Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContractt
Award Date: �� �°i ;L V u
Awarded to: f %I—cc n )< Ca t_A CGi o C0 /jS7L 'txr -t do CO
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
City of Renton
Construction of:
East Kennydale
Sanitary Sewer Infill
ater Main Replacement
PROJECT NO. WWP -27 -2955
WTR -27 -2955
City of Renton
1055 South Grady Way
Renton, WA 98055
General Bid Information: (425) 430 -7200
Wastewater Contact: John Hobson (425) 430 -7279
® Printed on Recycled Paper
CAG --Q =03-I
-'WA-7
r
e
i
i
t
t
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
East Kennydale
Sanitary Sewer Infill
PROJECT NO. WWP -27 -2955
WTR -27 -2955
JANUARY 2002
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON WASTEWATER UTILITY
1055 South Grady Way
Renton, WA 98055
® Printed on Recycled Paper
o�
Gti
�gtaGO�<<a �ti0
e�A`�g �ti0
May 21, 2002
John Hobson, Project Manager
Wastewater Utility
City of Renton
1055 South Grady Way
Renton, Washington 98055
RE: East Kennydale Sanitary Sewer Infill
and Water Main Replacement
CAG -02 -034, Contract Documents
Dear John,
Here is the list of names and emergency phone numbers for the following
requested individuals:
Responsible Officer Nick Coluccio 206 - 484 -2000
Job Foreman
Jim Burke 206 - 321 -8913
Bonding Agent Jim Binder 206 - 956 -1600
Sincerely,
Carol L Bacon
Contract Administrator
9600 M. L. King Way South • Seattle, Washington 98118 -5693 • (206) 722 -5306 • Fax (206) 725 -4764 • FR•AN•KC•0401-7
RESOLUTION 0
RES F THE BOARD OF DIRECTORS
OF
FRANK COLUCCIO CONSTRUCTION COMPANY
1, Joseph J. Coluccio, do hereby certify that I am the Secretary of FRANK COLUCCIO
CONSTRUCTION COMPANY, a Washington corporation, and that a mating of the Board of
Directors, duly held in accordance with the Articles of Incorporation and By -Laws of said
Corporation, at which meeting a quorum was present and acting throughout, the following
resolution was unanimously adopted by the Corporation, to-wit:
RESOLVED, that the following individuals are each hereby authorized and only they are
authorized to make, execute and deliver on behalf of this corporation any and all documents,
papers, contracts and instruments that they consider necessary and appropriate in connection with
the affairs of this corporation, including but not limited to the signing of contracts, bonds, checks
or other assurances, with the exception of those certain actions needing approval by the
Corporation's Board of Directors:
Frank Coluccio – the President
Joseph L Coluccio – Vice- President, Secretary
Frank V. Coluccio – Vice- President
Nicola Coluccio – Vice - President
Approved by a vote of the Board of Directors at a Meeting on June 29 , 2001
1 further certify that said resolution has not in any way been amended or revoked
Attested by Secretary:
STATE OF WASHINGTON )
COUNTY OF KING )
On this —J t day of M 19 Y .2002, before me appeared
JOSEPH J. COLUCCIO to me awn. and by me being duly sworn, did say that he is
VICE PRESIDENT. SECRETARY of the FRANK COLUCCIO CONSTRUCTION
COMPANY, and that the seal affixed to the foregoing instrument is the corporate seal of said
corporation and that of its Board of Directors, and the said JOSEPH J. COLUCCIO
acknowledged said instruction to be the free act and deed of said corporation.
L. g,_'r�i��
�OTAOr = Notary Public in and for the State of
__0_ Washington, residing in "7s'4/e.r-
$ �YgL�O �► My commission expires /S _T
r
U-1
m
REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL
# EXP. DATE
CC01 FRANKCC340L7 07/02/2002
EFFECTIVE,'DATE
FRANK—COLUCCIO CONST CO
9600 M L, KING JR' WAY, S
SEATTLE" WA,:'-'98118
Signature
Issued by DEPARTMENT OF LABOR AND INDUSTRIES
0
0
rl
h
I
n�
'd
11
CITY OF RENTON
WWP -27 -2955
WTR -27 -2955
East Kennydale
Sanitary Sewer Infill
& Water Main Replacement
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
*Bid Bond Form
*Proposal & Combined Affidavit & Certificate Form:
Non- Collusion
Anti -Trust Claims
Minimum Wage Form
*Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
City of Renton Supplemental Specifications
WSDOT Amendments
Special Provisions
Standard Plans
Documents marked as follows must be submitted at the time noted and must be executed by
the Contractor, President and Vice President or Secretary if corporation by -laws permit. All
pages must be signed. In the event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establishing this authority must be attached to
the bid document.
* Submit with Bid
❖ Submit at Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington 98055
\\ CENTRAL\ SYS2\ DEPTS \PBPW\DNISION.S \UTILITIE.S\ WASTE. WTR \Kenny2 \Contract_doc\B IDSPEC.DOCUDH\tb
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3 2 2 9
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and
to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic
background, gender, marital status, religion, age or disability, when the City of Renton can reasonably
accommodate the disability, of employees and applicants for employment and fair, non - discriminatory
treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job - related criteria which does not
discriminate against women, minorities and other protected classes. Human resources
decisions will be in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will
cooperate fully with all organizations and commissions organized to promote fair practices
and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal
Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to all.
It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,
department administrators, managers, supervisors, Contract Compliance Officers and all
employees to carry out the policies, guidelines and corrective measures set forth in the
Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub - contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair
Practices and Non - discrimination policies set forth by the law and in the City's Affirmative
Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON, Washington, this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL.
Mayor Council President
A¢est:
City Clerl
cSouth_ Renton/BIDSPEGMAB
fl
1
it
C
CITY OF RENTON
SUMMARY OFAAaWCANS WITH DISABLLITIES ACT POLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all. citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non -
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans- With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION.. WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with-. disabilities in
employment and receipt, of City services, activities and programs.
(3) . AMERICANS WITH DISABILITIES ACT•POLICY - The.City of Renton Americans
With Disabilities Act Policy will.be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - ' Contractors, subcontractors, consultants and
suppliers conducting business with-the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities. and
programs for people with disabilities. .
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
CITY,OF RENTON
Mayor
Attest: %
City Clerk
RENTON CITY COUNCIL:
i
Council President
1
g
r
C
0
L
P
CITY OF RENTON
WWP -27 -2955
WTR -27 -2955
East Kennydale
Sanitary Sewer Infill
& Water Main Replacement
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of the
facilities, as shown on the plans and as described in the construction specifications, to include but not be
limited to:
Installation of approximately 3,971 linear feet of 8" diameter PVC sanitary sewer pipes, 2,419 linear feet of
6" diameter sanitary side sewer pipes, 21 manholes, 3260 linear feet of Ductile Iron 8" water pipe and
fittings, 77 water services and reconnections and associated asphalt street restoration, and landscape
restoration. This work is to take place in 8 streets within a 1- square mile region in the City of Renton.
Excavations for the sanitary sewer will range between 6 feet deep and 20 feet deep.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes and
regulations applicable to such work and perform the work in accordance with the plans and specifications of
this contract document. A total of one hundred twenty (120) working days will be allowed for the
completion of this project.
IH:\DP✓ISION.S \UTIL TIE.S\ WASTE. WTR\ Kenny2 \ContIact_doc\BIDSPEC.DOCUDH\tb
l]
D
0
n
VICINITY MAP
LL.,
z
N
St.
O
O
� QJ
o �
N 24th
r ='
t'
t
F1
Scale 1" =800'
V O
O N
C C
w
w
z
z
w
z
Q
>
z
NE 20th St.
L�NE 27th St.
c
O
T
a
NE 24th St.
d E
NE � 25th St
NE 24th t
NE 23rd PI
--dal NE 23rd St
NE 20th
I
�i
NE 21
cn U
w �
z oz w
E z
Pie
Q)
Q Q Q
Ln U C
° 3: 16th
0
o
NE 16th
T
w �
L C >
O Q � Q Q
14th J o
U -0 i
� a c
NE 12th St. o
F7
Shaded Streets Represent Areas Of
Construction As Part Of This Contract
LJ
I I
t:
C
t
t
t
INSTRUCTIONS TO BIDDERS
Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton
City Hall, until 2:30 o'clock p.m., on the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as
early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the
forms attached hereto.
Any omissions, discrepancies or need for interpretation should be brought to the attention of the Project Engineer in
writing. If necessary, written addenda to clarify questions that arise will then be issued.
All interpretations or explanations of the contract documents shall be in the form of an addendum and no oral
statements by Owner, Engineer, or other representative of owner shall, in any way, modify the contract documents,
whether made before or after letting the contract.
3. The work to be done is shown in the plans and /or specifications. Quantities are understood to be only approximate.
Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves
the right to add or to eliminate portions of that work as deemed necessary.
4
5
6
7
Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves
as to the local conditions by inspection of the site.
The bid price for any item must include the performance of all work necessary for completion of that item as
described in the specifications.
The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit
price bid will govern. Illegible figures will invalidate the bid.
The right is reserved to reject any and /or all bids and to waive informalities if it is deemed advantageous to the City
to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of
Renton in an amount not less than 5 % of the total amount of the bid shall accompany each bid proposal. Checks will
be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the
successful bidder will be returned provided they enter into a contract and furnishes a satisfactory performance bond
covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should
they fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self - explanatory. No opportunity will be offered for oral explanation except as the City may
1 request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily
perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation,
public liability, and property damage as indicated on forms enclosed herein and /or as identified within Specification
Section 1- 07.18.
HADIVISION.S \UTILITIE.S \WASTE. WTR \Kenny2 \Contract_doc \B IDS PEC. DOC\JDH\tb
Li
r
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type
construction schedule for the project.
14. Before starting work under this contract, Contractor is required to supply information to the City of Renton on all
chemical hazards that Contractor is bringing into the work place and thereby creating exposure to the City of Renton
employees.
15. Payment retainage shall be done in accordance with Section 1- 09.0(2) "Retainage and Section"
1- 09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton
Supplemental Specifications.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The
bidder shall bid on all schedules set forth in the bid forms. The total price of all schedules will be used to determine
the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the
needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four
feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements
of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in
the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any
other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein,
there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for
an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which
may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or
subconsultants.
The most recent issue of the prevailing wage rates is included within these specifications under section titled
"Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the
prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be
tincluded as part of any subcontracts the CONTRACTOR may enter into for work on this project.
19. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the
requirements of RCW 39.16.
20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of environmental
pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in
accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all
penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR
H: \DIVISION.S \UTILITIE.S\ WASTE. WTR\ Kenny2\ Contract_doc \6IDSPEC.DOC \JDH \tb
Ili
shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal
and encapsulation of asbestos materials.
21. Standard Specifications
All work under this contract shall be performed In accordance with the following standard specifications except as
may be exempted or modified by the City of Renton Transportation Supplemental Specifications, Special Provisions
other sections of these contract documents. These standard specifications are hereby made a part of this contract and
shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT /APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1
APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation," " WSDOT," or any
combination thereof in the WSDOT /APWA standards shall be modified to read "City of Renton," unless
specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT /APWA standards shall be detected and the
measurement and payment provisions of Section 1- 09.14, Measurement and Payment (added herein) shall
govern.
22. A soils investigation has not been performed for this. The Bidders shall familiarize themselves adequately with the
project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder
may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for
protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the
satisfaction of the City.
23. Bidder's Responsibility
It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in
their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact
the City of Renton to obtain the missing documents prior to bid opening time.
• Have you submitted, as part of your bid, all documents marked in the index as `Submit With Bid'?
• Has bid bond or certified check been enclosed?
• Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
• Has the proposal been properly signed?
• Have you bid on ALL ITEMS?
• Have you reviewed the Prevailing Wage requirements?
• Have you certified receipt of addenda, if any?
H: \DIVISION.S \UTILITIE.S\ WASTE. WTR\ Kenny2\ Contract_doc \BiDSPEC.DOC \JDH \tb
CITY OF RENTON
WWP -27 -2955
WTR -27 -2955
East Kennydale Sanitary Sewer Infill
Water Main Replacement
CALL FOR BIDS
Sealed bids will be received until 3:00 p.m. April 30, 2002 at the City Clerk's office and will be
opened and publicly read in conference room 511 on the 5b floor, Renton City Hall, 1055 South
1 Grady Way.
The work to be performed within one hundred twenty (120) working days from the date of
commencement under this contract shall include, but not be limited to:
Installation of approximately 3,971 linear feet of 8" diameter PVC sanitary sewer pipes, 2,419 linear
feet of 6" diameter sanitary side sewer pipes, 21 manholes, 3260 linear feet of Ductile Iron 8" water
pipe and fittings, 77 water services and reconnections and associated asphalt street restoration, and
landscape restoration. This work is to take place in 8 streets within a 1- square mile region in the City
of Renton. Excavations for the sanitary sewer will range between 6 feet deep and 20 feet deep.
fThe City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South
Grady Way, Renton, WA 98055. There is a non - refundable fee of $50.00 plus $4.40 Tax (Total
$54.40) for each set. No orders by mail will be accepted. No telephone orders will be accepted.
