/21 /16
J-29.15-01
....... 7/21 /16
J-29.16-02
....... 7/21 /16
J-30.10-00
...... 6/18/15
J-40.05-00
...... 7/21 /16
J-40.10-04
...... 4/28/16
J-40.20-03
...... 4/28/16
J-40.30-04
...... 4/28/16
J-40.35-01......
5/29/13
J-40.36-02
...... 7/21 /17
J-40.37-02
...... 7/21 /17
J-40.38-01
....... 5/20/ 13
J-40.39-00......
5/20/13
J-40.40-01
...... 4/28/16
J-45.36-00
...... 7/21 /17
J-50.05-00
...... 7/21 /17
J-50.10-00
....... 6/3/ 11
J-50.11-01
....... 7/21 /17
J-50.12-01
....... 7/21 /17
J-50.15-01
....... 7/21 /17
J-50.16-01
....... 3/22/13
J-50.20-00
....... 6/3/ 11
L-40.10-02........ 6/21 /12
L-40.15-01........ 6/ 16/ 11
L-40.20-02........ 6/21 /12
M-12.10-01
...... 6/28/18
M-15.10-01
........ 2/6/07
M-17.10-02
........ 7/3/08
M-20.10-02
........ 6/3/11
M-20.20-02
........ 4/20/15
City of Renton
Renton Avenue South Resurfacing
G&O #17534 9-64
J-60.14-00
...... 6/16/10
J-75.10-02
...... 7/10/15
J-75.20-01
...... 7/10/15
J-75.30-02
....... 7/ 10/ 15
J-75.40-02
...... 6/1 /16
J-75.41-01
...... 6/29/16
J-75.45-02
...... 6/ 1 / 16
J-80.10-00
...... 6/28/18
J-80.15-00
...... 6/28/18
J-81.10-00
...... 6/28/18
J-86.10-00
...... 6/28/18
J-90.10-03
....... 6/28/18
J-90.20-03
....... 6/28/18
J-90.21-02
...... 6/28/18
J-90.50-00
...... 6/28/18
L-70.10-01....... 5/21 /08
L-70.20-01....... 5/21 /08
M-40.10-03...... 6/24/14
M-40.20-00...
10/ 12/07
M-40.30-01......
7/11 /17
M-40.40-00......
9/20/07
M-40.50-00......
9/20/07
SPECIAL PROVISIONS - Continued
M-2.21-00......
7/10/15
M-3.10-03.........
6/3/ 11
M-3.20-02.........
6/3/ 11
M-3.30-03.........
6/3/ 11
M-3.40-03.........
6/3/ 11
M-3.50-02.........
6/3/ 11
M-5.10-02.........
6/3/ 11
M-7.50-01.........
1 /30/07
M-9.50-02.........
6/24/ 14
M-9.60-00 ........2/10/09
M-11.10-02........
7/11 /17
City of Renton
Renton Avenue South Resurfacing
M-20.30-04........ 2/29/16 M-40.60-00...... 9/20/07
M-20.40-03
........ 6/24/14
M-20.50-02
........ 6/3/11
M-24.20-02
....... 4/20/15
M-24.40-02
....... 4/20/ 15
M-24.50-00
....... 6/16/11
M-24.60-04
....... 6/24/ 14
M-24.65-00
...... 7/11 /17
M-24.66-00
...... 7/11 /17
M-60.10-01......
6/3/11
M-60.20-02......
6/27/11
M-65.10-02......
5/11 /11
M-80.10-01......
6/3/ 11
M-80.20-00......
6/10/08
M-80.30-00......
6/10/08
G&O #17534 9-65
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
APPENDIX A. WAGE RATES
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
1. WASHINGTON STATE PREVAILING WAGE RATES
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
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 benefits. On public works projects, worker's wage and benefit rates must add to not less
than this total. A brief description of overtime calculation requirements are provided on the
Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 02/05/2019
County
Trade
Job Classification
Wage
Holiday
Overtime Note
King
Asbestos Abatement Workers
Journey Level
$46.57
5D
1 H
King
Boilermakers
Journey Level
$66.54
5N
1C
King
Brick Mason
Journey Level
$57.32
5A
1M
King
Brick Mason
Pointer -Caulker -Cleaner
$57.32
5A
1M
King
Building Service Employees
Janitor
$24.63
5S
2F
King
Building Service Employees
Traveling Waxer/Shampooer
$25.08
5S
2F
King
Building Service Employees
Window Cleaner (Non -Scaffold)
$28.13
5S
2F
King
Building Service Employees
Window Cleaner (Scaffold)
$29.03
5S
2F
King
Cabinet Makers (In Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker
$60.04
5D
4C
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$60.04
5D
4C
King
Carpenters
Carpenter
$60.04
5D
4C
King
Carpenters
Carpenters on Stationary Tools
$60.17
5D
4C
King
Carpenters
Creosoted Material
$60.14
5D
4C
King
Carpenters
Floor Finisher
$60.04
5D
4C
King
Carpenters
Floor Layer
$60.04
5D
4C
King
Carpenters
Scaffold Erector
$60.04
5D
4C
King
Cement Masons
Journey Level
Bell/Vehicle or Submersible
Operator (Not Under Pressure)
$60.07
7A
41J
King
Divers Et Tenders
$113.60
5D
4C
King
Divers Et Tenders
Dive Supervisor/Master
$76.33
5D
4C
King
Divers Et Tenders
Diver
$113.60
5D
4C
8V
King
Divers Et Tenders
Diver On Standby
$71.33
5D
4C
King
Divers Et Tenders
Diver Tender
$64.71
5D
4C
King
Divers Et Tenders
Manifold Operator
$64.71
5D
4C
King
Divers Et Tenders
Manifold Operator Mixed Gas
$69.71
5D
4C
King
Divers Et Tenders
Remote Operated Vehicle
Operator/Technician
$64.71
5D
4C
King Divers Et Tenders
King Dredge Workers
Remote Operated Vehicle
Tender
Assistant Engineer
$60.29
5A
4C
$56.44
5D
3F
1 of 17 1/8/2019, 10:23 AM
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Dredge Workers
Assistant Mate (Deckhand)
$56.00
5D
3F
King
Dredge Workers
Boatmen
$56.44
5D
3F
King
Dredge Workers
Engineer Welder
$57.51
5D
3F
King
Dredge Workers
Leverman, Hydraulic
$58.67
5D
3F
King
Dredge Workers
Mates
$56.44
5D
3F
King
Dredge Workers
Oiler
$56.00
5D
3F
King
Drywall Applicator
Journey Level
$58.48
5D
1 H
King
Drywall Tapers
Journey Level
$59.32
5P
1 E
King
Electrical Fixture Maintenance
Journey Level
$28.99
5L
1 E
Workers
King
Electricians - Inside
Cable Splicer
$77.51
7C
4E
King
Electricians - Inside
Cable Splicer (tunnel)
$82.84
7C
4E
King
Electricians - Inside
Certified Welder
$74.90
7C
4E
King
Electricians - Inside
Certified Welder (tunnel)
$80.37
7C
4E
King
Electricians - Inside
Construction Stock Person
$39.69
7C
4E
King
Electricians - Inside
Journey Level
$72.30
7C
4E
King
Electricians - Inside
Journey Level (tunnel)
$77.51
7C
4E
King
Electricians - Motor Shop
Journey Level
$45.08
5A
1 B
King
Electricians - Powerline
Construction
Cable Splicer
$79.43
5A
4D
King
Electricians - Powerline
Construction
Certified Line Welder
Groundperson
Heavy Line Equipment Operator
Journey Level Lineperson
$69.75
5A
4D
King
Electricians - Powerline
Construction
$46.28
5A
4D
King
Electricians - Powerline
Construction
$69.75
5A
4D
King
Electricians - Powerline
Construction
$69.75
5A
4D
King
Electricians - Powerline
Construction
Line Equipment Operator
$59.01
5A
4D
King
Electricians - Powerline
Construction
Meter Installer
$46.28
5A
4D
8W
King
Electricians - Powerline
Construction
Pole Sprayer
Powderperson
$69.75
5A
4D
King
Electricians - Powerline
Construction
$52.20
5A
4D
King
Electronic Technicians
Journey Level
$48.06
7E
1 E
King
Elevator Constructors
Mechanic
$91.24
7D
4A
King
Elevator Constructors
Mechanic In Charge
$98.51
7D
4A
King
Fabricated Precast Concrete
All Classifications - In -Factory
Work Only
$17.72
5B
111
Products
King
Fence Erectors
Fence Erector
$41.45
7A
31
King
Fence Erectors
Fence Laborer
$41.45
7A
31
King
flaggers
Journey Level
$41.45
7A
31
King
Glaziers
Journey Level
$63.06
7L
1y
King
Heat Et Frost Insulators And
Journeyman
$73.58
5J
4H
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$82.51
7F
1 E
King
Hod Carriers Et Mason Tenders
Journey Level
$50.421
7A
31
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Industrial Power Vacuum
Cleaner
Journey Level
$12.00
1
King
Inland Boatmen
Boat 0 erator
$61.41
5B
1 K
King
Inland Boatmen
Cook
$56.48
5B
1 K
King
Inland Boatmen
Deckhand
$57.48
5B
1 K
King
Inland Boatmen
Deckhand Engineer
$58.81
5B
1 K
King
Inland Boatmen
Launch Operator
$58.89
5B
1K
King
Inland Boatmen
Mate
$57.31
5B
1 K
King
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
Operator
$31.49
1
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
Head Operator
$12.00
1
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
$24.91
1
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Technician
Tv Truck Operator
$19.33
1
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
$20.45
1
Sewer Et Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$60.04
5D
4C
King
Ironworkers
Journeyman
$69.28
7N
10
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$48.90
7A
31
King
Laborers
Airtrac Drill Operator
$50.42
7A
31
King
Laborers
Ballast Regular Machine
$48.90
7A
31
King
Laborers
Batch Wei hman
$41.45
7A
31
King
Laborers
Brick Pavers
$48.90
7A
31
King
Laborers
Brush Cutter
$48.90
7A
31
King
Laborers
Brush Hog Feeder
$48.90
7A
31
King
Laborers
Burner
$48.90
7A
31
King
Laborers
Caisson Worker
$50.42
7A
31
King
Laborers
Carpenter Tender
$48.90
7A
31
King
Laborers
Caulker
$48.90
7A
31
King
Laborers
Cement Dumper -paving
$49.81
7A
31
King
Laborers
Cement Finisher Tender
$48.90
7A
31
King
Laborers
Change House Or Dry Shack
$48.90
7A
31
King
Laborers
Chipping Gun (under 30 Lbs.)