0
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
Customer Service Counter at the above address or at (425) 430 -7200. If a bidder has any questions
regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way,
Renton, WA 98055 or (425) 430 -7279.
A certified check or bid bond in the amount of five percent (5 %) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non - Discrimination, and Americans with Disability Act Policies shall
apply.
iPublished:
RE- Bidcalh
Bonnie I. Walton, City Clerk
Daily Journal of Commerce April 16, 2002
Daily Journal of Commerce April 23, 2002
t
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond
tin the amount of $ 511 Sbly. 30 which amount is not less than five percent of the
total bid.
Sign here
G rDA, �1 • l D "/ ID
Know All Men by These Presents: Ytti p��6 5u'
That we, Frank Coluccio Construction Company , as Principal, and _
Safeco Insurance Company of America as Surety, are held and firmly bound unto the
City of Renton, as Obligee, in the penal sum of *Five Percent (57) Of The Total Amount Bid*
5% Dollars, for the payment of which the Principal and the Surety bind themselves,
their heirs, executors, administrators, successors and assigns, jointly and severally, by
these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for East Kennydale Sanitary Sewer Infill & Water Main Replacement according
to the terms of the proposal or bid made by the Principal therefor, and the Principal shall
duly make and enter into a contract with the Obligee in accordance with the terms of
said proposal or bid and award and shall give bond for the faithful performance thereof,
with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of
failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified
rin the call for bids, then this obligation shall be null and void; otherwise it shall be and
remain in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 30th DAY OF April , 2002
Frank Coluccio Construction Company
1 B `
Princip l�k S•G w Sc��
Safeco Insurance Company of America
B
Surety Anne E. Strieby, torney -•It1 act
Received return of deposit in the sum of $
H: \DIVISION.S \UTILITIE.S\ WASTE. WTR \Kenny2 \Contract_doc \BI DSPEC.DOCV DH \tb
SAFECO INSURANCE COMPANY OF AMERICA
S A F E C O® POWER GENERAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
No. 9562
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby
appoint
" " " "'W. J. MCCOY; PAULA M. MCCOY; JAMES B. BINDER; ANNE E. STR[EBY; GARY R. STONE; PATRICK DWAYNE DAVID; RANDALL K. BONAVENTURE;
DIANNE JUDICE; WENDY ARCEMENT; Seattle,
its true and lawful attomey(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character
issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
this 14th day of March 2002
41.4- a-e-1
R.A. PIERSON, SECRETARY MIKE M GAVICK, PRESIDENT
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in- fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of- attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the
' foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and
Attorney correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
S- 0974 /SAEF 2/01
r
this 3 (� - 4— day of j2S,p j_
9
SEAL'
X
R.A. PIERSON, SECRETARY
® A registered trademark of SAFECO Corporation
03/14/2002 PDF
CITY OF RENTON
WWP -27 -2955 & WTR -27 -2955
(Proiect Number)
EAST KENNYDALE SANITARY SEWER INFILL & WATER MAIN REPLACEMENT
(Proiect Name)
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
' The undersigned hereby certify that the bidder has examined the site of the proposed work and
have read and thoroughly understand the plans, specifications and contract governing the work
embraced in this improvement, and the method by which payment will be made for said work,
' and hereby propose to undertake and complete the work embraced in this improvement, or as
much thereof as can be completed with the money available, in accordance with the said plans,
specifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions,
and total amount of bid should be shown. Show
' unit prices both in writing and in figures.)
The undersigned certifys and agrees to the following provisions:
NON - COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing
' proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or
on behalf of any person not therein named, and further, that the deponent has not directly
induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or
' any other person or corporation to refrain from bidding, and that deponent has not in any
manner sought by collusion to secure to himself or to any other person any advantage over other
Bidder or Bidders.
' AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI -TRUST CLAIMS TO PURCHASER
' Vendor and purchaser recognize that in actual economic practice overcharges resulting from
anti -trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns
to purchaser any and all claims for such over - charges as to goods and materials purchased in
connection with this order or contract, except as to overcharges resulting from anti -trust
violations commencing after the date of the bid, quotation, or other event establishing the price
under this order or contract. In addition, vendor warrants and represents that such of his
suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the
aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
H:forms/envrmtaUenvirpoUbh
I
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or
mechanic employed in the performance of such work; not less than the prevailing rate of wage or
not less than the minimum rate of wages as specified in the principal contract: that I have read
the above and foregoing statement and certificate, know the contents thereof and the substance
as set forth therein is true to my knowledge and belief.
1 FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI -TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
1 Luc cmm = Ium COMEW
Fil
Name of Bidder's Firm
Printed
Name ::5�liilrl
Signat re
Address: 9600 MARTIN LLTHER KING 7R_ WAY. so,
SEATTLC. WASHINGTON 981.18
1 Names of Members of Partnership:
fl
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
rron Ic apt o"re a)
uli"A In*
9600 MARTIFOLUTHER KING JR. WAY, -SO.
SEATTLE. WASHINGTON, 98118
Subscribed and sworn to before me on this day of � , 20DA.
A. NA
��`��1►� ••'' 10N Notary Public in and for the State of
v NpTAR� Washington
1 H:forms 1envrmta1/envirpoVbh
e
Notary (Print) yt /S
s0 Pl/6��G My appointment expires: 2-
,f' �.
''�Z' �wA %`
�''�uuultt %a�`�
I Page 1
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
EAST KENNYDALE SANITARY SEWER INFILL AND WATER MAIN
REPLACEMENT
(Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail.)
ITEM
APPROX.
ITEM WITH UNIT PRICED BID
UNIT PRICE
AMOUNT
NO. QUANTITY
(Unit Prices to be Written in Words)
Dollars Cts.
Dollars Cts.
001.
1
Mobiliz tion & Demobili ati n
Lump Sum
$SI
•OO
`� o��.OD
L w
p p Sum Words)
figures
002.
1
Trench Excavation Safety Systems
Lump Sum
$ oilli `GS.�1- d4ifz q�s ,�
l ODD • OR
` QOQ• Dp
per Lump Sum (words)
figures
003.
1
Surveyin , Staking, and As -Buil
Lump Sum
OOO 00
AP,AW,Or
'
per Lum Sum words)
figures
004.
1
Traffic Control
/
Lump Sum
/
$T•Gry k1& .'lj &x•� 0 G4l
/ Pow o0
is' 000. 00
'
per Lump Sum (words)
figures
'
005.
1
Lump Sum
Temporary Erosion /Sedimentation Controls
$
Ooa AV
'e AD
per Lump Sum (words)
figures
'
006.
1
Lump Sum
Landscape Restoratio
rVq
3f OOO.Ag
31 PRO. 'op
per Lump Sum (words)
figures
'
007.
12
Re- establish existin M nurn s
Each
$
l.�oD
per Each (words) KO
s
figures
'
008.
3,998
TV Inspection of Sanitary Sewers
!I 0 O
3 �a
Linear Foot
$ D ��0� /�� y�� G,p�•�
O
D
per Linear Foot (words)
figures
009.
3,096
8" PVC ewer and Cleanout
Pip
5'P
Linear Foot
$
.j
%5"1 S ®O• AD
'
a 6V
per Line Foot (words)
figures
010.
902
Linear Foot
8" C900 PVC Sewer Pi e
vr,S 1�0
Y'q 41O.00
'
$
figures
per Lineo Foot (words)
011.
1,553
6" PVC Side S wer Pipe
*I
6z � ?-�D• RV
Linear Foot
$
JP�
'
per ine Foot Two
figures
012.
866
Linear Foot
6" C90-0 PVC Side Sewer ipe
$
ys o0
38 0.00
per Linfdr Foot (words)
figures
I Page 1
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
EAST KENNYDALE SANITARY SEWER INFILL AND WATER MAIN REPLACEMENT
(Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail.)
EM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
013.
17
48" Sanitary Sewer Manhole
'
Each
per Eac (words Hp G,vrpbr
A $pp, a0
figures
1'7
014.
4
54" Sanitary Sewer Manhole
Each
L".0—V�,n �� s
3 vav, nt%
!� �v� • oD
per Each '(words)
figures
'
015.
7
Each
Connect New Sewer to Existing Sewer Facili
$
l#00• Pp
R0
figures
per Each (words) jv4p
016.
3,260
Linear Foot
8" ductile ron ipe, Cl 52 oly wrapped & Fittings
$ —
3.00
1%� APP, AP
figures
per Line /r Foot ( or s)
'
017.
43
Linear Foot
6" ductile iron pipe, Cl 53, Poly Wrapped & Fitt' gs
$ 6'
4fi, 0>7
'
018.
17
Each
figures
�jr ,
per Lin r Foo (words )'
8" gate valve a sembly
$
'
figures
per Each (words)
019.
11
Each
Fire Hydrant Assembly
$
'
per Each (words) yp
figures
'
020.
72
Each
3/4" Water Service Co nectio
$ f ,i s, - I J. al-,Alv G
per Each —(words)
-5AP -W
figures
6 APIA DD
021.
5
Each
3/4" Water Service Connection Ino meter)
$ '-
p • G�
,'� �QQ. OD
per Each wor s)
figures
'
022.
1
Each
V. Air-Release Valve
$ Z
f�D.OD
l 100.0P
figures
per Eac words) y��
'
023.
4
Each
2" Permanent Blow -off Assembly
$ Q AJ, mv
PAR ,Pp
Gpp. 'Pip
per Each (words)
figures
024.
9
Each
Connection to Existing W er Main
$
/ sa , RR
pef Each (words) nd cf
figures
I Page 2
t
1
1
1
1
1
1
t
1
1
1
1
1
1
1
1
1
1
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
EAST KENNYDALE SANITARY SEWER INFILL AND WATER MAIN REPLACEMENT
(Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail.)
TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
025.
1
Furnish & Install 16 "x8" Wet Tap ing Gate Valv
Each
$�6W_ .,- tvasrtr�� �o172 y1D GB1Zf=
per Each (words)
026.
1
Each
Furnish & Install 12 "x8" Wet Tapping at alve
Am-
per Each (words)
027.
26
Concrete Thrus Blt & Dead -man Blocks
Cubic yard
$
per 1116i a-rd' (words)
028.
1
Removal of Existing Fire Hydrants, Valy Box s and
Lump Sum
$
per Lump Sum (words) IN's y�0
029.
500
Removal and Replace ent of Unsuit ble Foundation
Ton
$ zGY rL17 L�
per Ton (words)
030.
2,000
Select Imported Trench Backfill
Ton
$ n/t� f R'" Y19 G
per Ton (words)
031.
8,922
As hal ass B (Ro d Rebuild) Paving Incl. CSTC
Sq. Yard
$
per Square Yard wor s)
032.
1,313
Asphalt Cla s B Patch Inc C C
Sq. Yard
Aft
per Squar and (words)
033.
4,814
Asphalt Overlay -1/2" Thick
Sq. Yard
$
per Square and (words)
034.
483
Sq. Yard
As halt Grin n
$V�
per Square Yard (words)
035.
1
Lump Sum
Replace Pavement Markings and Traffic Buttons
WI> 7�i�✓��.e?�/VG fs�� �GY
per Guaio Sum (words)4gj h'P
Page 3
3, Pff'W 1 3,W0. v'P
Asoo, vD
figures
9v, vy vgv. oa
figures
M
res
7.14V -3 Svo.ov
figures
67, PP I !O 00�l. OD
figures
1 S, v0 1 1111P.544-00
S. AP I X70. qo
icqures
1a.vp 83v.pp
figures
�Ap oo 1 a Sv©. olv
igures
E
i
1
i
i
1
1
1
1
1
1
1
1
l
1
1
NO.
036.
037.
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
EAST KENNYDALE SANITARY SEWER INFILL AND WATER MAIN REPLACEMENT
(Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail.)
APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
262
Sq. Yard
612
Linear Foot
Remove nd ep ce Sidewal & Driveway
per Squ a Yard (words)
Remov yd Repla b & Gutter ]�� e""—
per Linear Foot (words)
Page 4
Subtotal
8.8% Sales Tax
Total
cures
• 1W
fa, AR
q`& $07,t�
83, 319. D;
1
BOND TO THE CITY OF RENTON Bond No. 6165084
KNOW ALL MEN BY THESE PRESENTS:
' That we, the undersigned Frank Coluccio Construction Company
' Safeco Insurance Company
as principal, and of America corporation organized and existing under the
laws of the State of Washington as a surety corporation, and qualified under the laws of the
State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are
' jointly and severally held and firmly bound to the City of Renton in the penal sum of * for
the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person
representatives, as the case may be.
*One Million Thirty Thousand One Hundred Twenty -Six & 02/100 ($1,030,126.02)
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City
of Renton.
' Dated at , Washington, this _3d day of , 2002.