$48.90
7A
31
King
Laborers
Chipping Gun(30 Lbs. And Over)
$49.81
7A
31
King
Laborers
Choker Setter
$48.90
7A
31
King
Laborers
Chuck Tender
$48.90
7A
31
King
Laborers
Clary Power Spreader
$49.81
7A
31
King
Laborers
Clean-up Laborer
$48.90
7A
31
King
Laborers
Concrete Dumper/chute
Operator
$49.81
7A
31
King
Laborers
Concrete Form Stripper
$48.90
7A
31
King
Laborers
Concrete Placement Crew
$49.81
7A
31
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Laborers
Concrete Saw Operator/core
Driller
$49.81
7A
31
King
Laborers
Crusher Feeder
$41.45
7A
31
King
Laborers
Curing Laborer
Demolition: Wrecking Et Moving
(incl. Charred Material)
$48.90
7A
31
King
Laborers
$48.90
7A
31
King
Laborers
Ditch Digger
$48.90
7A
31
King
Laborers
Diver
$50.42
7A
31
King
Laborers
Drill Operator
(hydrautic, diamond)
$49.81
7A
31
King
Laborers
Dry Stack Walls
$48.90
7A
31
King
Laborers
Dump Person
$48.90
7A
31
King
Laborers
Epoxy Technician
$48.90
7A
31
King
Laborers
Erosion Control Worker
$48.90
7A
31
King
Laborers
Faller Et Bucker Chain Saw
$49.81
7A
31
King
Laborers
Fine Graders
$48.90
7A
31
King
Laborers
Firewatch
$41.45
7A
31
King
Laborers
Form Setter
$48.90
7A
31
King
Laborers
Gabian Basket Builders
$48.90
7A
31
King
Laborers
General Laborer
$48.90
7A
31
King
Laborers
Grade Checker Et Transit Person
$50.42
7A
31
King
Laborers
Grinders
$48.90
7A
31
King
Laborers
Grout Machine Tender
$48.90
7A
31
King
Laborers
Groutmen (pressure)including
Post Tension Beams
$49.81
7A
31
King
Laborers
Guardrail Erector
Hazardous Waste Worker (level
A)
Hazardous Waste Worker (level
$48.90
7A
31
King
Laborers
$50.42
7A
31
King
Laborers
$49.81
7A
31
King
Laborers
Hazardous Waste Worker (level
C)
$48.90
7A
31
King
Laborers
High Scaler
$50.42
7A
31
King
Laborers
Jackhammer
$49.81
7A
31
King
Laborers
Laserbeam Operator
$49.81
7A
31
King
Laborers
Maintenance Person
$48.90
7A
31
King
Laborers
Manhole Builder-mudman
$49.81
7A
31
King
Laborers
Material Yard Person
$48.90
7A
31
King
Laborers
Motorman -dinky Locomotive
$49.81
7A
31
King
Laborers
Nozzleman (concrete Pump, $49.81
Green Cutter When Using
Combination Of High Pressure Air
Et Water On Concrete Et Rock,
Sandblast, Gunite, Shotcrete,
Water Bla
Pavement Breaker $49.81
7A
31
King
Laborers
7A
31
King
Laborers
Pilot Car
$41.45
7A
31
King
Laborers
Pipe Layer Lead
$50.42
7A
31
King
Laborers
Pipe Layer/tailor
$49.81
7A
31
King
Laborers
Pipe Pot Tender
$49.81
7A
31
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Laborers
Pipe Reliner
$49.81
7A
31
King
Laborers
Pipe Wrapper
$49.81
7A
31
King
Laborers
Pot Tender
$48.90
7A
31
King
Laborers
Powderman
$50.42
7A
31
King
Laborers
Powderman's Helper
$48.90
7A
31
King
Laborers
Power Jacks
$49.81
7A
31
King
Laborers
Railroad Spike Puller - Power
$49.81
7A
31
King
Laborers
Raker - Asphalt
$50.42
7A
31
King
Laborers
Re-timberman
$50.42
7A
31
King
Laborers
Remote Equipment Operator
$49.81
7A
31
King
Laborers
Rigger/signal Person
$49.81
7A
31
King
Laborers
Rip Rap Person
$48.90
7A
31
King
Laborers
Rivet Buster
$49.81
7A
31
King
Laborers
Rodder
$49.81
7A
31
King
Laborers
Scaffold Erector
$48.90
7A
31
King
Laborers
Scale Person
$48.90
7A
31
King
Laborers
Slo er (over 20")
$49.81
7A
31
King
Laborers
Slo er Sprayer
$48.90
7A
31
King
Laborers
Spreader (concrete)
$49.81
7A
31
King
Laborers
Stake Hopper
$48.90
$48.90
7A
7A
31
31
King
Laborers
Stock Piler
Tamper Ft Similar Electric, Air Et
Gas Operated Tools
King
Laborers
$49.81
$49.81
7A
7A
31
31
King
Laborers
Tamper (multiple Et Self-
propelled)
King
Laborers
Timber Person - Sewer (lagger,
Shorer Et Cribber)
Toolroom Person (at Jobsite)
To er
Track Laborer
$49.81
7A
31
King
Laborers
$48.90
7A
31
King
Laborers
$48.90
7A
31
King
Laborers
$48.90
$49.81
7A
7A
31
31
King
Laborers
Track Liner (power)
King
Laborers
Traffic Control Laborer
$44.33
7A
31
8R
King
Laborers
Traffic Control Supervisor
$44.33
7A
31
8R
King
Laborers
Truck Spotter
$48.90
7A
31
King
Laborers
Tugger Operator
$49.81
7A
31
King
Laborers
Tunnel Work -Compressed Air
Worker 0-30 psi
$107.60
7A
31
King
Laborers
Tunnel Work -Compressed Air
Worker 30.01-44.00 psi
$112.63
7A
31
King
Laborers
Laborers
Laborers
Tunnel Work -Compressed Air
Worker 44.01-54.00 psi
Tunnel Work -Compressed Air
Worker 54.01-60.00 psi
$116.31
7A
31
8
King
$122.01
$124.13
7A
7A
31
31
King
Tunnel Work -Compressed Air
Worker 60.01-64.00 psi
King
Laborers
Tunnel Work -Compressed Air
Worker 64.01-68.00 psi
$129.23
7A
31
King
Laborers
Tunnel Work -Compressed Air
Worker 68.01-70.00 psi
$131.13
7A
31
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Laborers
Tunnel Work -Compressed Air
Worker 70.01-72.00 psi
$133.13
7A
31
King
Laborers
Tunnel Work -Compressed Air
Worker 72.01-74.00 psi
$135.13
7A
31
8Q
King
Laborers
Tunnel Work-Guage and Lock
Tender
$50.52
7A
31
8Q
King
Laborers
Tunnel Work -Miner
$50.52
7A
31
8�
King
Laborers
Vibrator
$49.81
7A
31
King
Laborers
Vinyl Seamer
$48.90
7A
31
King
Laborers
Watchman
$37.67
7A
31
King
Laborers
Welder
$49.81
7A
31
King
Laborers
Well Point Laborer
$49.81
7A
31
King
Laborers
Window Washer/cleaner
$37.67
7A
31
King
Laborers - Underground Sewer Et
Water
General Laborer Et Topman
$48.90
7A
31
King
Laborers - Underground Sewer Et
Water
Pipe Layer
$49.81
7A
31
King
Landsca a Construction
Landscape Laborer
$37.67
7A
31
King
Landscape Construction
Landscape Operator
$59.49
7A
3C
8P
King
Lathers
Journey Level
$58.48
5D
1H
King
Marble Setters
Journey Level
$57.32
5A
1M
King
Metal Fabrication In Shop)
Fitter
$15.86
1
King
Metal Fabrication (In Shop)
Laborer
$12.00
1
King
Metal Fabrication (115hoM
Machine Operator
$13.04
1
King
Metal Fabrication (In Shop)
Painter
$12.00
1
King
Metal Fabrication In Shop)
Welder
$15.48
1
King
Millwright
Journey Level
$61.54
5D
4C
King
Modular Buildin s
Cabinet Assembly
$12.00
1
King
Modular Buildin s
Electrician
$12.00
1
King
Modular Buildin s
Equipment Maintenance
$12.00
1
King
Modular Buildin s
Plumber
$12.00
1
King
Modular Buildin s
Production Worker
$12.00
1
King
Modular Buildin s
Tool Maintenance
$12.00
1
King
Modular Buildin s
Utility Person
$12.00
1
King
Modular Buildings
Welder
$12.00
1
King
Painters
Journey Level
$42.50
6Z
2B
King
Pile Driver
Crew Tender
$54.991
5D
4C
King
Pile Driver
Hyperbaric Worker - Compressed
Air Worker 0-30.00 PSI
$74.87
5D
4C
King
Pile Driver
Hyperbaric Worker - Compressed
Air Worker 30.01 - 44.00 PSI
$79.87
5D
4C
King
Pile Driver
Hyperbaric Worker - Compressed
Air Worker 44.01 - 54.00 PSI
$83.87
5D
4C
King
Pile Driver
Hyperbaric Worker - Compressed
Air Worker 54.01 - 60.00 PSI
$88.87
5D
4C
King
Pile Driver
Hyperbaric Worker - Compressed
Air Worker 60.01 - 64.00 PSI
$91.37
5D
4C
King Pile Driver
Hyperbaric Worker - Compressed $96.37 5D
Air Worker 64.01 - 68.00 PSI
4C
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Pile Driver
Hyperbaric Worker - Compressed $98.37
Air Worker 68.01 - 70.00 PSI
5D
4C
King
Pile Driver
Hyperbaric Worker - Compressed
Air Worker 70.01 - 72.00 PSI
$100.37
5D
4C
King
Pile Driver
Hyperbaric Worker - Compressed
Air Worker 72.01 - 74.00 PSI
$102.37
5D
4C
King
Pile Driver
Journey Level
$60.29
5D
4C
King
Plasterers
Journey Level
$56.54
1R
King
Playground Et Park Equipment
Journey Level
$12.00
1
Installers
King
Plumbers Et Pi efitters
Journey Level
$83.69
6Z
1 G
King
Power Equipment Operators
Asphalt Plant Operators
$60.49
7A
3C
8P
King
Power Equipment Operators
Assistant Engineer
$56.90
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$59.96
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator, Concrete
$59.96
7A
3C
8P
King
Power E ui ment Operators
Bobcat
$56.90
7A
3C
8P
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$56.90
7A
3C
8P
King
Power Equipment Operators
Brooms
$56.90
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$59.96
7A
3C
8P
King
Power Equipment Operators
Cableways
$60.49
7A
3C
8P
King
Power Equipment Operators
Chipper
$59.96
7A
3C
8P
King
Power Equipment Operators
Compressor
$56.90
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$60.49
7A
3C
8P
King
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$56.90
7A
3C
8P
King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line Pump,
Pump High Pressure.