Nevertheless, the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Public Works Construction Contract CAG -02 -034 providing for
construction of East Kennydale Sanitary Sewer Infdl & Water Main Replacement
the principal is required to furnish a bond for the faithful performance of the contract; and
' WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work
therein provided for in the manner and within the time set forth;
1
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth, or within such extensions of time as may be granted under said
contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall
hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of
any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said
work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of
failure of performance as specified in the contract or from defects appearing or developing in the material or
workmanship provided or performed under the contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain
in full force and effect.
Frank Coluccio Construction Company
Principal
4;�a
Signature Nick Coluccio
Vice President
Title
Safeco Insurance Company of America
Surety
Signature
Anne E. Strieby, Attorney -In -Fact
Title
Approved by Larry Warren 2/14,92
\\CENIRAL\SYS2\DEPTS\PBPW\ DIVISION. S\ U7R nIE.S \WASTE.WTR\Kenny2\Contraci doc\BIDSPEC.DOCUDHVb
t '-
I,� S A F EC Or OF ATTORNEY
IKNOW ALL BY THESE PRESENTS:
C'
I
I
J
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
No. 9562
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby
appoint
sskk # ## ##W J MCCOY; PAULA M. MCCOY; JAMES B. BINDER; ANNE E. STRIEBY; GARY R. STONE; PATRICK DWAYNE DAVID; RANDALL K. BONAVENTURE;
DIANNE JUDICE; WENDY ARCEMENT; Seattle, Washington #� # #kkkk FI I #y kk1 kkkkk###### ikiii# ik###### i## ik # # #k #i # #i # # # #kkkikk ## #k # ;i #kk #iii # #kkk ###i # #iiik # # # #i #kk
its true and lawful attome s n -fad, with full authority to execute on its behalf fidelity and sure bonds or undertakings and other documents of a similar Y(N ty ty surety g character
issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
this 14th day of March 2002
R.A. PIERSON, SECRETARY
CERTIFICATE
4 V-*- C ,
MIKE M GAVICK, PRESIDENT
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys - in-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of- attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power- of- attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the
foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and
correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
0
SEAL
a,,� lJ5
At
S- 0974 /SAEF 2/01
this Ou
corrm
SEAL
X
of
day of ciao z .
R.A. PIERSON, SECRETARY
® A registered trademark of SAFECO Corporation
03/14/2002 PDF
IContracts other than Federal -Aid FHWA
' CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this �.'�Q day of , 20-,�2& by and
' between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "CITY" and Frank Coluccio hereinafter referred to as
"CONTRACTOR." Construction Company
' WPTNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within one hundred twenty [120] working
' days from date of commencement hereof as required by the Contract, of which this agreement is a
component part) perform all the work and services required to be performed, and provide and
furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation
services necessary to perform the Contract, and shall complete the construction and installation
work in a workmanlike manner, in connection with the City's Project identified as CAG -02 -034 for
improvement by construction and installation of: East Kennydale Sanitary Sewer Infill & Water
' Main Replacement.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
' strict conformity with the plans and specifications, including any and all addenda issued by the City
and all other documents hereinafter enumerated, and in full compliance with all applicable codes,
ordinances and regulations of the City of Renton and any other governmental authority having
' jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished and the construction
installation performed and completed to the satisfaction and the approval of the City's Public Works
Director as being in such conformity with the plans, specifications and all requirements of or
' arising under the Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
' agreement, consists of the following documents, all of which are component parts of said Contract
and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached.
'
a)
This Agreement
b)
Instruction to Bidders
c)
Bid Proposal
d)
Specifications
e)
Maps and Plans
f)
Bid
g)
Advertisement for Bids
'
h)
Special Provisions, if any
i)
Technical Specifications, if any
1
I\\ CENTRAL \SYS2\DMMVBPW\DIVISION.S\UTII M.S\ WASTE. WTR\ Kenny2 \Contract_doc\BIDSPEC.DOC\TDH\tb
IContracts other than Federal -Aid FHWA
' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as
will insure its completion within the time specified in this Contract, or any extension in writing
thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a
' bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver
shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors
should violate any of the provisions of this Contract, the City may then serve written notice upon
him and his surety of its intention to terminate the Contract, and unless within ten (10) days after
' the serving of such notice, such violation or non - compliance of any provision of the Contract shall
cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the
expiration of said ten (10) day period, cease and terminate in every respect. In the event of any
' such termination, the City shall immediately serve written notice thereof upon the surety and the
Contractor and the surety shall have the right to take over and perform the Contract, provided,
however, that if the surety within fifteen (15) days after the serving upon it of such notice of
termination does not perform the Contract or does not commence performance thereof within thirty
(30) days from the date of serving such notice, the City itself may take over the work under the
Contract and prosecute the same to completion by Contract or by any other method it may deem
' advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the
City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it
so elects, may, without liability for so doing, take possession of and utilize in completing said
' Contract such materials, machinery, appliances, equipment, plants and other properties belonging to
the Contractor as may be on site of the project and useful therein.
I 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
u
1
1
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason
of any work arising under or in connection with the Contract to be performed hereunder, including
loss of life, personal injury and/or damage to property arising from or out of any occurrence,
omission or activity upon, on or about the premises worked upon or in any way relating to this
Contract. This hold harmless and indemnification provision shall likewise apply for or on account
of any patented or unpatented invention, process, article or appliance manufactured for use in the
performance of the Contract, including its use by the City, unless otherwise specifically provided
for in this Contract.
In the event the City shall, without fault on its part, be made a party to any litigation commenced by
or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all
costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such
litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees
that may be incurred or paid by City in the enforcement of any of the covenants, provisions and
agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the
City, from claims, demands or suits based solely upon the conduct of the City, its officers or
employees and provided further that if claims or suits are caused by or result from the concurrent
negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and
employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with
respect to claims or suits based upon such concurrent negligence shall be valid and enforceable
only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or
employees.
\\CENTRA \SYS2\DEVIWBPW\DIVISION.S\Lrrg 1E.S\ WASTE. WTR\ Kenny2 \Contract_doc\BIDSPEC.DOCVDH\tb
IContracts other than Federal -Aid FHWA
6) Any notice from one party to the other party under the Contract shall be in writing and shall be
dated and signed by the party giving such notice or by its duly authorized representative of such
party. Any such notice as heretofore specified shall be given by personal delivery thereof or by
' depositing same in the United States mail, postage prepaid, certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after
Contract final execution, and shall complete the full performance of the Contract not later than one
' hundred twenty [120] working days from the date of commencement. For each and every working
day of delay after the established day of completion, it is hereby stipulated and agreed that the
damages to the City occasioned by said delay will be the sum of per Section 1 -08.9 of Standard
' Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid
by the Contractor to the City.
' 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of
any installation provided for by this Contract shall relieve the Contractor of liability in respect to
any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under
' the duty to remedy any defects in the work and pay for any damage to other work resulting
therefrom, which shall appear within the period of one (1) year from the date of final acceptance of
the work, unless a longer period is specified. The City will give notice of observed defects as
' heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be
obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole
cost and expense of Contractor.
' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities
and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data
' pertaining to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the
Contract, including the payment of all persons and firms performing labor on the construction
' project under this Contract or furnishing materials in connection with this Contract; said bond to be
in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such
bond or bonds must be duly licensed as a surety in the State of Washington.
1
1
1
' \ \CEN7RAL \SYS2\DEFMVBPW\DIVISION.S LrIT TIE.S\ WASTE. WM\Kenny2\Contract _doc\BIDSPEC.DOC\TDH\tb
1 Contracts other than Federal -Aid FHWA
11) The total amount of this contract is the sum of _$ 1, 030 ,126:02
'
One million, thirty thousand, one hundred and twenty -six dollars and two cents
' which includes Washington State Sales Tax. Payments will be made to Contractor as specified in
the "General Requirements" and this Contract Document.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by
' its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above - written.
I
1
i
01 p4u-e��
President/P r /Owner Nick Coluccio
Vice President
Joseph J. Coluccio
dba Frank Coluccio Construction Company
�one
0 Individual 13 Partnership
Firm Name
CITY OC�ON
Ma _
ATTEST v
le nk
Ot Corporation Incorporated in STATE Dr- WASWN G LbN
' Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President and
' Secretary must sign the contract, OR if one signature is permitted by corporation by -laws, a copy of the
by -laws shall be furnished to the City and made a part of the contract document.
L
I
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as) and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by
d/b/a and name of the company.
\ XCENTRAL \SYS2\DEVMVBPW\DIVISION.SXLrrU M.S\ WASTE. WTR\Kenny2\Contract _doc\BIDSPEC.DOCUDH\tb
1
r
City of Renton
Human Resources & Risk Management Department
Insurance Information Form
' Contractor /Consultant: cc)u _cfC o
Project Number: Staff Contact:
J
1
Certificate of Insurance indicates the coverages and limits specified in
contract? If no, explain below:
121111,
Yes
❑
No
Is the Commercial General Liability policy form an ISO 1993
Occurrence Form or Equivalent? (If no, attach a copy of the policy with
required coverages clearly identified)
Yes
❑
No
CG 0043 Amendatory Endorsement provide q?* A
❑
Yes
No
CGL General Aggregate provided on a "per project basis" (CG2503) ?*
Yes
❑
No
Additional Insured wording provided?*
LG'
Yes
❑
No
All coverage on a primary basis and non - contributing basis ?*
Yes
❑
No
Waiver of Subrogation Clause applies ?*
Yes
❑
No
Severability of Interest Clause (Cross Liability) applies?
Yes
❑
No
Notice of Cancellation/Non- Renewal amended to 45 days ?*
Yes
❑
No
* To be Shown on certificate of insurance
A Not required if ISO Occurrence form is 1990 or earlier, may also be assumed under contract.
[AM BEST'S RATING FOR CARRIER:
ICGk&±t X Auto & �,V UM b 1 Professional %V
This questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
' declaration pages "FROM awarded bidder prior to execution of contract.
GW ( ` / i Lce � �C.. S�0.r1 n a ✓� 2a ✓ S
Agency /Broker Completed By (Type or Print Name)
' � t alliva, 9
Address Completed By (Signature)
2 - a6 o
Name of persdn to contact Te eph ne number
' NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF
INSURANCE FOR EACH LINE OF COVERAGE
OJ �
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
Frank Coluccio Construction Company hereby confirms and declares that
( Name of contractor /subcon tractor / consultant/supplier)
I. It is the policy of Frank Coluccio Construction Company to offer equal
( Name of contractor/ subcontractor / consultant/supplier)
opportunity to all qualified employees and applicants for employment without regard
to the race, creed, color, sex, national origin, age, disability or veteran status.
II. Frank Coluccio Construction Company complies with all applicable
' (Name of contractor/ subcontractor /consultant/supplier)
federal, state and local laws governing non - discrimination in employment.
II.
When applicable, Frank Coluccio Construction Company
and
(Name of contract or/ subcontrwtor /consultant/supplier)
negotiate with minority and women contractors for the award of subcontracts.
Joseph J. Coluccio
Print Agent/Representative's Name
Vice President
Print Agent/Representative's Title
will seek out
May 21, 2002
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this document(s) with the contract.
1
AC&am CERTIFICATE OF LIABILITY
INSURANCE
DATE 5 /2002)
PRODUCER
PARKER, SMITH & FEEK, INC.
2233112th Avenue N.E.
Bellevue, Washington 98004
Phone: 425 - 709 -3600 Fax: 425 - 709 -7460
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED
FRANK COLUCCIO CONSTRUCTION COMPANY
9600 Martin Luther King Way South
Seattle, Washington 98118 -5693
INSURER A NATIONAL UNION FIRE INS. CO. OF PITTSBURGH, PA
INSURER B NATIONAL UNION FIRE INS. CO. OF PITTSBURGH, PA
INSURER C: NATIONAL UNION FIRE INS. CO. OF PITTSBURGH, PA
INSURER D: NATIONAL UNION FIRE INS. CO. OF PITTSBURGH, PA
INSURER E:
' COVERAGES
C
n
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MWDD/YY)
POLICY EXPIRATION
DATE MWDD/YY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
FIRE DAMAGE (Any one fire)
$ 100,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE FX ] OCCUR
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1,000,000
A
GL 933 -16 -77
07/01/2001
07/01/2002
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS- COMP /OP AGG
$ 2,000,000
POLICY X PRCO -- LOC
AUTOMOBILE
X
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
BODILY INJURY
(Per person)
$
B
ALL OWNED AUTOS
SCHEDULED AUTOS
HIREDAUTOS
NON -OWNED AUTOS
CA 826 -09 -31
07/01/2001
07/01/2002
X
BODILY INJURY
(Per accident)
$
X
4Li�
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY – EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
AUTO ONLY: AGG
$
EXCESS LIABILITY
EACH OCCURRENCE
$ 1,000,000
X OCCUR F—] CLAIMS MADE
AGGREGATE
$ 1,000,000
C
BE 8713964
07/01/2001
07/01/2002
$
$
�::] DEDUCTIBLE
$
X RETENTION $ 10,000
GATION AND
EMPLOYERS' LIABILITY
WC STATU-
TORY LIMITS
X
OTH-
ER
E.L. EACH ACCIDENT
$ 1,000,000
D
WASHINGTON STOP GAP
GL 933 -16 -77
07/01/2001
07/01/2002
E.L. DISEASE - EACH EMPLOYEE
$ 1,000,000
E.L. DISEASE – POLICY LIMIT
$ 1,000,000
OTHER
$
Is
DESCRIPTION OF OPERATIONS /LOCATIONSfVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
East Kennydale Sanitary Sewer Infill and Water Main Replacement. The City of Renton, its officers, officials, agents, employees and
volunteers are included as Additional insured per Endorsement attached and coverage is primary and non - contributory per form CG0001,
Edition Date 07/98 (page 8 of 12) attached. Waiver of Subrogation applies to General Liability per Endorsement CG2404, Edition Date 10/93
attached. Severability of Interest clause included.
CERTIFICATE HOLDER I X I ADDITIONAL INSURED: INSURER LETTER:
CITY OF RENTON
Planning/Building/Public Works Dept.
1055 South Grady Way
Renton, WA 98055
ACORD 25 -S (7/97)
' COL6MCERT01(M2)
CANCELLATION -TU QayS Tor non - payment oT premlun
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL
fi9D&AV49i1i4O MAIL 45' DAYS WRITTEN NOTICE TO THE CERTIFICATE
HOLDER NAMED TO THE LEFT,
OR RF.PRMRF�
A D EPRESENTATIVE
/li vJ : L_ '
0 ACORD CORPORATION 1988
CERT #82
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate holder in
lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the
issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively
or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
1
t
1
1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ENDORSEMENT #005
This endorsement, effective 12:01 A.M. 07/01/2001 forms a part of Policy
No. GL 933 -16 -77 issued to FRANK COLUCCIO CONSTRUCTION COMPANY
By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA.
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
Name of Person or Organization
Where required by "Insured Contract" and as evidenced by Certificate of Insurance
On File With Company
Name of Person or Organization
Where required by "Insured Contract" and as evidenced by Certificate of Insurance
On File With Company
Section II - Who is an insured, 2. Is amended to add:
e. The person or organization shown in Schedule A., but only with respect to liability
arising out of your ongoing operations performed for that insured. In addition, any
person or organization shown in Schedule B., But only with respect to liability
arising out of "your work" for that insured.
AUTHORIZED REPRESENTATIVE
IPage 8 of 12 Copyright, Insurance Services Office, Inc., 1997 CG 00 01 07 98
1. Bankruptcy
payable unoc, terms of this Coverage Part or
Bankruptcy or insolvency of the insured or of the
that are in excess of the applicable limit of insur-
insured's estate will not relieve us of our obli-
ance. An agreed settlement means a settlement
gations under this Coverage Part.
and release of liability signed by us, the insured
2. Duties In The Event Of Occurrence, Offense,
and the claimant or the claimant's legal repre-
sentative.
Claim Or Suit
a. You must see to it that we are notified as
4. Other Insurance
soon as practicable of an "occurrence" or an
If other valid and collectible insurance is available
offense which may result in a claim. To the
extent possible, notice should include:
to the insured for a loss we cover under Cov-
erages A or B of this Coverage Part, our obliga-
(1) How, when and where the "occurrence"
tions are limited as follows:
or offense took place;
a. Primary Insurance
'
(2) The names and addresses of any injured
This insurance is primary except when b.
persons and witnesses; and
below applies. If this insurance is primary, our
obligations are not affected unless any of the
(3) The nature and location of any injury or
other insurance is also primary. Then, we will
damage arising out of the "occurrence"
share with all that other insurance by the
'
or offense.
method described inc. below.
b. If a claim is madeor "suit" is brought against
b. Excess Insurance
'
any insured, you must:
(1) Immediately record the specifics of the
This insurance is excess over:
claim or "suit" and the date received; and
(1) Any of the other insurance, whether pri-
mary, excess, contingent or on any other
(2) Notify us as soon as practicable.
basis:
'
You must see to it that we receive written
"suit"
(a) That is Fire, Extended Coverage,
notice of the claim or as soon as pra-
Builder's Risk, Installation Risk or
cticable.
similar coverage for "your work ";
'
c. You and any other involved insured must:
(b) That is Fire insurance for premises
(1) Immediately send us copies of any
rented to you or temporarily occupi-
demands, notices, summonses or legal
ed by you with permission of the
papers received in connection with the
";
owner;
'
claim or "suit
(c) That is insurance purchased by you
(2) Authorize us to obtain records and other
to cover your liability as a tenant for
information;
"property damage" to premises rent-
'
(3) Cooperate with us in the investigation or
ed to you or temporarily occupied by
settlement of the claim or defense
you with permission of the owner; or
against the "suit "; and
(d) If the loss arises out of the main-
(4) Assist us, upon our request, in the en-
tenance or use of aircraft, "autos "or
'
forcement of any right against any
watercraft to the extent not subject to
person or organization which may be
exclusion g. of Section I - Coverage
liable to the insured because of injury or
A - Bodily Injury And Property Dam-
'
damage to which this insurance may also
age Liability.
apply.
(2) Any other primary insurance available to
d. No insured will, except at that insured's own
you covering liability for damages arising
1
cost, voluntarily make a payment, assume
any obligation, or incur any expense, other
out of the premises or operations for
which you have been added as an addi-
than for first aid, without our consent.
tional insured by attachment of an
3. Legal Action Against Us
endorsement.
'
No person or organization has a right under this
When this insurance is excess, we will have
no duty under Coverages A or B to defend
Coverage Part:
9
the insured against any "suit" if any other
a. To join us as a party or otherwise bring us
insurer has a duty to defend the insured
into a "suit "asking for damages from an in-
against that "suit ". If no other insurer
'
sured; or
defends, we will undertake to do so, but we
b. To sue us on this Coverage Part unless all of
will be entitled to the insured's rights
against all those other insurers.
its terms have been fully complied with.
When this insurance is excess over other
A person or organization may sue us to recover
insurance, we will pay only our share of the
on an agreed settlement or on a final judgment
amount of the loss, if any, that exceeds the
against an insured obtained after an actual trial;
sum of:
but we will not be liable for damages that are not
IPage 8 of 12 Copyright, Insurance Services Office, Inc., 1997 CG 00 01 07 98
1
H
C�
11
P
P
L
L
r
d
POLICY NUMBER: GL 933-16-77 COMMERCIAL GENERAL LIABILITY
CG 24 04 10 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
WHERE REQUIRED BY "INSURED CONTRACT" AND AS EVIDENCED BY CERTIFICATE OF
INSURANCE ON FILE WITH THE COMPANY.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COM-
MERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following:
We waive any right of recovery we may have against the person or organization shown in the
Schedule above because of payments we make for injury or damage arising out of your ongoing
operations or "your work" done under a contract with that person or organization and included in
the "products- completed operations hazard ". This waiver applies only to the person or organization
shown in the Schedule above.
ICG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 985044540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, workers' wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements is provided on the Benefit Code Key.
I KING couNTr
Page 1
Effective 03-03-02
�* a, �#* ��,► �* �, �, ��r, �** �x�r�r *,�x�r�r��� *� * *�r+����,�,�� *ter
(See Benefit Code Key)
Over
PREVAILING
Time
Holiday
Note
Classification
WAGE
Code
Code
Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
$29.67
1M
51)
BOILERMAKERS
JOURNEY LEVEL
$38.71
16
5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
$35.37
1M
5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
$11.71
1
CARPENTERS
ACOUSTICAL WORKER
$35.31
1M
5D
BRIDGE, DOCK AND WARF CARPENTERS
$35.15
IM
5D
CARPENTER
$35,15
1M
5D
CREOSOTED MATERIAL
$3525
1M
5D
DRYWALL APPLICATOR
$34.94
1M
51)
FLOOR FINISHER
$38,28
1M
5D
FLOOR LAYER
$3528
IM
5D
FLOOR SANDER
$35.28
1M
5D
MILLWRIGHT AND MACHINE ERECTORS
$36.15
IM
5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
$35,35
1M
51)
SAWFILER
$3528
1M
5D
SHINGLER
$35,28
1M
5D
STATIONARY POWER SAW OPERATOR
$35,28
1M
5D
STATIONARY WOODWORKING TOOLS
$35.28
1 M
5D
CEMENT MASONS
JOURNEY LEVEL
$36.15
IM
5D
DIVERS & TENDERS
DIVER
$75.57
1M
5D
8A
DIVERTENDER
$37.85
1M
5D
DREDGE WORKERS
ASSISTANT ENGINEER
$35.67
16
5D
8L
ASSISTANT MATE (DECKHAND)
$3523
113
5D
8L
BOATMEN
$35,67
1B
5D
8L
ENGINEER WELDER
$35.72
1B
5D
8L
LEVERMAN, HYDRAULIC
$37.11
16
5D
8L
MAINTENANCE
$35,23
113
5D
8L
MATES
OILER
$35.67
$35.33
113
16
5D
5D
8L
8L
DRYWALL TAPERS
JOURNEY LEVEL
$34.92
1.1
5B
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
$18.69
1
Page 1
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING
Time
Holiday Note
Classification
WAGE
Code
Code Code
ELECTRICIANS - INSIDE
CABLE SPLICER
$45.65
113
6H
CABLE SPLICER (TUNNEL)
$62.70
1D
6H
CERTIFIED WELDER
$43.99
1D
6H
CERTIFIED WELDER (TUNNEL)
$60.27
1D
6H
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
$23.33
$42.33
1 D
1D
6H
6H
JOURNEY LEVEL (TUNNEL)
$57.83
1 D
6H
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
$15.37
2A
6C
JOURNEY LEVEL
$14.69
2A
6C
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER
$44.01
4A
5A
wa
CERTIFIED LINE WELDER
$40.40
4A
5A
GROUNDPERSON
$29.62
4A
5A
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
$31.13
$40.40
4A
4A
5A
5A
JACKHAMMER OPERATOR
$31.13
4A
5A
JOURNEY LEVEL LINEPERSON
$40.40
4A
5A
LINE EQUIPMENT OPERATOR
$34.44
4A
5A
AI
POLE SPRAYER
$40.40
4A
5A
POWDERPERSON
$31.13
4A
5A
ELECTRONIC S TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL
$12.07
1
ELEVATOR CONSTRUCTORS
CONSTRUCTOR
$31.29
4A
60
MECHANIC
$42.25
4A
6Q
MECHANIC IN CHARGE
$46.63
4A
60
PROBATIONARY CONSTRUCTOR
$16.27
4A
60
FABRICATED PRECAST CONCRETE PRODUCTS
ARCHITECTURAL AND PRESTRESSED CONCRETE - All Classifications
$11.05
1
ALL OTHER CONCRETE PRODUCTS - Carpenter
$18.77
1B
6S
ALL OTHER CONCRETE PRODUCTS - Clean -up
$17.99
1B
6S
ALL OTHER CONCRETE PRODUCTS - Fabricator
$1824
113
6S
ALL OTHER CONCRETE PRODUCTS - Gunite
$1824
1 B
6S
ALL OTHER CONCRETE PRODUCTS - Maintenance
$18.77
113
6S
ALL OTHER CONCRETE PRODUCTS - Operator
$1824
16
6S
me
ALL OTHER CONCRETE PRODUCTS - Welder
$1824
1B
6S
ALL OTHER CONCRETE PRODUCTS - Wet Pour
$17.99
1B
6S
ALL OTHER CONCRETE PRODUCTS - Yard Patch
$17.99
1 B
6S
FENCE ERECTORS
FENCE ERECTOR
$24.62
1
FLAGGERS
JOURNEY LEVEL
$24.99
1M
5D
GLAZIERS
JOURNEY LEVEL
$35.96
2E
5G
HEAT A FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
$35.93
1F
5C
HEATING EQUIPMENT MECHANICS
MECHANIC
$18.45
1.1
5A
HOD CARRIERS 8 MASON TENDERS
JOURNEY LEVEL
$30.15
1M
5D
Page 2
L
0
0
u
Hili.
0
H
Cl
0
C
C
L
L
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
$15.65
1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
$9.07
1
INLAND BOATMEN
ASSISTANT ENGINEER
$30.70
1K
5D
CHIEF ENGINEER
$31.57
1K
5D
COOK
$26.58
1K
5D
DECK ENGINEER, ABLE SEAMAN, OILER
$26.58
1K
5D
DECKHAND
$26.17
1K
5D
FIRST MATE
$30.80
1K
5D
MASTER
$33.74
1K
5D
MATE, LAUNCH OPERATOR
$28.83
1K
5D
MESSMAN
$21.96
1K
513
ORDINARY SEAMAN
$23.28
1K
5D
INSPECTIONICLEANINGISEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
$9.73
1
GROUT TRUCK OPERATOR
$11.48
1
HEAD OPERATOR
$12.78
1
TECHNICIAN
$6.90
1
TV TRUCK OPERATOR
$10.53
1
INSULATION APPLICATORS
JOURNEY LEVEL
$35.15
IM
5D
IRONWORKERS
JOURNEY LEVEL
$37.17
16
5A
LABORERS
ASPHALT RAKER
$30.15
1M
5D
BALLAST REGULATOR MACHINE
$29.67
IM
5D
BATCH WEIGHMAN .