$59.49
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$59.96
7A
3C
8P
Power Equipment Operators
King
Conveyors
Cranes Friction: 200 tons and
over
Cranes: 20 Tons Through 44 Tons
With Attachments
$59.49
7A
3C
8P
King
Power Equipment Operators
$62.33
7A
3C
8P
Power Equipment Operators
King
$59.96
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom (Including
Jib With Attachments)
$61.10
7A
3C
8P
Power Equipment Operators
King
Cranes: 200 tons- 299 tons, or
250' of boom including jib with
attachments
$61.72
7A
3C
8P
King
Power Equipment Operators
Cranes: 300 tons and over or
300' of boom including jib with
attachments
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With Attachments)
$62.33
7A
3C
8P
Power Equipment Operators
King
$60.49
7A
3C
8P
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$56.90
7A
3C
8P
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Power Equipment Operators
Cranes: Friction cranes through $61.72
199 tons
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
Crusher
Deck Engineer/deck Winches
(power)
$59.49
7A
3C
8P
King
Power Equipment Operators
$59.96
7A
3C
8P
King
Power Equipment Operators
$59.96
7A
3C
King
Power Equipment Operators
Derricks, On Building Work
$60.49
7A
3C
8P
8P
King
Power Equipment Operators
Dozers D-9 Et Under
$59.491
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$59.49
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
Elevator And Man -lift:
Permanent And Shaft Type
$61.10
7A
3C
8P
King
Power Equipment Operators
$56.90
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$59.96
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over With
Attachments
$59.49
7A
3C
8P
King
King
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
Attachments
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$56.90
$59.96
7A
7A
3C
3C
8P
8P
Power Equipment Operators
King
Power Equipment Operators
Gradechecker/stakeman
$56.90
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$59.96
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump Articulating
Off- Road Equipment 45 Yards. Et
Over
Hard Tail End Dump Articulating
Off -road Equipment Under 45
Yards
$60.49
7A
3C
8P
_
Power Equipment Operators
King
$59.96
7A
3C
8P
King
Power Equipment Operators
Horizontal/directional Drill
Locator
$59.49
7A
3C
8P
King
Power Equipment Operators
Horizontal/directional Drill
Operator
$59.96
7A
3C
8P
King
Power Equipment Operators
Hydralifts/boom Trucks Over 10
Tons
Hydralifts/boom Trucks, 10 Tons
And Under
$59.49
7A
3C
8P
Power Equipment Operators
King
$56.90
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$61.10
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$60.49
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$59.96
$59.961
7A
7A
3C
3C
8P
8P
King
Power Equipment Operators
Loaders, Plant Feed
King
Power Equipment Operators
Loaders: Elevating Type Belt
$59.49
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$59.96
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$59.96
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen - $0.50
Per Hour Over Mechanic)
$61.10
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders
$60.491
7A
3C
8P
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Power Equipment Operators
King Power Equipment Operators
I
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$60.49
7A
3C
8P
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$56.90
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And $59.49
Manlifts), Air Tuggers,strato
Overhead, Bridge Type Crane: 20 $59.96
Tons Through 44 Tons
Overhead, Bridge Type: 100 Tons $61.10
And Over
7A
3C
8P
Power Equipment Operators
King
King
7A
3C
8P
Power Equipment Operators
7A
7A
3C
3C
8P
8P
King
Power Equipment Operators
Overhead, Bridge Type: 45 Tons
Through 99 Tons
Pavement Breaker
$60.49
King
Power Equipment Operators
$56.90
7A
3C
8P
King
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$59.96
7A
3C
8P
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$59.49
7A
3C
8P
King
Power Equipment Operators
Posthole Digger, Mechanical
$56.90
7A
3C
8P
King
Power Equipment Operators
Power Plant
$56.90
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$56.90
7A
3C
8P
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$60.49
7A
3C
8P
King
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$56.90
7A
3C
8P
King
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
Rigger And Bellman
Rigger/Signal Person, Bellman
(Certified)
Rolla on
$60.49
7A
3C
8P
King
Power Equipment Operators
$56.90
7A
3C
8P
King
Power Equipment Operators
$59.49
7A
3C
8P
King
Power Equipment Operators
$60.49
7A
3C
8P
King
I Power Equipment Operators
Roller, Other Than Plant Mix
$56.90
7A
3C
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$59.49
7A
3C
8P
King
Power E ui ment Operators
Roto-mill, Roto- rinder
$59.96
7A
3C
8P
King
Power E ui ment Operators
Saws - Concrete
$59.49
7A
3C
8P
King
Power Equipment Operators
Scraper, Self Propelled Under 45
Yards
$59.96
7A
3C
8P
King
Power Equipment Operators
Scrapers - Concrete Et Carry All
$59.49
7A
3C
8P
King
Power Equipment Operators
Scrapers, Self-propelled: 45
Yards And Over
$60.49
7A
3C
8P
King
Power Equipment Operators
Service Engineers - Equipment
$59.49
7A
3C
8P
King
I Power Equipment Operators
Shotcrete/ unite Equipment
$56.90
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$59.49
7A
3C
8P
King Power Equipment Operators
King Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50 Metric
Tons
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$60.49
7A
3C
8P
$59.96
7A
3C
8P
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Power Equipment Operators
King Power Equipment Operators
Shovel, Excavator, Backhoes: $61.10
Over 50 Metric Tons To 90 Metric
Tons
Shovel, Excavator, Backhoes: $61.72
Over 90 Metric Tons
7A
3C
8P
7A
3C
8P
King
Power Equipment Operators
Sli form Pavers
$60.49
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider Et Screedman
$60.49
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$59.96
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
$59.49
7A
3C
8P
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$61.10
7A
3C
8P
King
Power Equipment Operators
Tower Crane: over 175' through
250' in height, base to boom
$61.72
7A
3C
8P
King
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$62.33
7A
3C
8P
Power Equipment Operators
King
Transporters, All Track Or Truck
Type
Trenching Machines
$60.49
7A
3C
8P
King
Power Equipment Operators
$59.49
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler/driver - 100
Tons And Over
$59.96
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler/driver Under
100 Tons
$59.49
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable Conveyor
$59.961
7A
3C
8P
King
Power Equipment Operators
Welder
$60.49
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farmall Tye
$56.90
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$59.96
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
Assistant Engineer
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
_
Batch Plant Operator, Concrete
Bobcat
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brooms
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bump Cutter
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators- Compressor
Underground Sewer Et Water
$56.90
$60.49
7A
7A
3C
3C
8P
8P
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$56.90
7A
3C
8P
Underground Sewer Et Water
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line Pump,
Pump High Pressure.
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
Conveyors
Cranes Friction: 200 tons and
over
Cranes: 20 Tons Through 44 Tons
With Attachments
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$62.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom (Including
Jib With Attachments)
Cranes: 200 tons- 299 tons, or
250' of boom including jib with
attachments
$61.10
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$61.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 300 tons and over or
300' of boom including jib with
attachments
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With Attachments)
$62.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Friction cranes through
199 tons
$61.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
Crusher
Deck Engineer/deck Winches
(power)
Derricks, On Building Work
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Dozers D-9 Et Under
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drilling Machine
Elevator And Man -lift:
Permanent And Shaft Type
$61.10
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over With
Attachments
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs. With
Attachments
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Gradechecker/stakeman
$56.90
7A
3C
8P
Underground Sewer Et Water
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Power Equipment Operators-
Guardrail Punch
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump Articulating
Off- Road Equipment 45 Yards. Et
Over
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump Articulating
Off -road Equipment Under 45
Yards
Horizontal/directional Drill
Locator
Horizontal/directional Drill
Operator
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts/boom Trucks Over 10
Tons
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts/boom Trucks, 10 Tons
And Under
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
Over
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$61.10
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Plant Feed
Loaders: Elevating Type Belt
Locomotives, All
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$59.96
7A
3C
8P
Underground Sewer Et Water
King Power Equipment Operators-
Underground Sewer Et Water
Mechanics, All (leadmen - $0.50
Per Hour Over Mechanic)
$61.10
7A
3C
8P
King
Power Equipment Operators-
Motor Patrol Graders
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type Crane: 20
Tons Through 44 Tons
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100 Tons
And Over
Overhead, Bridge Type: 45 Tons
Through 99 Tons
Pavement Breaker
Pile Driver (other Than Crane
Mount)
Plant Oiler - Asphalt, Crusher
$61.10
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.49
7A
3C
8P
Underground Sewer Et Water
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Power Equipment Operators-
Posthole Digger, Mechanical $56.90
Power Plant $56.90
Pumps - Water $56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
Rigger And Bellman
Rigger/Signal Person, Bellman
(Certified)
Rollagon
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roto-mill, Roto-grinder
Saws - Concrete
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under 45
Yards
$59.96
7A
3C
8P
Underground Sewer Et Water
King Power Equipment Operators-
Underground Sewer Et Water
Scrapers - Concrete Et Carry All
Scrapers, Self-propelled: 45
Yards And Over
$59.49
7A
3C
8P
King
Power Equipment Operators-
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Service Engineers - Equipment
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete/gunite Equipment
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$59.49
7A
3C
8P
Underground Sewer Et Water
King Power Equipment Operators-
Underground Sewer Et Water
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50 Metric
Tons
$60.49
7A
3C
8P
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90 Metric
Tons
$61.10
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators- Shovel, Excavator, Backhoes:
Underground Sewer Et Water Over 90 Metric Tons
Power Equipment Operators- Slipform Pavers
Underground Sewer Et Water
Power Equipment Operators- Spreader, Topsider Et Screedman
Underground Sewer Et Water
$61.72
7A
3C
8P
King
$60.49
7A
3C
8P
King
$60.49
7A
3C
8P
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Power Equipment Operators-
Subgrader Trimmer
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$61.10
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane: over 175' through
250' in height, base to boom
$61.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Cranes: over 250' in
height from base to boom
$62.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Transporters, All Track Or Truck
Type
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Trenching Machines
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/driver - 100
Tons And Over
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/driver Under
100 Tons
$59.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Mount Portable Conveyor
Welder
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
$60.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farmall Type
$56.90
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$59.96
7A
3C
8P
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
Spray Person
$49.96
5A
4A
Trimmers
King
Power Line Clearance Tree
$47.37
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$49.96
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
Tree Trimmer Groundperson
Journey Level
$44.57
5A
4A
Trimmers
King
Power Line Clearance Tree
$33.60
5A
4A
Trimmers
King
Refrigeration Et Air Conditioning
$79.51
6Z
1G
Mechanics
King
Residential Brick Mason
Journey Level
$57.32
5A
1M
King
Residential Car enters
Journey Level
$45.05
5D
4C
King
Residential Cement Masons