$24.99
1M
5D
CARPENTER TENDER
$29.67
IM
5D
CASSION WORKER
$30.51
1M
5D
CEMENTDUMPERIPAVING
$30.15
1M
513
CEMENT FINISHER TENDER
$29.67
1M
5D
CHIPPING GUN (OVER 30 LBS)
$30.15
1M
5D
CHIPPING GUN (UNDER 30 LBS)_
$29.67
1M
5D
CHUCK TENDER
$29.67
1M
5D
CLEAN -UP LABORER
$29.67
1M
5D
CONCRETE FORM STRIPPER
$29.67
IM
5D
CONCRETE SAW OPERATOR
$30.15
IM
5D
CRUSHER FEEDER
$24.99
1M
5D
CURING LABORER
$29.67
1M
5D
DEMOLITION, WRECKING 8 MOVING (INCLUDING CHARRED MATERIALS)
$29.67
1 M
5D
DITCH DIGGER
$29.67
1M
5D
DIVER
$30.51
1M
5D
DRILL OPERATOR (HYDRAULIC, DIAMOND)
$30.15
1M
5D
DRILL OPERATOR, AIRTRAC
$30.51
IM
5D
DUMPMAN
$29.67
1M
5D
FALLERBUCKER, CHAIN SAW
$30.15
1M
`D
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT
$22.67
1M
5D
constriction debris cleanup)
FINE GRADERS
$29.67
1M
5D
Page 3
KING COUNTY
Effective 03-03-02
-
(See Benefit Code Key)
Over
PREVAILING
Time
Holiday Note
Classification
WAGE
Code
Code Code
FIRE WATCH
$29.67
1M
5D
FORM SETTER
$29.67
1 M
5D
GABION BASKET BUILDER
$29.67
1M
5D
GENERAL LABORER
$29.67
1M
5D
GRADE CHECKER & TRANSIT PERSON
$30.15
1M
5D
GRINDERS
$29,67
1M
513
GROUT MACHINE TENDER
$29.67
1M
5D
HAZARDOUS WASTE WORKER LEVEL A
$30.51
1M
5D
HAZARDOUS WASTE WORKER LEVEL B
$30.15
1M
5D
HAZARDOUS WASTE WORKER LEVEL C
$29.67
1 M
5D
HIGH SCALER
$30.51
1M
5D
HOD CARRIER/MORTARMAN
$30.15
1M
5D
JACKHAMMER
$30.15
1M
513
LASER BEAM OPERATOR
$30.15
1M
5D
MINER
$30.51
1M
5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
$30.15
1M
5D
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
$30.15
1M
5D
PILOT CAR
$24.99
1M
5D
PIPE RELINER (NOT INSERT TYPE)
$30.15
1M
513
PIPELAYER & CAULKER
$30.15
1M
5D
PIPELAYER & CAULKER (LEAD)
$30.51
1M
5D
PIPEWRAPPER
$30.15
1M
5D
POTTENDER
$29.67
1M
5D
POWDERMAN
$30.51
1M
5D
POWDERMAN HELPER
$29.67
1M
5D
POWERJACKS
$30.15
1M
5D
RAILROAD SPIKE PULLER (POWER)
$30.15
1M
5D
RE- TIMBERMAN
$30.51
1M
5D
RIPRAP MAN
$29.67
1M
5D
SIGNALMAN
$29.67
1M
5D
SLOPER SPRAYMAN
$29.67
1M
5D
SPREADER (CLARY POWER OR SIMILAR TYPES)
$30.15
1M
5D
SPREADER (CONCRETE)
$30.15
1M
5D
STAKE HOPPER
$29.67
1M
5D
STOCKPILER
$29.67
1M
5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS
$30.15
1M
5D
TAMPER (MULTIPLE & SELF PROPELLED)
$30.15
1M
513
TOOLROOM MAN (AT JOB SITE)
$29.67
1M
5D
Wa
TOPPER- TAILER
$29.67
1M
`D
TRACK LABORER
$29.67
1M
5D
TRACK LINER (POWER) w
$30.15
1M
513
TUGGER OPERATOR
$30.15
1M
5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
$29.67
1M
5D
VIBRATOR
$30.15
1M
5D
WELDER
$29.67
1M
5D
WELL -POINT LABORER
$30.15
1M
5D
LABORERS - UNDERGROUND SEWER & WATER
GENERALLABORER
PIPE LAYER
$29.67
$30.15
1M
1M
5D
5D
Page 4
KING couNTv
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING
Time
Holiday
Note
Classification
WAGE
Code
Code
Code
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS
$11.07
1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS
$10.63
1
LANDSCAPING OR PLANTING LABORERS
$8.42
1
LATHERS
JOURNEYLEVEL
$34.94
1M
5D
'
MACHINISTS (HYDROELECTRIC SITE WORK)
MACHINIST
$16.84
1
METAL FABRICATION (IN SHOP)
FITTER
$15.86
1
LABORER
$9.78
1
MACHINE OPERATOR
$13.04
1
PAINTER
$11.10
1
WELDER
$15.48
1
MODULAR BUILDINGS
CABINET ASSEMBLY
$11.56
1
ELECTRICIAN
$11.56
1
EQUIPMENT MAINTENANCE
$11.56
1
PLUMBER
PRODUCTION WORKER
$11,56
$9.26
1
1
TOOL MAINTENANCE
$11.56
1
UTILITY PERSON
$11.56
1
WELDER
$11.56
1
PAINTERS
JOURNEY LEVEL
$28.63
2B
5A
PLASTERERS
JOURNEY LEVEL
$35.63
1R
5A
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL
PLUMBERS 3 PIPEF17TERS
$8.42
1
JOURNEY LEVEL
$44.76
1G
5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS
$33.59
IT
5D
81.
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER)
$36.05
IT
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD)
$36.49
IT
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS)
$36.99
IT
5D
8L
BACKHOES, (75 HP & UNDER)
$35.69
IT
5D
8L
BACKHOES, (OVER 75 HP)
$36.05
IT
5D
8L
BARRIER MACHINE (ZIPPER)
$36.05
IT
5D
8L
BATCH PLANT OPERATOR, CONCRETE
$36.05
IT
5D
8L
BELT LOADERS (ELEVATING TYPE)
$35.69
IT
5D
8L
BOBCAT
$33.59
IT
5D
8L
BROOMS
$33.59
IT
5D
8L
BUMP CUTTER
$36.05
IT
5D
8L
CABLEWAYS
$36.49
IT
5D
8L
CHIPPER
COMPRESSORS
$36.05
$33.59
IT
IT
5D
5D
8L
8L
CONCRETE FINISH MACHINE - LASER SCREED
$33.59
IT
5D
8L
CONCRETE PUMPS
$35.69
IT
5D
8L
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT
$36.05
IT
5D
8L
CONVEYORS
$35.69
IT
5D
8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS
$35.69
IT
5D
8L
Page 5
KING COUNTY
Effective 03-03 -02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, 20 - 44 TONS, WITH ATTACHMENTS
$36.05
IT
5D
8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB
$36.49
IT
5D
8L
WITH ATACHMENTS)
CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB
$36.99
IT
5D
8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB
$37.49
IT
5D
8L
WITH ATTACHMENTS)
CRANES, A FRAME, 10 TON AND UNDER
$33.59
IT
5D
8L
CRANES, A- FRAME, OVER 10 TON
$35.69
IT
5D
8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH
$37.99
IT
51D
8L
ATTACHMENTS
CRANES; OVERHEAD, BRIDGE TYPE (20 - 44 TONS)
$36.05
IT
5D
8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS)
$36.43
IT
51D
8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER)
$36.99
IT
51D
8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM
$36.99
IT
51D
8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM
$37.49
IT
51D
8L
CRUSHERS
$36.05
IT
513
8L
DECK ENGINEERIDECK WINCHES (POWER)
$36.05
IT
513
8L
DERRICK, BUILDING
$36.49
IT
5D
8L
DOZERS, D-9 & UNDER
$35.69
IT
51D
8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT
$35.69
IT
51D
8L
DRILLING MACHINE
$36.05
IT
513
8L
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE
$33.59
IT
5D
8L
EQUIPMENT SERVICE ENGINEER (OILER)
$35.69
IT
5D
8L
FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP
$36.05
IT
51D
8L
FORK LIFTS, (3000 LBS AND OVER)
$35.69
IT
51D
8L
FORK LIFTS, (UNDER 3000 LBS)
$33.59
IT
51D
8L
GRADE ENGINEER
$35.69
IT
51D
8L
GRADECHECKER AND STAKEMAN
$33.59
IT
5D
8L
HOISTS, OUTSIDE (ELEVATORS AND MANUFTS), AIR TUGGERS
$35.69
IT
51D
8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR
$35.69
IT
5D
8L
HORIZONTALIDIRECTIONAL DRILL OPERATOR
$36.05
IT
51D
8L
HYDRALIFTSBOOM TRUCKS (10 TON & UNDER)
$33.59
IT
513
8L
HYDRALIFTS/BOOM TRUCKS (OVER 10 TON)
$35.69
IT
51D
8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD)
$36.49
IT
51D
8L
LOADERS, OVERHEAD (8 YD & OVER)
$36.99
IT
513
8L
LOADERS, OVERHEAD (UNDER-6 YD), PLANT FEED
$36.05
IT
513
8L
LOCOMOTIVES, ALL
$36.05
IT
5D
8L
MECHANICS, ALL
$36.05
IT
5D
8L
MIXERS, ASPHALT PLANT
$36.05
IT
5D
8L
MOTOR PATROL GRADER (FINISHING)
$36.05
IT
5D
8L
MOTOR PATROL GRADER (NON- FINISHING)
$35.69
IT
5D
81.
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD
$36.49
IT
5D
8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
$33.59
IT
5D
8L
OPERATOR
PAVEMENT BREAKER
$33.59
IT
5D
8L
PILEDRIVER (OTHER THAN CRANE MOUNT)
$36.05
IT
5D
8L
PLANT OILER (ASPHALT CRUSHER)
$35.69
IT
5D
8L
POSTHOLE DIGGER, MECHANICAL
$33.59
IT
5D
81.
POWER PLANT
$33.59
IT
5D
8L
PUMPS, WATER
$33.59
IT
5D
8L
QUAD 9, D-10, AND HD-41
$36.49
IT
5D
8L
Page 6
I Page 7
KING COUNTY
Effective 03-03-02
(See
Benefit Code Key)
Over
PREVAILING
Time
Holiday
Note
Classification
WAGE
Code
Code
Code
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING
$36.49
IT
5D
81.
EQUIP
RIGGER AND BELLMAN
$33.59
IT
5D
8L
ROLLAGON
$36.49
IT
5D
8L
ROLLER, OTHER THAN PLANT ROAD MIX
$33.59
IT
5D
8L
ROLLERS, PLANTMIX OR MULTIUFT MATERIALS
ROTO -MILL, ROTO- GRINDER
$35.69
$36.05
IT
IT
5D
5D
8L
8L
SAWS, CONCRETE
$35.69
IT
5D
8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
$36.05
IT
5D
8L
OFF -ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
$36.49
IT
5D
81.
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
$35.69
IT
5D
8L
SCREED MAN
$36.05
IT
5D
8L
SHOTCRETE GUNITE
$33.59
IT
5D
8L
SLIPFORM PAVERS
$36.49
IT
5D
8L
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
$36.05
IT
5D
81.
SUBGRADE TRIMMER
$36.05
IT
5D
81-
TRACTORS, (75 HP & UNDER)
$35.69
IT
513
8L
TRACTORS, (OVER 75 HP)
$36.05
IT
5D
81-
'
TRANSFER MATERIAL SERVICE MACHINE
$36.05
IT
5D
81.
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
$36.49
IT
5D
8L
TRENCHING MACHINES
$35.69
IT
5D
81.
TRUCK CRANE OILERIDRIVER ( UNDER 100 TON)
$35.69
IT
513
8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
$36.05
IT
5D
81.
WHEEL TRACTORS, FARMALL TYPE
$33.59
IT
5D
8L
YO YO PAY DOZER
$36.05
IT
5D
8L
'
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
'
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
$29.97
4A
5A
SPRAY PERSON
$28.35
4A
SA
TREE EQUIPMENT OPERATOR
$28.75
4A
5A
TREE TRIMMER
$26.62
4A
5A
TREE TRIMMER GROUNDPERSON
$19.48
4A
5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
$43.46
1G
5A
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
$1925
1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
$23.47
1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
$36.15
1M
5D
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
$22.18
1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
$26.24
1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
$24.84
2E
5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
$17.60
1
I Page 7
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL LABORERS
JOURNEY LEVEL
$18.12
1
RESIDENTIAL PAINTERS
JOURNEY LEVEL
$14.83
1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
$27.87
1G
5A
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
. JOURNEY LEVEL
$43.46
1G
5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
$2623
1.1
5A
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
$30.60
1B
5A
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
$15.37
1
ROOFERS
JOURNEY LEVEL
$32.53
1R
5A
USING IRRITABLE BITUMINOUS MATERIALS
$35.53
1R
5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
$39.68
1.1
6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
SIGN INSTALLER
$23.36
1
SIGN MAKER
$16.84
1
SIGN MAKERS & INSTALLERS (NON - ELECTRICAL)
SIGN INSTALLER
$17.31
1
SIGN MAKER
$15.61
1
SOFT FLOOR LAYERS
JOURNEY LEVEL
$30.60
1B
5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
$12.44
1
5S
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
$42.48
16
5C
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
$13.23
1
SURVEYORS
CHAIN PERSON
$9.35
1
INSTRUMENT PERSON
$11.40
1
PARTY CHIEF
$13.40
1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
$24.74
2B
5A
HOLE DIGGERIGROUND PERSON
$13.18
2B
5A
INSTALLER (REPAIRER)
$23.66
2B
5A
JOURNEY LEVEL TELEPHONE LINEPERSON
$22.91
2B
5A
SPECIAL APPARATUS INSTALLER 1
$24.74
2B
5A
SPECIAL APPARATUS INSTALLER II
$2421
2B
5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
$24.74
2B
5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
$22.91
2B
5A
TELEVISION GROUND PERSON
$12.42
2B
5A
TELEVISION LINEPERSONNNSTALLER
$17.02
2B
5A
TELEVISION SYSTEM TECHNICIAN
$20.54
2B
5A
TELEVISION TECHNICIAN
$18.33
2B
5A
TREE TRIMMER
$22.91
2B
5A
Page 8
R
�I!
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS)
ASPHALT MIX (OVER 16 YARDS)
DUMP TRUCK
DUMP TRUCK & TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
Page 9
$32.83
1 H
5A
$26.66
1 H
5A
$27.67
1 K
5A
$33.48
IT
5D
8L
$34.06
IT
5D
8L
$33.48
IT
5D
8L
$34.06
IT
5D
81.
$34.06
IT
5D
8L
$23.45
1
$17.71
1
$12.97
1
$17.68
1
BENEFIT CODE KEY - EFFECTIVE 03 -03 -02
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.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, 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 EIGHT (8)
' HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
'
F.
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE MIEES 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 ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
J.
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K.
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L.
ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
'
DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
P.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q.
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE.
R
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY - EFFECTIVE 03 -03-02
-2-
S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6 :OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TABS THE HOURLY
RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) SHALL BE PAID AT ONE AND ONE -
HALF TINES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TAMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TABS 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 TAMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TABS THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TABS THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TAMES THE
HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE.
4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
1
BENEFIT CODE KEY - EFFECTIVE 03-03-02
-3-
5. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7).
H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9).
0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
IL 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. (71/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS.
V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS.
X.. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS
- NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8).
Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,
THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
6. A. PAID HOLIDAYS: NEW '
YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9).
H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY. (8)
6. Q.
S.
T.
U.
V.
W.
X.
8.
BENEFIT CODE KEY - EFFECTIVE 03-03 -02
-4-
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS' DAY.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8).
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).
HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9).
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE (10).
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE CHRISTMAS DAY (10).
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
NOTE CODES
A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175'- $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250'- S5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'- DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: 50.75, 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: 51.00, LEVEL
B: $0.75, LEVEL C: 50.50, AND LEVEL D: 50.25.
P�
61
MI
�I
fl
fl
a =
Department of Labor and Industries
Prevailing Wage STATEMENT OF INTENT
-
POB °x4454° - �� --•- TO PAY PREVAILING WAGES
Olympia WA 98504 -4540
THIS FORM MUST BE TYPTYPED OR.PRINTED IN INK Public Works Contract
Incomplete forms cannot be processed and will be returned without approval. $25.00. Filing Fee Required
Large, bold numbers match instructions on back of form. 2 Project Name Contract p
pksss Wow • M--- — d to ortirq dogs /v pvo mW thus dw dolt o» Depwame momm your lorma
ALL FORMS WILL BE MAILED TO : THIS ADDRESS: Contract Awarding Agency
Organizarion name. address. city, state & ZIP + 4
...................................................................................... ............................... .......... city sure 22P . 4
_ ...... ._ _.. _ ._ ...... ..... ......._ _.......... .. ............ __........ _ ..._. __......... _. County where wort will be perfomted City where work will bepetformed
i
.................. .... ............................... — .-- -- .--•-- °.__..._. ......... .....' Bid due date Date contract awarded
Prime contractor L&I Contr_ Registration No.. Do you inroad to use subcontractors? Do you intend to use apprentices?
Yes I�'� No (ZI Yes ZI No
Indicate total dollar amount of your contract —am- Is
3 Craft/tmde/occupadon 4 Rate of 5 Rare of Hourly 6 Estimated Number
Hourly Pay Fringe Benefits of Workers
I hereby terrify that the above infotmsoon is oorr and that all wo&crs I
8 Company name
employ an this Public Wotits Project will be paid no less than the Prevailing
Wage Rate(s) as dcumtined by the industrial Statisddsa of the Departactt
of Labor and Industries. I understand that contraaom who violate Prevailing
Address
Wage Laws, ie., incor, classification/scope of wort of wo&m, improper
payment of prevailing wages, etc- am subject to fines and/or debarment and
will be required to pay any back wage due to wadcea. RCW 39.12050
try Stye ZIP + 4
% NOTARY: Complete ail 4 copies and notarize each
Phone number
( >
L&1 Conte. Registtauon No.
Subscribed and swum to before me this date:
My commission expires on
Signanrre Title
Notary Public in and for the State
of
Signature
Amount:
Cheep Number.
Issuod By:
For L &I Use Only
APPROVED: Department of Labor and Industries
I- uI
Mvas-
U.e a+tr
By
/�duAria! Sratiaiciaw
WF704029L- ODO.ta a oI mnmt w qy 6.93 0 mibuum: Whi¢ - A.wdM9 Ar=cy C—ry - L.AI Pink -Rime Cmeaeeor Gdd—d - Submnoraaae
Department of Labor and Industries
._ �:
Prevailing Wage AFFIDAVIT OF WAGE _ s PAID
PO Box 44540 . �.
Olympia WA 985044540 Public Works Contract
THIS FORM MUST BE TYPED OR PRINTED IN INK $25.00 Filing Fee Required
Incomplete forms cannor be processed and will be returned without approval
Large, bold ntanbas match instrtttsions on bads of form. n Project Name
NOW aH @ cinema d 10 aaarbrp data Aar taoraaaitap Awn+ rba dar Ira �rsaawromiv" yaw lama `
ALL FORMS WILL BE MAILED TOJ THISADDRESS Contract I
PO Otgar......on name address city. sate ..ZIP +4
i
\ Contract Awarding Agency
__ ....... ............._............__.__ __. __ - Address
_ ... ..._........ City
.......... ..._ ........................ _.......... ...._ ....... ....__. . County where wodc was Pet
P1--
POI 3
pa
od
Pd
P0
Pd_
pa
Pr'
pa
contractor
Date Intent filed
Jute ZIP +
City where wodt was
L&I Contr. Registration No. I Bid due date Date contract awarded I Date wo& completed
Indicate total dollar amount of your contract _;g, I $
I hereby certify that the above informadm is c== and that all workers I
caployed on this Public Wodcs Project were paid no less than the Prvailing
Wage Rates) as determined by the Indusuaal Statistician of the Depart:aeat
of Labor and Industries. I u ndemand that contractors who violate Prevailing
Wage Laws, i-c- incorrect classifintioahcope of we* of wockcm improper
payment of prevailing wages, etc, are subject to fines and/or debarment and
will be required to pay any back wages due to wotkets. RCW 39.12Q50
U NOTARY: Complete all 4 copies and notarize each
......... . .
n Company name
J
Address
City State ZIP + 4
Phone number
/ )
L&I Contr. Registration No.
Subscribed and swore to before me this date:
'MY commission expires on
Signature Title
Notary Public in and for the State
of
—J
Signature
A,n�ut:
check Number
Issued By:
For L&I Use Only
CERTIFIED: Department of Labor and Industries
By
Fv LAI
Mau3-
U.. cey
F700.007 -000 .(ridmt of r.g>, 693
uuvawum. +n— —. unary - A Ing Aaeary pat - !'came L.—a eta UoId —d - Subcoovacrar
1
t
L
1
1
1
t
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our
subcontractors' employees for the period
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor & Industries. This form will be executed and submitted prior to or with the last pay
request.
Title:
Company Name
JNTON
'ECIFICATIONS
CITY OF RENTON STANDARD SPECIFICATIONS
The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton
Standards) shall apply to all work performed within the public right -of -way by, or for, the City of Renton; or work
performed as an extension, betterment or addition to any of the City's utility, or transportation systems.
The Renton Standards are comprised of the following documents:
Standard Specifications
The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal
Construction (English)" published by the Washington State Department of Transportation and the American Public
Works Association, Washington Chapter.
WSDOT Amendments
WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT.
The included Index to Amendments lists all amendments received and acknowledged by the time of publication of
this document. These Amendments shall be considered a part of the Standard Specifications.
Standard Plans
The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as
published by the Washington State Department of Transportation and the Washington State Chapter of the
American Public Works Association, adopted by the City of Renton, and bound together with those standard plans
created by the City of Renton. An appendix contains the original WSDOT /APWA index showing the disposition
(Adopted, Replaced, or Deleted) of all original pages.
Supplemental Specifications
The City of Renton Supplemental Specifications is a compilation of the revisions made to the original
WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used
together with the original document(s).
Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original
(WSDOT /APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with
a line through the characters. Rhis -is- dusted.} All replacement text or text being added is shown as underlined
tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being
revised, sufficient text from the original section is shown with cross -outs and boldface to show the revisions.
When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the
meaning of the added text.
Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following
the listing of the section number and title:
(APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard
Specifications.
(SA) Signifies that the section has been modified from the original State text by an amendment
produced by WSDOT. The text of the subject section is shown as modified by the amendment,
otherwise WSDOT Amendments are not shown in this document except for their listing in the
Index to Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has
been rewritten by Renton.
Those documents listed above shall govern all work, except as these standards may be modified or superseded
by project - specific plans, special provisions or other documents officially approved by the City of Renton.
All work within the public right -of -way performed by other agencies or private parties working under permit
authority of the City of Renton shall follow these standards with the exception of those requirements which pertain
to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the
Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be
examined and copied by any interested party. y
Page -RS-i
Revision Date: May 19, 1997
i]
H
u
Fi
u
0
0
n
n
L
Table of Contents
CITY OF RENTON STANDARD SPECIFICATIONS ...................................................... ............................... i
Division 1 General Requirements ............................................................................ ............................... 1
Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits
1 -01 Definitions and Terms ...................................................................... ............................... 1
7 -01 Drains ........................................................................................... .............................30
7-02 Culverts ...................................................................................... ............................... 30
7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass ............................ .............................30
1-02 Bid Procedures and Conditions ........................................................... ............................... 2
-10
7 -11 Pipe Installation for Water Mains .......................................................
7 -12 Valves for Water Mains .................................................................. ...............................
7 -14 Hydrants ..................................................................................... ...............................
7 -15 Service Connections .........................................................................
7 -17 Sanitary Sewers ............................................................................ ...............................
1-03 Award and Execution of Contract ....................................................... ............................... 2
Divkian 8 Miscellaneous Construction ........................................................................
1-04 Scope of the Work ........................................................................... ............................... 3
1 -05 Control of Work ............................................................................. ............................... 3
1-06 Control of Material .......................................................................... ............................... 7
1.07 Legal Relations and Responsibilities to the Public ................................... ............................... 7
1-08 Prosecution and Progress ................................................................... .............................12
149 Measurement and Payment ................................................................. .............................14
1 -10 Temporary Traffic Control ................................................................. .............................18
1 -11 Renton Surveying Standards ............................................................... .............................19
Division 2
Earthwork ............................................................................................ .............................22
2-02 Removal of Structures and Obstructions .............................................. ...............................
22
2-03 Roadway Excavation and Embankment ............................................... ...............................
22
2-04 Haul .............................................................................................. .............................23
2-06 Subgrade Preparation ....................................................................... .............................23
2-09 Structure Excavation ....................................................................... ...............................
23
Division 3
Production from Quarry and Pit Sites and Stockpiling .................................... .............................25
3 No supplemental specifications were necessary ........................................... .............................25
Division 4
Bases ................................................................................................. ...............................
25
4 No supplemental specifications were necessary .......................................... ...............................
25
Division 5
Surface Treatments and Pavements ........................................................... ...............................
26
26
5-04 Asphalt Concrete Pavement .............................................................. ...............................
Division 6
Structures ..........................................................................................:.. .............................29
6-12 Rockeries .................... ................................................................. ...............................