Journey Level
$60.07
7A
4U
King
Residential Drywall Applicators
Journey Level
$45.05
5D
4C
King
Residential Drywall Tapers
Journey Level
$45.19
5P
1 E
King
Residential Electricians
Journey Level
$37.26
5_Q
20
King
Residential Glaziers
Journey Level
$42.05
7L
1 H
King
Residential Insulation
A licators
Journey Level
Journey Level
$45.05
5D
4C
King
Residential Laborers
$36.68
7A
1 H
King
Residential Marble Setters
Journey Level
$57.32
5A
1M
King
Residential Painters
Journey Level
$42.50
6Z
2B
King
Residential Plumbers Et
Pi efitters
Journey Level
$51.37
5A
1 G
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Residential Refrigeration Et Air
Journey Level
$51.37
5A
1G
Conditioning Mechanics
King
Residential Sheet Metal Workers
Journey Level (Field or Shop)
$50.01
7F
1 R
King
Residential Soft Floor Layers
Journey Level
$49.43
5A
3.1
King
Residential Sprinkler Fitters
Journey Level
$46.58
5C
211
(Fire Protection)
King
Residential Stone Masons
Journey Level
$57.32
5A
1M
King
Residential Terrazzo Workers
Journey Level
$52.61
5A
1M
King
Residential Terrazzo/Tile
Finishers
Journey Level
$43.44
5A
113
King
Residential Tile Setters
Journey Level
$52.61
5A
1M
King
Roofers
Journey Level
$51.52
5A
3H
King
Roofers
Using Irritable Bituminous
Materials
$54.52
5A
3H
King
Sheet Metal Workers
Journey Level (Field or Shop)
$82.51
7F
1 E
King
Shipbuilding Et Ship Repair
New Construction Boilermaker
$36.36
7V
1
King
Shipbuilding Et Ship Repair
New Construction Carpenter
$36.36
7V
1
King
Shipbuilding Et Ship Repair
New Construction Crane
Operator
$36.36
7V
1
King
Shipbuilding Et Ship Repair
New Construction Electrician
$36.36
7V
1
King
Shipbuilding Et Ship Repair
New Construction Heat Et Frost
Insulator
$73.58
5J
4H
King
Shipbuilding Et Ship Repair
New Construction Laborer
$36.36
7V
1
King
Shipbuilding Et Ship Repair
New Construction Machinist
$36.36
7V
1
King
Shipbuilding Et Ship Repair
New Construction Operating
Engineer
$36.36
7V
1
King
Shipbuilding k5hip Repair
New Construction Painter
$36.36
7V
1
King
Shipbuilding Et Ship Re air
New Construction Pi efitter
$36.36
7V
1
King
Shipbuilding Et Ship Repair
New Construction Rigger
$36.36
7V
1
King
Shipbuilding k§hip Repair
New Construction Sheet Metal
$36.36
7V
1
King
Shipbuilding Et Ship Repair
New Construction Shi fitter
$36.36
7V
1
King
Shipbuilding Ft Ship Repair
New Construction
Warehouse/Teamster
$36.36
7V
1
Shipbuilding Ft Ship Repair
King
New Construction Welder /
Burner
$36.36
7V
1
King
Shipbuilding Et Ship Repair
Ship Repair Boilermaker
$44.95
7X
4.1
King
Shipbuilding Et Ship Repair
Ship Repair Carpenter
$44.95
7X
4.1
King
Shipbuilding Et Ship Repair
Ship Repair Crane Operator
$44.06
7Y
4K
King
Shipbuilding Et Ship Repair
Ship Repair Electrician
$44.95
7X
4.1
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
Insulator
$73.58
5.1
4H
King
Shipbuilding Et Ship Repair
Ship Repair Laborer
$44.95
7X
4.1
King
Shipbuilding Et Ship Re air
Ship Repair Machinist
$44.95
7X
4.1
King
Shipbuilding Et Ship Re air
Ship Repair Operating Engineer
$44.06
7Y
4K
King
Shipbuilding Et Ship Repair
Ship Repair Painter
$44.95
7X
4.1
King
Shipbuilding Et Ship Re air
Ship Repair Pi efitter
$44.95
7X
4.1
King
Shipbuilding5hipbuilding Et Ship Re air
Ship Repair Rigger
$44.95
7X
4.1
King
Shipbuilding Et Ship Re air
Ship Repair Sheet Metal
$44.95
7X
4.1
King
Shipbuilding Et Ship Repair
Ship Repair Shipwright
$44.95
7X
4.1
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King
Shipbuilding Et Ship Repair
Ship Repair Warehouse /
Teamster
Journey Level
Journey Level
$44.06
7Y
4K
King
Sign Makers Et Installers
(Electrical)
$49.70
0
1
King
Sign Makers Et Installers (Non-
$31.52
0
1
Electrical)
King
Soft Floor Layers
Journey Level
$49.43
5A
3J
King
Solar Controls For Windows
Journey Level
$12.44
1
King
Sprinkler Fitters (Fire
Protection)
Journey Level
$77.39
5C
1X
King
Stage Rigging Mechanics (Non
Journey Level
$13.23
$57.32
$19.09
5A
1
1M
1
Structural)
King
Stone Masons
Journey Level
King
Street And Parking Lot Sweeper
Journey Level
Assistant Construction Site
Surveyor
Chainman
Workers
King
Surveyors
$59.49
7A
3C
8P
King
Surveyors
$58.93
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$60.49
7A
3C
8P
King
Telecommunication Technicians
Journey Level
$48.06
7E
1 E
King
Telephone Line Construction - Cable Splicer
Outside
Telephone Line Construction - Hole Digger/Ground Person
Outside
Telephone Line Construction - Installer (Repairer)
Outside
$41.22
5A
2B
King
$23.12
5A
2B
King
$39.53
5A
2B
King
Telephone Line Construction -
Special Aparatus Installer 1
$41.22
5A
2B
Outside
King
Telephone Line Construction -
Special Apparatus Installer 11
$40.41
5A
2B
Outside
King
Telephone Line Construction -
_
Telephone Equipment Operator
(Heavy)
Telephone Equipment Operator
(Light)
Telephone Lineperson
$41.22
5A
2B
Outside
King
Telephone Line Construction -
$38.36
5A
2B
Outside
King
Telephone Line Construction -
$38.36
5A
2B
Outside
King
Telephone Line Construction -
Television Groundperson
$21.92
5A
2B
Outside
King
Telephone Line Construction -
Television Lineperson/Installer
$29.13
5A
2B
Outside
King
Telephone Line Construction -
Television System Technician
Television Technician
$34.68
5A
2B
Outside
King
Telephone Line Construction -
$31.18
5A
2B
Outside
King
Telephone Line Construction -
Tree Trimmer
$38.36
5A
2B
Outside
King
Terrazzo Workers
Journey Level
$52.61
5A
1M
King
Tile Setters
Journey Level
$52.61
5A
1M
King
Tile, Marble Et Terrazzo
Finishers
Finisher
$43.44
5A
1B
King
I Traffic Control Stripers
I Journey Level
$45.53
7A
1 K
Kin
Truck Drivers
Asphalt Mix Over 16 Yards
$54.30
5D
3A
8L
of 17 1/8/2019, 10:23 A
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Truck Drivers
Asphalt Mix To 16 Yards
$53.46
5D
3A
8L
King
Truck Drivers
Dump Truck
$53.46
5D
3A
8L
King
Truck Drivers
Dump Truck Et Trailer
$54.30
5D
3A
8L
King
Truck Drivers
Other Trucks
$54.30
5D
3A
8L
King
Truck Drivers - Ready Mix
Booster 9 Yards and Over
$52.78
5A
4T
King
Truck Drivers - Ready Mix
Non -Booster Loads Under 9 Cubic
Yards
$52.53
5A
4T
King
Well Drillers Et Irrigation Pump
Irrigation Pump Installer
$17.71
1
Installers
King
Well Drillers Et Irrigation Pump
Oiler
$12.97
1
Installers
King
Well Drillers Et Irrigation Pump
Well Driller
$18.00
1
Installers
of 17 1/8/2019, 10:23 A
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
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.
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.
The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid atone 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.
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.
1
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
Overtime Codes Continued
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.
S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime
hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day
shall be paid at three times the hourly rate of wage.
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 8/31/2018 thru 3/2/2019
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.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times 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.
W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-
hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall
be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and
one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays
shall be paid at double the hourly rate of wage.
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. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and
midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall
have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given
to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
eight (8) hours at an applicable overtime rate, all 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.
C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at 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 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.
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
Overtime Codes Continued
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
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.
I. All 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 during a five day work week (Monday through Friday,) or a four day -ten hour work
week (Tuesday through Friday,) 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 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.
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.
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.
B. All hours worked over twelve (12) hours per day and all hours worked on 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.
4
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
Overtime Codes Continued
4. 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 (I V2) 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.
F. 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 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the
hourly rate of wage. All hours worked on holidays shall be paid at 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.
H. 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.
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.
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.
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
4. 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.
M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work
less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the
hourly rate.
N. 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, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM)
every day shall be paid at double the hourly rate of wage.
O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of
wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all
additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6)
hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage.
P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.
Q. The first four (4) 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 hours worked over twelve (12) hours Monday
through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
R. All hours worked on Saturdays 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 on Sundays and holidays shall be paid at double the hourly rate
of wage.
R. Placeholder
Holidav Codes
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).
Holiday Codes Continued
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 8/31/2018 thru 3/2/2019
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
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).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8).
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half -
Day On Christmas Eve Day. (9 1/2).
G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve
Day (11).
H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10).
I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7).
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
Holiday Codes Continued
6. 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.
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.
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.
Holiday Codes Continued
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
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
observed as a holiday on the preceding Friday.
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.
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.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day (10). 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.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed
as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a
holiday and compensated accordingly.
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.
T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation
shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed
as a holiday on the preceding Friday.
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.
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
Holiday Codes Continued
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, President's Day, Independence Day, Memorial 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.
15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the 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.
B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor
Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9)
C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the day before Christmas Day and Christmas Day. (8)
D Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
after Thanksgiving Day, Christmas Day, and the day after Christmas.
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.
10
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
Note Codes Continued
8. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,
Class C Suit: $1.00, And Class D Suit $0.50.
Q. 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.
R. 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.
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.
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 22 F - $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.
11
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
2. FEDERAL WAGE RATES
Page 1 of 42
General Decision Number: WA190001 01/18/2019 WA1
Superseded General Decision Number: WA20180001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.60 for calendar year 2019 applies to all contracts
subject to the Davis -Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after January
1, 2015. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.60 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2019. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least the
wage rate determined through the conformance process set forth
in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is
higher than the conformed wage rate). The EO minimum wage rate
will be adjusted annually. Please note that this EO applies to
the above -mentioned types of contracts entered into by the
federal government that are subject to the Davis -Bacon Act
itself, but it does not apply to contracts subject only to the
Davis -Bacon Related Acts, including those set forth at 29 CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/04/2019
1 01/18/2019
CARP0001-008 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA
Counties
Rates
CARPENTER
GROUP 1.....................$ 33.40
GROUP 2.....................$ 45.42
GROUP 3.....................$ 34.52
GROUP 4.....................$ 34.52
GROUP 5.....................$ 77.52
Fringes
16.40
18.83
16.40
16.40
16.40
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 2 of 42
GROUP
6.....................$
37.76
16.40
GROUP
7.....................$
38.76
16.40
GROUP
8.....................$
35.52
16.40
GROUP
9.....................$
41.76
16.40
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, Machine Erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, Dock, and Wharf carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby
GROUP 8: Assistant Diver Tender, ROV Tender/Technician
GROUP 9: Manifold Operator -Mixed Gas
ZONE PAY:
ZONE 1 0-60 MILES FREE
ZONE 2 61-100 $4.00/PER HOUR
ZONE 3 OVER 100 MILES $6.00/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 3 of 42
0-25 feet Free
26-300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
CARP0003-006 06/01/2018
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM
Counties.
Rates Fringes
Carpenters:
CARPENTERS ..................$
37.64
16.83
DIVERS TENDERS ..............$
43.73
16.83
DIVERS ......................$
87.73
16.83
DRYWALL .....................$
37.64
16.83
MILLWRIGHTS .................$
38.17
16.83
PILEDRIVERS .................$
38.71
16.83
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 4 of 42
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
----------------------------------------------------------------
CARP0770-003 06/01/2018
Rates
Fringes
CARPENTER
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
CARPENTERS ON CREOSOTE
MATERIAL ...................$
29.15
13.93
CARPENTERS .................$
29.05
13.93
DIVERS TENDER ..............$
48.59
16.12
DIVERS .....................$
97.43
16.12
MILLWRIGHT AND MACHINE
ERECTORS ...................$
45.42
16.12
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING .......
$ 44.17
13.93
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 5 of 42
Seattle
Olympia
Bellingham
Auburn
Bremerton
Anacortes
Renton
Shelton
Yakima
Aberdeen-Hoquiam
Tacoma
Wenatchee
Ellensburg
Everett
Port Angeles
Centralia
Mount Vernon
Sunnyside
Chelan
Pt. Townsend
Zone Pay:
0
-25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius miles
$1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
CARP0770-006 06/01/2018
Rates
Fringes
CARPENTER
WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS (excludes
piledrivers only), MASON,
PACIFIC (North of a
straight line made by
extending the north
boundary line of Wahkiakum
County west to the Pacific
Ocean), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
BRIDGE CARPENTERS ..........
$ 43.92
16.12
CARPENTERS ON CREOSOTE
MATERIAL ...................$
44.02
16.12
CARPENTERS .................$
43.92
16.12
DIVERS TENDER ..............$
48.59
16.12
DIVERS .....................$
97.48
16.12
MILLWRIGHT AND MACHINE
ERECTORS ...................$
45.42
16.12
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING .......
$ 44.17
16.12
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 6 of 42
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Zone
Pay:
0
-25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius
miles
$1.55/hour
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
ELEC0046-001 08/06/2018
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 55.627 3%+20.21
ELECTRICIAN ......................$ 50.57 3%+20.21
----------------------------------------------------------------
* ELECO048-003 01/01/2018
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ......................$ 42.60 22.75
HOURLY ZONE PAY:
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 7 of 42
Astoria
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
----------------------------------------------------------------
ELEC0048-029 01/01/2018
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ......................$ 42.60 22.75
----------------------------------------------------------------
* ELECO073-001 01/01/2019
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 34.10 16.68
ELECTRICIAN ......................$ 34.30 18.88
----------------------------------------------------------------
ELEC0076-002 08/31/2018
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 48.06 23.23
ELECTRICIAN ......................$ 43.69 23.10
----------------------------------------------------------------
ELEC0112-005 06/01/2018
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 45.68 20.60
ELECTRICIAN ......................$ 43.50 20.54
----------------------------------------------------------------
ELEC0191-003 06/01/2018
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 8 of 42
CABLE SPLICER ....................$ 44.23 17.73
ELECTRICIAN ......................$ 44.95 21.42
----------------------------------------------------------------
ELECO191-004 06/01/2018
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 40.82 17.63
ELECTRICIAN ......................$ 42.45 21.34
----------------------------------------------------------------
ENGI0302-003 06/01/2018
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
Zone 1 (0-25 radius miles):
Rates
POWER EQUIPMENT OPERATOR
Group 1A...................$ 44.44
Group 1AA..................$ 45.09
Group 1AAA.................$ 45.73
Group 1.....................$ 43.79
Group 2.....................$ 43.23
Group 3.....................$ 42.74
Group 4.....................$ 40.01
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
Fringes
19.97
19.97
19.97
19.97
19.97
19.97
19.97
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 9 of 42
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers -self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders -overhead under 6 yards; Loaders -plant
feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant;
Motor patrol graders -finishing; Piledriver (other than
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper -self propelled, hard
tail end dump, articulating off -road equipment -under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine -shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps -concrete; Roller, plant mix or multi -lift materials;
Saws -concrete; Scrpers-concrete and carry -all; Service
engineer -equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes -A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller -other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 10 of 42
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
----------------------------------------------------------------
ENG10370-002 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1.....................$
27.51
15.95
GROUP
2.....................$
27.83
15.95
GROUP
3.....................$
28.44
15.95
GROUP
4.....................$
28.60
15.95
GROUP
5.....................$
28.76
15.95
GROUP
6.....................$
29.04
15.95
GROUP
7.....................$
29.31
15.95
GROUP
8.....................$
30.41
15.95
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler -Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 11 of 42
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable -concrete);
Pavement Breaker, Hydra -Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt -type Loader (Euclid, Barber Green
& similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber -tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re -screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 12 of 42
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad -Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber -tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber -tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
----------------------------------------------------------------
ENG10612-001 09/28/2018
PIERCE County
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 13 of 42
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
44.44
19.97
GROUP
1AA..................$
45.09
19.97
GROUP
1AAA.................$
45.73
19.97
GROUP
1.....................$
43.79
19.97
GROUP
2.....................$
43.23
19.97
GROUP
3.....................$
42.74
19.97
GROUP
4.....................$
40.01
19.97
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 14 of 42
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class "D" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class "C" Suit - Base wage rate plus $1.00 per hour.
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 15 of 42
H-3 Class "B" Suit - Base wage rate plus $1.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $2.00 per hour.
----------------------------------------------------------------
ENG10612-012 09/28/2018
LEWIS, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
POWER EQUIPMENT OPERATOR
GROUP 1A...................$ 44.44
GROUP 1AA..................$ 45.09
GROUP 1AAA.................$ 45.73
GROUP 1.....................$ 43.79
GROUP 2.....................$ 43.23
GROUP 3.....................$ 42.74
GROUP 4.....................$ 40.01
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Fringes
19.97
19.97
19.97
19.97
19.97
19.97
19.97
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 16 of 42
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 17 of 42
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class "D" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class "C" Suit - Base wage rate plus $1.00 per hour.
H-3 Class "B" Suit - Base wage rate plus $1.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $2.00 per hour.
----------------------------------------------------------------
ENG10701-002 01/01/2018
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates
POWER EQUIPMENT OPERATOR
GROUP 1.....................$ 41.65
GROUP 1A....................$ 43.73
GROUP 1B....................$ 45.82
GROUP 2.....................$ 39.74
GROUP 3.....................$ 38.59
GROUP 4.....................$ 37.51
GROUP 5.....................$ 36.27
GROUP 6.....................$ 33.05
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00
Zone 3 - $6.00
Fringes
14.35
14.35
14.35
14.35
14.35
14.35
14.35
14.35
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 18 of 42
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1
Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and/or attachments); Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(1751) tower or less and with less than two hundred foot
(200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group lA
Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) ton through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Crane, three
hundred (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
Group 1B
Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2
Asphalt Plant (any type); Asphalt Roto-Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment
(any type); Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and/or Wet
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 19 of 42
Mix one (1) and two (2) drum; Concrete Diamond Head
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required); Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty-five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and/or attachments); Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150') boom (including jib inserts and/or
attachments); Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (130,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
Group 3
Bulldozer, over seventy thousand (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable -Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi -engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (1501) jib (on rail included); Diesel -Electric
Engineer (Plant or Floating); Directional Drill over twenty
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 20 of 42
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade -all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self -unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired
Dozers and Pushers; Scraper, all types; Side -Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber -tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(31) depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
Group 5
Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix); Asphalt, Roto-Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumperete Operator (any type); Concrete, Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Conveyored Material Hauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make); Laser Screed; Loaders,
rubber -tired type, less than twenty five thousand (25,000)
lbs.; Pavement Grinder and/or Grooving Machine (riding
type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size); Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser); Sweeper Self -Propelled;
Tractor, Rubber -Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 21 of 42
Jumbo setting slip forms, etc.