2
Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits
.............................30
7 -01 Drains ........................................................................................... .............................30
7-02 Culverts ...................................................................................... ............................... 30
7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass ............................ .............................30
7-04 Storm Sewers ................................................................................. .............................30
7-05 Manholes, Inlets, and Catch Basins ..................................................... .............................31
7-08 General Pipe Installation Requirements .............................................. ............................... 32
7 Trench Exc., Bedding, and Back ill for Water Mains ............................. ............................... 34
-10
7 -11 Pipe Installation for Water Mains .......................................................
7 -12 Valves for Water Mains .................................................................. ...............................
7 -14 Hydrants ..................................................................................... ...............................
7 -15 Service Connections .........................................................................
7 -17 Sanitary Sewers ............................................................................ ...............................
.............................34
37
38
.............................39
39
Divkian 8 Miscellaneous Construction ........................................................................
.............................40
Page -RS -ii
Revision Date: May 19, 1997
8-09 Raised Pavement Markers ................................................................ ...............................
8-10 Guide Posts ..................
8-13 Monument Cases .............................................................................. .............................40
8-14 Cement Concrete Sidewalks .............................................................. ...............................
8-17 Impact Attenuator Systems .................. ............................... .......... ...............................
8-20 Illumination, Traffic Signal Systems, and Electrical ...................%............. .............................41
40
40
41
...............................
47
8-22 Pavement Marking .........................................................................
8-23 Temporary Pavement Markings ........................................................... .............................48
Page -RS -ii
Revision Date: May 19, 1997
D
fl
H-
H
u
0
n
Division9 Materials .............................................................................................. .............................49
9-00 Definitions and Tests ......................................................................... .............................49
9-02 Bituminous Materials .......... .. 49
9-04 Joint and Crack Sealing Materials ........................................................ .............................50
9-05 Drainage Structures, Culverts, and Conduits ........................................ ............................... 50
9-06 Structural Steel and Related Materials ................................................ ............................... 51
9-08 Paints . . 51
9-23 Concrete Curing Materials and Admixtures ............................................ .............................52
9-29 Illumination, Signals, Electrical ........................................................... .............................52
9-30 Water Distribution Materials ............................................................ ............................... 58
INDEXTO WSDOT AMENDMENTS ......................................................................... .............................60
WSDOTAMENDMENTS ......................................................................... .............................60
Page-RS-iii
Revision Date: May 19, 1997
1 1 -01 Definitions and Terms
Division 1
General Requirements
i-01 Definitions and Terms
SECTION 1 -01.1 IS REVISED BYADDING THE FOLLOWING:
■ 1 -01.1 General (RC)
t
P
0
Whenever reference is trade to the State, Commission,
Department of Transportation Secretary of Transportatron,
owner, Contracting Agency or Erameer, such reference shall be
denned to mean the City of Renton acting through its City Council,
employees and duly authorized representatives for all contracts
administered by the City of Renton.
SEMON 1 -01.3 IS REVISED AND SUPPLF.WNTED BY
TBE FOLLOWING:
1 -013 Definitions (RC, APWA)
Act of god (RC)
•Act of God' means an earthquake flood cyclone or other
cataclysmic phenonerhon of nature A ram wirdstorm, high water
or other nateral phenomenon of unusual intensity for the spatfc
locality of the work which might reasonably have been anticipated
from historical records of the general locality of the work, shall act
be construed as an act of god.
Consulting FAgineer (RC)
The Cons -xft Agency's design consultant, who may or may
not administer the construction program for the Contractrn9
AreMi
Da
Unless otherwise designated day(s) as used in the Coraract
Doak shall be understood to mean worinnit days.
(RC)
Where the term 'or equal' is used herein the Contracting
Aser or the Contracting Agency on recommendation of the
-- -ineer, shall be the sole judge of the quality and suitability of the
Plans (RC)
The contract plans and/or standard plans which show location,
character, and dimensions of prescribed work including layouts,
profiles, cross-sections, and other details.
Drawings may either be bound in the same book as the
balance of the Contract Documents or bound in separate sets, and
are a part of the Contract Documents regardless of the method of
binding.
The terms "Standard Drawings' or "Standard Details'
generally used in specifications refers to drawings bound either
with the specification documents or included with the Plans or the
City of Renton Standard Plans.
Secretary, Secretary of Transportation (RC)
The chief executive officer of the Department and other
authorized representatives. The chief executive officer to the
1 -01 Definitions and Terms
Department shall also refer to the Department of
Planning/Building/Public Works Administrator.
Special Provisions (RC)
odifications to the
standard specifications
s$acifuatiorhs and supplemental specifications that apply to an
individual project. The special provisions may describe work the
specifications do not cover. Such work shall comply first with the
special provisions and then with any specifications that apply, The
Contractor shall include all costs of doing this work within the bid
prices.
State (RC)
The state of Washington acting through its representatives.
The State shall also refer to The City of Renton and its authorized
representatives where applicable.
Contract Documents (APWA)
The component parts of the contract which may include . but
are not limited to, the Proposal Form, the Contract Form, bonds,
insurance certificates. various other certifications and affidavit, the
Contract Provisions, the Contract Plans, Working Drawings, the
Standard Specifications, the Standard Plans, Addendum, and
Change Orders.
Dates (APWA)
,Bid Opening Date (APWA)
The date on which the Contracting Agency publicly opens and
reads the bids.
Award Date (APWA, RC)
The date of the formal decision of the Contracting Agency to
accept the lowest responsible and responsive Bidder for the work.
Corstnact Extcrrdon Date (APWA)
The "date the Contracting Agency officially binds the agency to
the Contract.
Nodee to Proceed Date (APIA)
The date stated in the Notice to Proceed on which the Contract
time begins.
Couftet Completion Date (APWA, RC)
The date by which the work is contractually mptired to be
completed The Contract Completion Date will be stated m the
Notice. to Proceed. Revisions of tins date will be authorized m
writing by the Engineer whenever there is an extension to the
Contract time.
Final Acceptance Date (APIA. RC) ac cetm the work
The date on which the Contractrng Agency
as cotnplete-Per contract requirements.
Material (APIA)
Any substance spec ified for use in the constntction of the
project and its amurtemgices which enters into and forms a part
the finished structure or improvetnent and is capable of being so
used and is furnished for that purpose.
Maie loran (APWA) a raw material
A person or organization who furl' or fabr�ed
supply, commodiry equipaimt, or manufactu
product and does not perform labor at the Protest Site a supplier
Notice of Award (APWA) to the
The written notice from the Contras ncv' acct
successful Bidder signifying the Contractrng
of the Bid.
Notice to Proceed (APWA) Engineer
The written notice from the Cotracting to
to the Contractor authorizing and dircctrng the Contractor
proceed with thb Work and establishing the date o� tl tin
Contract Time begins.
Page -SP -1
Revision Date: May 19, 1997
1 -02 Bid Procedures and Conditions
1 -02 Bid Procedures and Conditions
SEC77ON 1 -02.1 IS DELETED AND REPLACED BY THE
FOLLOWING:
1-02.1 Qualifications of Bidder (APWA)
Bidders shall be qualified by experience financing
equipment, and organization to do the work called for in the
Contract Documents. The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of
the Bidder to perform the work satisfactorily. This action may
include a pre qualification procedure prior to the Bidder being
furnished a proposal form on any contract or a preaward survey of
the Bidder's qualifications prior to award.
SECTION 1-02.2 IS DELETED AND REPLACED BY THE
FOLLOWING.
1-02.2 Bid Docmnents (APWA
Information as do where Bid Documents can be obtained or
reviewed will be found in the Call for Bids for the Work placed in
the Contracting Agency's official newspaper.
SECTION I- 02.4(2) IS SUPPLEMENTED BY REVISING
SENTENCE 1, PARAGRAPH TO READ:
1-02.4(2) Subsurface Information (APWA)
If the Contracting Agency has made subsurface investigation
of the site of the proposed work, the boring log data and soil
sample test data, and geotechnical reports accumulated by the
Contracting Agency will be trade available for inspection by the
bidders.
SECTION 1 -02.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1-02.S Proposal Form (APWA)
The Engineer reserves the right to arrange the Bid Forms with
Altenrates, Additives, or Deduotives, if such be to the advantage of
the Contracting Agency. The Bidder shall bid on all Additives
Deduaives, or Alternates set forth in the Proposal Forms unless
otherwise specified in the Special Provisions.
SECTION 1-02.6 IS SUPPLEMENTM BY ADDING THE
FOLLOWING:
1-02.6 Preparation of Proposal (RC)
All prices shall be in legible figures and (words) written in
ink or typed. The proposal shall include:
1. A unit price for each item (omitting digits more than four
places to the right of the decimal point), each unit price shall also
be written in words; where a conflict arises the written words shall
Prevail.
SECTION 1 -02.6(I) IS AN ADDED SUPPLEMENTAL
SECT70N.
1-02.6(l) Proprietary Information (RC)
Vendors should in the bid proposal identify clearly any
material(s) which constitute '(valuable) formula designs
drawhim and research data" so as to be exempt from public
disclosure. RCW 42.17.310. or any materials otherwise claimed to
be exempt, along with a Statement of the basis for such claim of
exemption. The Department (or State) will give notice to the
vendor of any request for disclosure of such information received
1 -03 Award and Execution of Contract
within 5 (five) years from the date of submission Failure
label such materials or failure to timely resPond after notice of
request for public disclosure has been given shall be deemed a
waiver by the submitting vendor of any claim that Burr,
materials
are, in fact, so exempt.
SECTION I -02.12 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1 -02.12 Public Opening of Proposals (APWA
The Contracting Agency reserves the right to postpone the
date and time for bid opening. Notification to bidder will ,. by
addenda. "`
SEC77ON 1 -02.13 PARAGRAPH I IS REVISED AS FOLLOWS;
1 -02.13 Irregular Proposals (RCZ
a. The bidder is not prequalified when so required;
SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH l
TO READ.
1 -02.14 Disqualification of Bidders (APWA)
3. A bidder is not psequalified for the work or to the full
extent of the bid;
1 -03 Award and Execution of Contract
SEC77ON 1 -03.1 IS SUPPLEMENTED AS FOLLOWS.
1 -03.1 Consideration of Bids_(RC, APWA)
The total of extensions, corrected where necessary, and
including sales taxes where applicable, will be used by the
Contracting Agency for award purposes and to fix the amount of
the contract bond.
All bids will be based on total sum of all schedules of prices
No partial bids will be accepted unless so Stated in the can for bids
or special provisions. The City reserves the right however to
award all or any schedule of a bid to the lowest bidder at its
discretion.
SECTION 1 -03.2 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1 -03.2 Award of Contract (RC)
The contract. bond form, and all other forms requiring
execution, together with a list of all other forms or documents
required to be submitted by the successful bidder, will be
forwarded to the successful bidder within 10 days of the award.
The number of copies to be executed by the Contractor shall be
determined by the Contracting Agency.
SECTION 1 -03.3 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
1 -03.3 . Execution of Contract (APWA, RC)
Within 20 10 calendar days after receipt from the City of the
forms and documents required to be completed by the
ContraaorWa -award data, the atccessf'W bidder shall return the
signed Contracting , Agency - prepared conala, an insurance
certification as required by Section 1-07.18, and a satisfactory bond
as required by law and Section 1 -03.4. If the bidder experiences
circumstances beyond their control that prevents return of the
contract documents within 20 10 calendar days after the award
1-
Page -SP -2
Revision Date: May 19, 1997
E1-04 Scope of the Work 1 -05 Control of Work
date, the Contracting Agency may grant up to a maximum of 20 10
additional calendar days for return of the documents, provided the
Contracting Agency deems the circumstances warrant it.
The Contacting Agency is piohibited by RCW 39.06.010
from arc uting a contract with a Contractor who is not registered
or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the
Contracting Ag••,,•y to possess a valid City of Renton business
license prior to award.
When the Bid Form provides spaces for a business license
member, a WASI&Ewn Stan Cormiictors rogistrauon number, or
both the Bidder shall insert such information in the >>pam
provided The Contracting Agency requires legible copies of the
Contractor's R istration and business license be submitted to the
_gigineer as part of the Cgx►uacpng Agency's post award
information and evaluation activities.
SUCTION 1-03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING TO THE FIRST PARAGRAPH:
! 1-03A
r
�1'
l��
j
C
Court Bond (APWA)
1.04 Scope of the Work
SUCTION 144.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: .
1-04.1 Intent of the Contract C
The Coimictor is encouraged to prmdk to the Fugineer prior
to p Tess payniaits an estimate of lump sum work aceomp lmshe-
to date The per's calculations and decisions shall be final in
regard to the actual pe rcemre of am huw sum pay item
aoownplidod and eligible for payh>g unless another specific
mexliod of calculating hemp sum paytnqm is provided elsewhere in
the sp-eddkaum•
SECTION 1-04.2 IS REVISED AS FOLLOWS:
1-04,2 Coordination of Contract Documents, Plans,
Special Provisions Specifications, and Addenda
Any inconsistency in the parts of the ooiitract sball be resolved
by following this order of precedence (e.g., 1 presiding over 2, 3,
4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6, and 7; and so forth):
1. Addenda
2. proposal Form
3. Special Provisions
4. Contract Plans
5. Amendmeus to the Standard Specifications
6. _Supplemental Specifications.