Group 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard);
Broom, self-propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type); Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump
(any power); Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self-propelled; Rigger; Roller
grading (not asphalt); Truck, Crane Oiler -Driver
----------------------------------------------------------------
IRON0014-005 07/01/2018
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 33.18 27.82
----------------------------------------------------------------
IRON0029-002 05/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER .......................$ 37.00 27.87
----------------------------------------------------------------
IRON0086-002 07/01/2018
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 33.18 27.82
----------------------------------------------------------------
IRON0086-004 07/01/2018
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER .......................$ 40.81 28.22
----------------------------------------------------------------
LAB00238-004 06/01/2018
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 22 of 42
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th
Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,
STEVENS & WHITMAN COUNTIES
Rates Fringes
LABORER (PASCO)
GROUP
1.....................$
24.84
12.35
GROUP
2.....................$
26.94
12.35
GROUP
3.....................$
27.21
12.35
GROUP
4.....................$
27.48
12.35
GROUP
5.....................$
27.76
12.35
LABORER (SPOKANE)
GROUP
1.....................$
24.74
12.45
GROUP
2.....................$
26.84
12.45
GROUP
3.....................$
27.11
12.45
GROUP
4.....................$
27.38
12.45
GROUP
5.....................$
27.66
12.45
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 23 of 42
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well -Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non -mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
"splash suit" and air purifying respirator); Jackhammer
Operator; Miner, Class "B" (to include brakeman, finisher,
vibrator, form setter); Nozzleman (to include squeeze and
flo-crete nozzle); Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.); Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers); Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit"); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class "D", (to include raise and shaft miner, laser
beam operator on riases and shafts)
LAB00238-006 06/01/2018
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 24 of 42
Rates Fringes
Hod Carrier ......................$ 27.75 12.25
----------------------------------------------------------------
LAB00242-003 06/01/2018
KING COUNTY
Rates Fringes
LABORER
GROUP
1.....................$
26.05
11.49
GROUP
2.....................$
29.83
11.49
GROUP
3.....................$
37.27
11.49
GROUP
4.....................$
38.19
11.49
GROUP
5.....................$
38.80
11.49
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 25 of 42
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
LAB00252-010 06/01/2018
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP
1.....................$
26.05
11.49
GROUP
2.....................$
29.83
11.49
GROUP
3.....................$
37.27
11.49
GROUP
4.....................$
38.19
11.49
GROUP
5.....................$
38.80
11.49
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 26 of 42
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 27 of 42
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
----------------------------------------------------------------
LAB00292-008 06/01/2018
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates
Fringes
LABORER
GROUP
1.....................$
26.05
11.49
GROUP
2.....................$
29.83
11.49
GROUP
3.....................$
37.27
11.49
GROUP
4.....................$
38.19
11.49
GROUP
5.....................$
38.80
11.49
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 28 of 42
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
LAB00335-001 06/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP
1....................$
31.72
11.49
GROUP
2....................$
32.38
11.49
GROUP
3....................$
32.87
11.49
GROUP
4....................$
33.29
11.49
GROUP
5....................$
28.98
11.49
GROUP
6....................$
26.31
11.49
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 29 of 42
GROUP 7....................$ 22.78 11.49
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 30 of 42
Operators, air tracks, cat drills, wagon drills,
rubber -mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring -down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman -Dinky
Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
----------------------------------------------------------------
LAB00335-019 06/01/2018
Rates Fringes
Hod Carrier ......................$ 31.72 11.49
----------------------------------------------------------------
LAB00348-003 06/01/2018
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP
1.....................$
22.23
11.49
GROUP
2.....................$
25.48
11.49
GROUP
3.....................$
27.89
11.49
GROUP
4.....................$
28.56
11.49
GROUP
5.....................$
29.04
11.49
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 31 of 42
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 32 of 42
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
----------------------------------------------------------------
PAIN0005-002 07/01/2018
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS ....................$ 30.50 15.73
----------------------------------------------------------------
PAIN0005-004 03/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
PAINTER ..........................$ 20.82 7.44
----------------------------------------------------------------
* PAIN0005-006 07/01/2018
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting ............ $
30.19
11.71
Over 30'/Swing Stage Work..$
22.20
7.98
Brush, Roller, Striping,
Steam -cleaning and Spray .... $
22.94
11.61
Lead Abatement, Asbestos
Abatement ...................$
21.50
7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
----------------------------------------------------------------
PAIN0055-003 07/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 33 of 42
Rates Fringes
PAINTER
Brush & Roller ..............$ 23.51 11.94
High work - All work 60
ft. or higher ...............$ 24.26 11.94
Spray and Sandblasting ...... $ 23.51 11.94
----------------------------------------------------------------
PAIN0055-006 07/01/2018
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER .....................$ 35.02 12.06
----------------------------------------------------------------
PLAS0072-004 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
ZONE 1......................$ 29.07 14.13
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
----------------------------------------------------------------
PLAS0528-001 06/01/2018
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON ................$ 42.63 17.44
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE ....... $ 43.13 17.44
TROWLING MACHINE OPERATOR
ON COMPOSITION ..............$ 43.13 17.44
----------------------------------------------------------------
PLAS0555-002 06/01/2017
CLARK, KLICKITAT AND SKAMANIA COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 34 of 42
ZONE 1:
Rates
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 32.87
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD ............ $ 32.87
CEMENT MASONS ...............$ 31.50
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS ... $ 32.19
Zone Differential (Add To Zone 1 Rates):
Zone
2 - $0.65
Zone
3 - 1.15
Zone
4 - 1.70
Zone
5 - 3.00
Fringes
17.62
17.62
17.62
17.62
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
----------------------------------------------------------------
TEAM0037-002 06/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Truck drivers:
ZONE 1
GROUP 1....................$ 28.52
GROUP 2....................$ 28.64
GROUP 3....................$ 28.78
GROUP 4....................$ 29.05
GROUP 5....................$ 29.27
GROUP 6....................$ 29.45
GROUP 7....................$ 29.65
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
Fringes
14.62
14.62
14.62
14.62
14.62
14.62
14.62
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 35 of 42
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver -Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self -Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic -Welder -Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi -Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 36 of 42
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
----------------------------------------------------------------
* TEAM0174-001 01/01/2018
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates
Fringes
Truck drivers:
ZONE A:
GROUP
1:...................$
35.63
18.67
GROUP
2:...................$
34.79
18.67
GROUP
3:...................$
31.98
18.67
GROUP
4:...................$
27.01
18.67
GROUP
5:...................$
35.18
18.67
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM
CENTRALIA
EVERETT
SHELTON
SEATTLE
PORT ANGELES
TACOMA
PORT TOWNSEND
TRUCK DRIVERS CLASSIFICATIONS
RAYMOND OLYMPIA
ANACORTES BELLEVUE
MT. VERNON KENT
ABERDEEN BREMERTON
GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 37 of 42
Two and Four -Wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four -wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks -less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully -
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
TEAM0690-004 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 38 of 42
COUNTIES
Rates
Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1....................$
24.32
17.30
GROUP 2....................$
26.86
17.30
GROUP 3....................$
26.97
17.30
GROUP 4....................$
27.30
17.30
GROUP 5....................$
27.41
17.30
GROUP 6....................$
29.57
17.30
GROUP 7....................$
28.11
17.30
GROUP 8....................$
28.43
17.30
AREA 2:
GROUP 1....................$
26.32
17.30
GROUP 2....................$
28.86
17.30
GROUP 3....................$
28.97
17.30
GROUP 4....................$
29.30
17.30
GROUP 5....................$
29.41
17.30
GROUP 6....................$
29.57
17.30
GROUP 7....................$
28.05
17.30
GROUP 8....................$
30.43
17.30
Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber -tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 39 of 42
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi -Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck -Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel -power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 40 of 42
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)) .
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 41 of 42
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 1000 of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
Page 42 of 42
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
https://www.wdol.gov/wdol/scafiles/davisbacon/wal.dvb 2/8/2019
https://www.wdol.gov/wdol/scafiles/davisbacon/WA70.dvb?v=0
General Decision Number: WA190070 01/04/2019 WA70
Superseded General Decision Number: WA20180095
State: Washington
Construction Type: Heavy
including water and sewer line construction
County: King County in Washington.
HEAVY CONSTRUCTION PROJECTS (including sewer/water
construction).
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.60 for calendar year 2019 applies to all contracts
subject to the Davis -Bacon Act for which the contract is awarded
(and any solicitation was issued) on or after January 1, 2015.
If this contract is covered by the EO, the contractor must pay
all workers in any classification listed on this wage
determination at least $10.60 per hour (or the applicable
wage rate listed on this wage determination, if it is higher)
for all hours spent performing on the contract in calendar
year 2019. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least
the wage rate determined through the conformance process set
forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,
if it is higher than the conformed wage rate). The EO minimum
wage rate will be adjusted annually. Please note that
this EO applies to the above -mentioned types of contracts
entered into by the federal government that are subject
to the Davis -Bacon Act itself, but it does not apply
to contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60). Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/04/2019
ASBE0007-001 06/01/2018
Rates Fringes
ASBESTOS WORKER/HEAT & FROST
INSULATOR (Pipe and Duct
Insulation) ......................$ 53.62 17.81
----------------------------------------------------------------
CARP0770-030 06/01/2018
Rates Fringes
CARPENTER (Including Formwork) ... $ 43.92 16.12
MILLWRIGHT .......................$ 45.42 16.12
PILEDRIVERMAN ....................$ 44.17 16.12
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
1 of 8 1/8/2019, 10:28 AM
https://www.wdol.gov/wdol/scafiles/davisbacon/WA70.dvb?v=0
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Zone Pay:
Olympia
Bellingham
Bremerton
Anacortes
Shelton
Yakima
Tacoma
Wenatchee
Everett
Port Angeles
Mount Vernon
Sunnyside
Pt. Townsend
0 -25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius miles
$1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
ELEC0046-006 08/06/2018
Rates Fringes
ELECTRICIAN ......................$ 50.57 3%+20.21
----------------------------------------------------------------
* ELECO077-001 02/01/2018
Rates Fringes
Line Construction:
LINEMEN .....................$ 51.73 1%+17.50
----------------------------------------------------------------
ENGI0302-026 06/01/2018
Rates
Power equipment operators:
Group 1A...................$ 44.44
Group 1AA..................$ 45.09
Group 1AAA.................$ 45.73
Group 1.....................$ 43.79
Group 2.....................$ 43.23
Group 3.....................$ 42.74
Group 4.....................$ 40.01
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
Fringes
19.97
19.97
19.97
19.97
19.97
19.97
19.97
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
2 of 8 1/8/2019, 10:28 AM
https://www.wdol.gov/wdol/scafiles/davisbacon/WA70.dvb?v=0
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments);Tower crane over 175 ft in
height, base to boom; Excavator/Trackhoe: Over 90 metric
tons
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments);Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over;
excavator/Trackhoe: over 50 metric tons to 90 metric tons;
Backhoe- 6 yards and over with attachments
GROUP 1 - Cranes 45 tons thru 99 tons, under 150 ft of boom
(including jib with attachments);Crane-overhead, bridge
type, 45 tons thru 99 tons; Derricks on building work;
Excavator/Trackhoe: over 30 metric tons to 50 metric tons;
Loader- overhead 6 yards to, but not including 8 yards;
Dozer D-10; Screedman; Scrapers: 45 yards and over;
Grader/Blade; Paver
GROUP 2 - Cranes, 20 tons thru 44 tons with
attachments;Crane-overhead, bridge type-20 tons through 44
tons; Drilling machine; Excavator/Trackhoe: 15 to 30 metric
tons; Horizontal/directional drill operator;
Loaders -overhead under 6 yards; Crane Oiler-100 Tons and
Over; Scraper: under 45 tons; Backhoe- 3 yards and under;
Mechanic; Piledriver; Boring Machine
GROUP 3 - Cranes-thru 19 tons with attachments;A-frame crane
over 10 tons; Dozers-D-9 and under; Motor patrol
grader-nonfinishing; Roller -Plant Mix; Crane Oiler under
100 tons; Excavator/Trackhoe: under 15 metric tons; Service
Oiler; Conveyors; Backhoe 75 hp and under; Boom Truck over
10 tons
GROUP 4 - Cranes -A frame-10 tons and under; Roller -other than
plant mix; Rigger/Bellman; Grade Checker; Drill Assistant;
Boom Truck 10 tons and under
----------------------------------------------------------------
IRON0086-010 07/01/2018
IRONWORKER (Reinforcing,
Structural and Ornamental) ....... $
----------------------------------
LAB00242-004 06/01/2018
Rates Fringes
40.81 28.22
Rates
Laborers:
GROUP 2.....................$ 29.83
GROUP 3.....................$ 37.27
GROUP 4.....................$ 38.19
GROUP 5.....................$ 38.80
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
Fringes
11.49
11.49
11.49
11.49
3 of 8 1/8/2019, 10:28 AM
https://www.wdol.gov/wdol/scafiles/davisbacon/WA70.dvb?v=0
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
LABORERS CLASSIFICATIONS
GROUP 2: Flagman
GROUP 3: General Laborer; Mason Tender-Cement/Concrete; Form
Stripping;Sign Erector/Installer
GROUP 4: Grade Checker; Pipe Layer; Handheld Drill; High
Scaler; Jackhammer
GROUP 5: Mason Tender -Brick
----------------------------------------------------------------
PAIN0005-008 07/01/2018
Rates Fringes
PAINTER (Brush, Roller and
Spray) ...........................$ 22.94 11.61
----------------------------------------------------------------
PLAS0528-004 06/01/2018
Rates Fringes
CEMENT MASON/CONCRETE FINISHER ... $ 42.63 17.44
----------------------------------------------------------------
PLUM0032-011 06/01/2018
Rates Fringes
Plumbers and Pipefitters......... $ 59.21 23.88
----------------------------------------------------------------
* TEAM0174-003 01/01/2018
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1:...................$ 35.63 18.67
GROUP 2: ................... $ 34.79 18.67
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM CENTRALIA
EVERETT SHELTON
SEATTLE PORT ANGELES
TACOMA PORT TOWNSEND
RAYMOND OLYMPIA
ANACORTES BELLEVUE
MT. VERNON KENT
ABERDEEN BREMERTON
4 of 8 1/8/2019, 10:28 AM
https://www.wdol.gov/wdol/scafiles/davisbacon/WA70.dvb?v=0
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - Dump Trucks, side, end and bottom dump, including
semi -trucks and trains or combinations thereof with 16
yards to 30 yards capacity: Over 30 yards $.15 per hour
additional for each 10 yard increment.; Water Truck-3,000
gallons and over; Semi -Trailer Truck
GROUP 2 - Dump trucks, side, end and bottom dump, including
semi -trucks and trains or combinations thereof with less
than 16 yards capacity; Water Truck- less than 3,000 gallons
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully -
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
--------------------------------------------------------------
SUWA2009-061 08/07/2009
Rates Fringes
LABORER: Landscape &
Irrigation
.......................$
8.77
1.80
OPERATOR:
Asphalt Plant .........
$ 34.14
0.68
OPERATOR:
Bobcat/Skid
Steer/Skid
Loader ................$
10.63
0.00
OPERATOR:
Broom/Sweeper .........
$ 30.39
3.77
OPERATOR:
Forklift ..............$
28.03
7.28
OPERATOR:
Power Shovel ..........
$ 25.12
7.83
TRUCK DRIVER: Flatbed Truck .....
$ 22.74
6.29
TRUCK DRIVER: Lowboy Truck ......
----------------------------------------------------------------
$ 22.89
5.72
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
5 of 8 1/8/2019, 10:28 AM
https://www.wdol.gov/wdol/scafiles/davisbacon/WA70.dvb?v=0
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
6 of 8 1/8/2019, 10:28 AM
https://www.wdol.gov/wdol/scafiles/davisbacon/WA70.dvb?v=0
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 1000 of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
7 of 8 1/8/2019, 10:28 AM
https://www.wdol.gov/wdol/scafiles/davisbacon/WA70.dvb?v=0
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
8 of 8 1/8/2019, 10:28 AM
City of Renton
Contract Provisions for
Renton Avenue South Resurfacing
APPENDIX B. BORING LOGS (FOR INFORMATION ONLY)
Lake Washington
Bangor St
� �f �• �y t S 112lh St YPS
S71 st. rr
�P �,• y', i r, S1161hSt ' r
�`As s- 20th sl t �°• a
ALLENTOWN.%
4; S 124th St
L i Bryn Y. L
�► Mawr-Sk a " ' -•�z
Project Alignment
• G � i
S 134th St N 3rd St
F. t 32nd St , f;
enton
DOWNTOWN
RENTON
m
A � © Tukwila
fi I
Walmart Supercenter Q
TukWil Family
"i
Fun CeQer &... a tee
_ 1 Q�
Westfield SouthcenlerC)
m
f f SW 77th St
L�1 �
r n
PanGE0 Renton Avenue South
Resurfacing Project
I N C 0 R P 0 R A T E o Renton, WA
Not to Scale
Image Source: Google Maps
VICINITY MAP
o�
3
a
E
m
N
0
C
C
U
H
L
07
m
Q
C
O
m
M
N
N
N
n
O
m
O
0-
n
0
N
q
U
m
O
o_
N
7
4
/ 3
S —17"
J
JMX6'X6�/�U
LEGEND
PG-# Soil Boring by PanGEO (2017 - Appendix A)
NOTES
1. Base map provided by Gray & Osborne, Inc. on August 14, 2017.
2. Location of borings are approximate and based on the relative locations of known site features.
3. Map features are provided for relative information only and are not a substitution for field survey.
4. Vertical Datum: NAVD 88
I
I
I
i
I
I
I
- I I
_ I I
I
� I
/ I
40' 0 40' 80,
scale in feet
Scale: 1" = 80'
I
I
/ i►
I
I
I_
PmGF-j@
Renton Avenue Extension
Resurfacing Project
I W C 0 R P O R A T E 0 Renton, Washington
SITE AND EXPLORATION PLAN
PROJECT NO. FIGURE NO.
17-222 1 2A
O
N
O
N
RELATIVE DENSITY / CONSISTENCY
SAND /GRAVEL
SILT / CLAY
SPT
Approx. Relative
SPT
Approx. Undrained Shear
DensityN-values
:
Density (%)
Consistency
N-values
Strength (psf)
Very Loose
<4
<15
Very Soft
<2
<250
Loose
4 to 10
15 - 35
: Soft
2 to 4
250 - 500
Med. Dense
10 to 30
35 - 65
Med. Stiff
4 to 8
500 -1000
Dense
30 to 50
65 - 85
: Stiff
8 to 15
1000 - 2000
Very Dense
>50
85 -100
Very Stiff
15 to 30
2000 - 4000
: Hard
>30
>4000
UNIFIED SOIL CLASSIFICATION SYSTEM
MAJOR DIVISIONS GROUP DESCRIPTIONS
•�'
GW: Well -graded GRAVEL
Gravel GRAVEL (<5%fines)
.....:......................................................
50% or more of the coarse
GP Poorly -graded GRAVEL
fraction retained on the #4
sieve. Use dual symbols leg.
o p
GM Silty GRAVEL
GP -GM) for 5% to 12% fines. GRAVEL (>12%fines)
.....................................................................
............................•......
GC : Clayey GRAVEL
..............................................................
SW: Well -graded SAND
Sand ; SAND <5 /o fines
50% or more of the coarse
w
.:
.:..'>
SP : Poorly -graded SAND
fraction passing the #4 sieve.
Use dual symbols leg. SP-SM
g )
. >
....:......................................................
SM : Silty SAND
for 5%to12%fines. SAND (>1 2% fines)
......................................................................
.........................................................
SC : Clayey SAND
.............................................................
:
ML : SILT
Liquid Limit < 50
.....:......................................................
CL : Lean CLAY
............................................................
==
—
Silt and Clay
OL : Organic SILT or CLAY
50%or more passing #200 sieve :..................................
..:......................................................
MH : Elastic SILT
Liquid Limit > 50
CH , Fat CLAY
.......................... .......................................
OH Organic SILT or CLAY
...................................... .
u
HighlyOrganic Soils
PT : PEAT
Notes: 1. Soil exploration to s contain material descriptions based on visual observation and field tests using a system
modified from the Uniform Soil Classification System (USCS). Where necessary laboratory tests have been
conducted (as noted in the "Other Tests" column), unit descriptions may include a classification. Please refer to the
discussions in the report text for a more complete description of the subsurface conditions.
2. The graphic symbols given above are not inclusive of all symbols that may appear on the borehole logs.
Other symbols may be used where field observations indicated mixed soil constituents or dual constituent materials.
DESCRIPTIONS OF SOIL STRUCTURES
Layered: Units of material distinguished by color and/or
Fissured: Breaks along defined planes
composition from material units above and below
Slickensided: Fracture planes that are polished or glossy
Laminated: Layers of soil typically 0.05 to 1 mm thick, max. 1 cm
Blocky: Angular soil lumps that resist breakdown
Lens: Layer of soil that pinches out laterally
Disrupted: Soil that is broken and mixed
Interlayered: Alternating layers of differing soil material
Scattered: Less than one per foot
Pocket: Erratic, discontinuous deposit of limited extent
Numerous: More than one per foot
Homogeneous: Soil with uniform color and composition throughout
BCN: Angle between bedding plane and a plane
normal to core axis
COMPONENT DEFINITIONS
COMPONENT
SIZE / SIEVE RANGE
COMPONENT
SIZE / SIEVE RANGE
Boulder:
: > 12 inches
Sand
Cobbles:
3 to 12 inches
Coarse Sand:
#4 to #10 sieve (4.5 to 2.0 mm)
Gravel
Medium Sand:
#10 to #40 sieve (2.0 to 0.42 mm)
Coarse Gravel:
3 to 3/4 inches
Fine Sand:
#40 to #200 sieve (0.42 to 0.074 mm)
Fine Gravel:
3/4 inches to #4 sieve
Silt
0.074 to 0.002 mm
Clay
<0.002 mm
TEST SYMBOLS
for In Situ and Laboratory Tests
listed
in "Other Tests" column.
ATT
Atterberg Limit Test
Comp
Compaction Tests
Con
Consolidation
DID
Dry Density
DS
Direct Shear
%F
Fines Content
GS
Grain Size
Perm
Permeability
PP
Pocket Penetrometer
R
R-value
SG
Specific Gravity
TV
Torvane
TXC
Triaxial Compression
UCC
Unconfined Compression
Sample/In Situ test types and intervals
2-inch OD Split Spoon, SPT
(140-lb. hammer, 30" drop)
H3.25-inch
OD Spilt Spoon
(300-lb hammer, 30" drop)
Non-standard penetration
test (see boring log for details)
Thin wall (Shelby) tube
Grab
Rock core
®
Vane Shear
MONITORING
WELL
SZ
Groundwater Level at
time of drilling (ATD)
1
Static Groundwater Level
Cement / Concrete Seal
Bentonite grout / seal
Silica sand backfill
Slotted tip
Slough
Bottom of Boring
MOISTURE CONTENT
Dry
Dusty, dry to the touch
Moist
Damp but no visible water
Wet
Visible free water
PanGEO Terms and Symbols for
I IN C O R P U R A T E D Boring and Test Pit Logs Figure A-1
Phone: 206.262.0370
Project: Renton Avenue South Resurfacing Project
Surface Elevation: 295.0ft
Job Number: 17-222
Top of Casing Elev.: Not Applicable
Location: Renton, Washington
Drilling Method: HSA
Coordinates: Northing: , Easting:
Sampling Method: SPT
CL C
0
O
Z
Q
E
U)
Q
E
U
N
3
m
O
p
E
>1
MATERIAL DESCRIPTION
N-Value A
PL Moisture LL
®ROD Recovery
El
0 50 100
0
11 inches Pavement.
1
Dense, dark brown, silty SAND with gravel, moist. (Fill).
14
S-1
25
Very dense, gray, sandy SILT to silty SAND, moist. Fine sand,
occasional subround gravel, diamict. (Glacial Till).
2
33
33
Becomes grayish -brown, low to medium plasticity, trace coarse sand.
3
S-2
50/5
4
5
25
Becomes brown.
S-3
50/4
Boring drilled in center turn lane. Boring terminated approximately 5.8
6
.........
.........
feet below grade. Groundwater was not encountered at the time of
drilling.
7
8
9
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
10
Completion Depth: 5.8ft
Remarks: Boring drilled with a TD 85 trailer -mounted drill rig. Drill rig equipped with a
Date Borehole Started: 8/15/17
Date Borehole Completed: 8/15/17
safety hammer (cathead mechanism) for SPT. Ground surfac elevation estmated from a
topographic survey provided by Gray & Osborne, Inc.
Logged By: STS
Drilling Company: Boretec1
RnGE8 LOG OF TEST BORING PG-1
i n c o R P o R A T E o FigureA-2
The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 Of
Project: Renton Avenue South Resurfacing Project
Surface Elevation: 256.0ft
Job Number: 17-222
Top of Casing Elev.: Not Applicable
Location: Renton, Washington
Drilling Method: HSA
Coordinates: Northing: , Easting:
Sampling Method: SPT
CL C
0
O
Z
Q
E
U)
Q
E
U
N
3
m
O
p
E
>1
MATERIAL DESCRIPTION
N-Value A
PL Moisture LL
Recovery
El El
0 50 100
0
18 inches Pavement.
1
S-1
X
50/5
Medium dense, brown, silty SAND with gravel, moist (Fill).
2
14
3
S-2
13
13
4
Loose, light brown, sandy SILT, moist. Manganese -oxide and
iron -oxide staining. (Completely Weathered Tukwila Formation).
5
6
S-3
6
6
3
Boring drilled in center turn lane. Boring terminated approximately 6.5
7
feet below grade. Groundwater was not encountered at the time of
drilling.
8
9
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
10
Completion Depth: 6.5ft
Remarks: Boring drilled with a TD 85 trailer -mounted drill rig. Drill rig equipped with a
Date Borehole Started: 8/15/17
Date Borehole Completed: 8/15/17
safety hammer (cathead mechanism) for SPT. Ground surfac elevation estmated from a
topographic survey provided by Gray & Osborne, Inc.
Logged By: STS
Drilling Company: Boretec1
RnGE8 LOG OF TEST BORING PG-2
i n c o R P o R A T E o FigureA-3
The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 Of
Project: Renton Avenue South Resurfacing Project
Surface Elevation: 191.0ft
Job Number: 17-222
Top of Casing Elev.: Not Applicable
Location: Renton, Washington
Drilling Method: HSA
Coordinates: Northing: , Easting:
Sampling Method: SPT
N-Value A
O
Z
p
PL Moisture LL
C
Q
Q
N
E
MATERIAL DESCRIPTION
CL
0
E
E
3
>1
®ROD Recovery
El
U)
U
m
O
0 50 100
0
9 inches Pavement.
Medium dense, brownish -gray, silty SAND with gravel, moist.
1
10
Weathered, diamict, subround gravel, fine to medium sand, iron -oxide
staining. (Glacial Till).
S-1
14
2
14
Becomes gray to brownish -gray.
6
3
S-2
6
10
4
5
Relatively clean sand lens.
5
S-3
9
6
16
Boring drilled in North outside lane. Boring terminated approximately
7
6.5 feet below grade. Groundwater was not encountered at the time
of drilling.
8
9
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
10
Completion Depth: 6.5ft
Remarks: Boring drilled with a TD 85 trailer -mounted drill rig. Drill rig equipped with a
Date Borehole Started: 8/15/17
safety hammer (cathead mechanism) for SPT. Ground surfac elevation estmated from a
Date Borehole Completed: 8/15/17
topographic survey provided by Gray & Osborne, Inc.
Logged By: STS
Drilling Company: Boretec1
RnGE8 LOG OF TEST BORING PG-3
i n c o R P o R A T E o FigureA-4
The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 Of
Project: Renton Avenue South Resurfacing Project
Surface Elevation: 174.0ft
Job Number: 17-222
Top of Casing Elev.: Not Applicable
Location: Renton, Washington
Drilling Method: HSA
Coordinates: Northing: , Easting:
Sampling Method: SPT
N-Value A
O
Z
p
PL Moisture LL
C
Q
Q
N
E
MATERIAL DESCRIPTION
CL
0
E
E
U
3
>1
® ROD RecoveryEl
U)
m
O
0 50 100
0
11 inches Pavement.
1
.........
.........
Very dense, light brown, poorly graded GRAVEL with silt and sand,
19
°
dry to moist. Occasional cobbles. (Fill).
.........
.........
.........
.........
S-1
.........
.........
50/3
°
.........
.........
2
0
.........
....... .
. . . . . . . . .
. . . . . .
0
Medium dense, light brown, SILT with fine sand, moist. (Completely
9
weathered Tukwila Formation).
3
Sample S-2; no recovery.
S-2
8
6
4
5
Manganese -oxide staining.
3
S-3
4
6
6
Boring drilled in South outside lane. Boring terminated approximately
7
6.5 feet below grade. Groundwater was not encountered at the time
of drilling.
8
9
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
10
Completion Depth: 6.5ft
Remarks: Boring drilled with a TD 85 trailer -mounted drill rig. Drill rig equipped with a
Date Borehole Started: 8/15/17
safety hammer (cathead mechanism) for SPT. Ground surfac elevation estmated from a
Date Borehole Completed: 8/15/17
topographic survey provided by Gray & Osborne, Inc.
Logged By: STS
Drilling Company: Boretec1
RnGE8 LOG OF TEST BORING PG-4
i n c o R P o R A T E o FigureA-5
The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 Of
Project: Renton Avenue South Resurfacing Project
Surface Elevation: 142.0ft
Job Number: 17-222
Top of Casing Elev.: Not Applicable
Location: Renton, Washington
Drilling Method: HSA
Coordinates: Northing: , Easting:
Sampling Method: SPT
N-Value A
O
Z
p
PL Moisture LL
C
Q
Q
N
E
MATERIAL DESCRIPTION
CL
0
E
E
3
>1
Recovery
El El
U)
U
m
O
0 50 100
0
9 inches Pavement.
Dense, brown, silty SAND with gravel, dry.
1
14
S-1
20
2
14
Hard, orangish-brown, SILT, dry. Low plasticity, manganese oxide
stained pockets. (Completely weathered Tukwila Formation).
37
3
S-2
50/5
Becomes gray.
.........
.........
.........
.........
4
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
5
.........
....... .
24
S-3
40
6
43
Boring drilled in North outside lane. Boring terminated approximately
7
6.5 feet below grade. Groundwater was not encountered at the time
of drilling.
8
9
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
10
Completion Depth: 6.5ft
Remarks: Boring drilled with a TD 85 trailer -mounted drill rig. Drill rig equipped with a
Date Borehole Started: 8/15/17
safety hammer (cathead mechanism) for SPT. Ground surfac elevation estmated from a
Date Borehole Completed: 8/15/17
topographic survey provided by Gray & Osborne, Inc.
Logged By: STS
Drilling Company: Boretec1
RnGE8 LOG OF TEST BORING PG-5
i n c o R P o R A T E o FigureA-6
The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 Of
Project: Renton Avenue South Resurfacing Project
Surface Elevation: 101.0ft
Job Number: 17-222
Top of Casing Elev.: Not Applicable
Location: Renton, Washington
Drilling Method: HSA
Coordinates: Northing: , Easting:
Sampling Method: SPT
N-Value A
O
Z
p
PL Moisture LL
C
Q
Q
N
E
MATERIAL DESCRIPTION
CL
0
E
E
3
>1
®ROD Recovery
El
U)
U
m
O
0 50 100
0
7 inches Pavement.
Medium dense, orangish-brown, poorly graded GRAVEL with silt and
°
sand, dry to moist. (Fill).
1
6
0
S-1
9
°
0
2
5
°
0
Loose, brown, silty fine SAND, moist. Weathered. (Completely
3
weathered Tukwila Formation).
3
S-2
2
3
4
5
Becomes medium dense and light brown.
7
S-3
8
6
7
Boring drilled in South outside lane. Boring terminated approximately
7
6.5 feet below grade. Groundwater was not encountered at the time
of drilling.
8
9
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
L
I
I
I
I
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
.........
10
Completion Depth: 6.5ft
Remarks: Boring drilled with a TD 85 trailer -mounted drill rig. Drill rig equipped with a
Date Borehole Started: 8/15/17
safety hammer (cathead mechanism) for SPT. Ground surfac elevation estmated from a
Date Borehole Completed: 8/15/17
topographic survey provided by Gray & Osborne, Inc.
Logged By: STS
Drilling Company: Boretec1
RnGE8 LOG OF TEST BORING PG-6
i n c o R P o R A T E o FigureA-7
The stratification lines represent approximate boundaries. The transition may be gradual. Sheet 1 Of
Photos of Pavement Cores
Renton Avenue South Resurfacing Project, Renton WA
Figure B-1
Photos of Pavement Cores
Renton Avenue South Resurfacing Project, Renton WA
Figure B-2
Photos of Pavement Cores
Renton Avenue South Resurfacing Project, Renton WA
PG-3
Figure B-3
Photos of Pavement Cores
Renton Avenue South Resurfacing Project, Renton WA
PG-4
Figure B-4
E
Photos of Pavement Cores
Renton Avenue South Resurfacing Project, Renton WA
Al
n.
i ��*�•
:ilr
l�'F !r �� raj=7f1.0
r r
Te
PG-5
•.,1} 'Shy
.i �. L �r •fit ,yl� f' �ti'77F"'.�Z'••r''. �� t � ' � � ` I•-f
Figure B-5
Photos of Pavement Cores
Renton avenue South Resurfacing Project, Renton WA
. _ -
PG-
}¥«t§a
Figure a-6