7. Standard Plans
64. Standard Specifications
SECTION 1-04.4 IS SUPPLEMENTED WITH THE
FOLLOWING:
1-04.4 Changes C
Renton does not have a formal policy or guidelines on cost
reduction alternatives but will evaluate such proposals by the
Contractor on a case-by-case basis.
SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS:
1 -04.11 Final CleanupRC
3 All salvage material as noted on the plans and taken from
any of the discarded facilities shall, at the engineer's discretion be
carefully salvaged and delivered to the City shops. Any cost
incurred in salvaging and delivering such items shall be considered
1 -05 Control of Work _
SECTION I -05.3 IS REVISED AS FOLLOWS:
1 -05.3 Plans and Working Drawungs RC. ' .
The Contractor shall submit supplemental working drawings
as required for the performance of the work. -The drawings shall be
on sheets men m ing Z4 -x-36 22 by .34 itiches or on- sheets with
dimensions in mu itiples of 8 -1r1 by 11 inches.
SECTION 1-05_.4 IS SUPPLEM ffED BY ADDING. THE
FOLLOWING:
1 -05.4 Conformity with and Deviations from Plans
and Stakes (RC)
If the project calls for Contractor supplies surer Mm
Contractor shall provide all text OR survey 7_14m_ mchtdmg__
work as metaioned in Sections 1-MA, 1- 05.5, -1-1 and elsewhere
in these spea5antions as being provided by the
SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY
THE FOLLOWING:
1 -05.5 Construction Stakes (RC)
if the project quells for Coeitiacto� En ONO sure 1ffe. the
einQ such
Contractor shall provide all regwted suirvely work,'.., u�"
work as mentioned in Secti 1-05.4 1-05.5 1-11 and elsewhere
in these speeif SS being provided by the pnoisiCCt. All OOSfS
for this survey work shall be Included m 'Coiitractor S
Surveying .0 per hemp Sum.
1 -05.5(1) General (APWA, RL2
surveyor famished stances ono marm.
1=
Page -SP -3
Revision Date: May 19, 1997
1 -05 Control of Work
The Contractor shall provide a work site which has been
prepared to permit construction staking to proceed in a safe and
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and
provide at least 48 hours notice to allow the Engineer or Contractor
supplied surveyor adequate time for setting stakes.
Stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces shall be
carefully preserved by the Contractor. The Contractor will be
charged for the costs of replacing stakes, markers and
amumentation that were not to be disturbed but were destroved or
damaged by the Contractor's operations. This charge will be
of these specifications.
The Contractor shall keep updated survey field notes In a
standard field book and in a format set by the Engineer, per section
1- 11.1(3). These field notes shall include all survey work
performed by the Contractor's surveyor in establishing line grade
and slopes for the construction work. Copies of these field notes
shall be provided the Engineer upon request and upon completion
of the contract work the field book or books shall be submitted to
the Engineer and become the property of the Contracting Agency.
If the survey work provided by the Contractor does not meet
1-05.5(2) Roadway and iJti k Surveys (APWA)
The Engineer shall furnish to the Contractor one time only. or
Corurrictor supplied surveyor will provide as needed all principal
litres, grades, and nu=rements the Engineer deems necessary for
completion of the Work. These shall generally consist of one initial
set of:
1. Slope stakes for establishing grading
2. Curb grade stakes.
3. Centerline finish grade stakes for pavement sections
wider than 25 feet. and
4. Offset points to establish tine and grade for underground
utilities such as water, sewers, and storm drains (with offsets 50'
max interval).
On alley construction proiects with minor grade changes the
Engineer or Contractor supplied surveyor shall provide offset hubs
on one side of the alley to establish the alignment and grade Alleys
1 -05 Control of Work
with maior grade changes shall be slope staked to C4tai,i; ti
before offset hubs are set.
1 -05.5(3) Bridge and Structure Surveys i pwn
es
For all structural work such as bridg and refthd r Wall the
Contractor shall retain as a part of Contractor o tier an
experienced team of surveyors under direct sup�Ni ton of a
licensed surveyor. The Contractor shall ensure that rr��t...c F ld
measurements and locations match and fulfill the intended ++lad
dimensions. The Contractor shall provide all survevc required ._
+ +cu LV
complete the structure, except the fogowing primary turv�v .... � ,
which will be provided by the Engineer. -_ - Coro'
1. Centerline or offsets to centerline of the structure.
2. Stations of abutments and pier centerlines
3. A sufficient number of bench marks for levels to enable
the Contractor to set grades at reasonably short distances
4. Monuments and control points as shows on the
Drawings.
The Contractor shall establish all secondary survey controls
both horizontal and vertical, as necessary to assure proper
placenymt of all protect elements based on the primary control
points provided by the Engineer. Survey work shall be within the
following tolerances:
1. Stationing +.01 foot
2. Alignment +.01 foot (between successive points)
3. Superstructure Elevations +.01 foot (from plan elevations)
4. Substructure Elevations +.05 foot (from plan elevations)
During the progress of the Work, the Contractor shall make
available to the Engineer all field books inclnding survey
information, footing elevations cross sections and quantities
The Contractor shall be fully responsible for the close
coordination of field locations and measurements with gTropriate
dunensions of structural members being fabricated.
1-05.5(4) Contractor Supplied Surveying (RQ
When the contract Provides for Contractor Supplied
Surveying the Contractor shall supply the survey work required
for the proiect. The Contractor shall retain as a part of the
Contractor Organization an emermced team of surveyors under
of the Engineer before the survey work may be continued.
The Contractor shall coordinate his work with the Surveyor
and perform his operations in a manner to protect all survey stakes
from harm. The Contractor shall inform the Surveyor of the
Contractor's intent to rernove any survey stakes and/or points
b_ efore physically removing them.
The surveyor shall be responsible for maintaining As-Built
records for the project. The Contractor shall coordinate his
operations and assist the Surveyor in maintaining accurate As -Built
records for the project.
If the Contractor and Surveyor fail to provide as directed by
the Engineer and/or these plans and specifications accurate As-
Built records and other work the Engineer deems necessary, the
Engineer may elect to` provide at Contractor expense a surveyor to
provide all As -Built records and other work as directed by the
Engineer. The Engineer shall deduct expenses incurred by the
Engineer- supplied surveying from moneys owed to the Contractor.
t-
Page -SP-4
Revision Date: May 19, 1997
0
H
1
0
l
0
fl
�i
d
I I
1 1 -05 Control of Work
-05 Control of Work
Payment per Section 1-04.1 for all work and materials
required for the full and complete survey work required to
complete the project and as -built drawings -.hall be included to the
Jump sum price for 'Contractor Supplied Surveymg.'
1-05.5 Contractor Provided As-Built Information
It shall be the contractors responsibility to record the location
prior to the badcftning of the trenches by centerline station, offset,
and death below pavement of all exrstmg utilities uncovered or
aossed during his work as covered under this protect.
It shall be the contractors responsibility to have his surveyor
TBE VACANT SEMON 1 -05.8 IS REPLACED BY:
1-os.g Contracting Al en—Ws Right to Correct
Defective and Unauthorized Work (APWA)
If the Contractor fails to remedy defective or unauthorized
work within the tine specified in a written notice from the
Engineer, or fans to perform any part of du Work regmred by the
Contract Documents, the Engineer may correct and remedy such
work as may be ideatified in the written notice by such means as
the Engleea may dean necessary, including the use of Contracting
Agency forces.
N the Contractor fails to complY with a written order to
remedy what the Engineer determines to be an emergency
siwation, the Ennucr may have the defective and unauthorm d
Work corrected immediately, have the rejected Work removed and
fopbm-a„ or have Work the Contractor refuses to perform
eompleted by using Cattractme Agency or other forces. An
emergency sipetion is amt stuation whx:h in the opinion of the
E..Zinew, - delay in its remedy wild he potentially unsafe, or
might cruse serious risk of loss or damage to the public.
Direct or indiret costs incurred by the Contracting Agency
attributable to correcting and remedying defective or unauthorized
destroyed or damaged by correction removal, or reptacemenn or
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 nor shall the exercise of this rieht diminish
the Contracting Agency's right to pursue ally Other avenue v--
additional remedy or damages with respet to the Contractor's
failure to perform the Work as required.
SECTION 1 -05.10 IS SUPPLBMFNTED BY ADDING TSE
FOLLOWING:
1 -05.10 Guarantees (APWA, RQ
The Contractor shall warrant good Hue to all materials,
supplies and egwpmeat purchased for or incorporated in the
Work. Nothing contained in dais trrragraphr hoareyer: shall ddat
or impair the right of persons furnishing materials or labor, to
recover under any band given by the .Contractor for their
protection, or any rights under any law aermitting such persons -to
look to funds due the Contractor in Sue hands of the Coutiaamg
provisions of this naraon h- shall be inserted in an
subcontracts and material coitraas and notice of its provisions
shall be given to all Persons fUrnieh�na, materials for due Work
when no formal pct is entered into for such materials.
Section 1 -05.11 is deleted and Sue first .two of the
fourth paragraph of section 1-08.9 is deleted and replaced by the
following:
1 -05.11 final Inspection (APWA)
1 -0511(1) Substantial Completion Date (APWA)
When the Contractor considers the work to be an iany
completeg the Contractor Shan m notify the FA requ—ea
the Engineer establish the Substantial Cotnplettat To be
considered aibstauaall coin Lein the foil condttiotis
must be
met:
1. The Contacting A e must have full and n
use and benefit of the facilities both from the opera -
page-SP-5
Revision Date: May 19, 1997
1 -05 Control of Work
If, after this inspection, the Enairmr 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, afar 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.
J-
1-05.11(2) FuW Inspection Date (APWA)
When the Contractor considers the Work physically complete
and ready for Final Inspection, the Contractor by Written Notice,
shall request the Faiginoer to schedule a final inspection. The
Fngiaeer will set a date for Final Lspection. The Engineer and the
Contractor will then make a Fatal 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
physial completion of the listed deficiencies. This process will
contimPe until the Engineer is satisfied the listed deficiencies have
been corrected.
N 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 -05.8.
Upon correction of all deficiencies, the Engineer will notify
the Contractor and the Contracting Agency, in writing, of the date
upon which the Work was considered physically complete. That
date shall constitute the Physical Completion date of the Contract,
but shall not imply all the obligations of the Contractor under the
Contract have been fifldled.
1 -05.11 Operational Testing (APWA)
It is the intent Af the Contracting Agency to have at the
Completion Date a complete and operable system. Therefore when
thew acceptability prior to the Physical Completion Date. During
and following the test period, the Contractor shall correct any items
of wodananship, materials, or equipment which proves faulty, or
that are not in first class operating condition. Equipment, elesrical
controls, meters, or other devices and equipment to be tested
during this period, shall be tested under the observation of the
Eighx=. so that the Engineer may determine their suitability for
the purpose for which they were installed. The Physical
1 -05 Control of Work 3
Completion Date cannot be established until testing and co
IVII$
have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material —suD2fi2j, and
everything else needed to successfully complete opera601c tins
shall be included in the various contras prices related to the
being tested, unless specifically set forth otherwise in the Bid
Form. "`u
O_ perational and test periods, when required by the Fn Ji eer
shall not affect a manufacturer's guaranties or warranties fu nicl,�
under the terms of the Contract. furnished
SECTION I -05.12 IS DELETED AND REPLACED WITH THE
FOLLOWING:
1 -05.12 Final Acceptance (AMA)
The Contractor must perform all the obligations under the
Contract before the Completion Date can be established A
Certificate of Completion for the'Work issued by the Contracting
Agency will establish the Completion Date and certify the Work as
complete. The Final Contract Price may then be calculated The
following must occur before the Completion Date can be
established and the Final Contract Price calculated:
1. The physical work on the project must be complete
2. The Contractor must furnish all documentation required
by the Contract and required by law, necessary to allow the
Contracting Agency to certify the Contract as complete.
A Certificate of Completion for the Work, signed by the
Contracting Agency, will Constitute acceptance of the Work. The
issuance of this Certificate- of Completion will not constitute
acceptance of unauthorized or defective work or material.
Failure of the Contactor to perform all of the Contractor's
obligations under the Contrad shall not bar the Contracting Agency
from unilaterally certifying the Contract complete so the Engineer
may calculate a Final Contract Price as Provided in Section 1 -09.9.
SECTION I -05.13 .IS SUPPLEMENTED BY REVISING
PARAGRAPH 7 TO READ:
1 -05.13 Superintendents, Labor, and Equipment of
Contractor (APWA)
Whenever the Contracting Agency evaluates the Contractor's
pmqualification pursuant to Section 1 -02.1. the Contracting Agency
will take these performance
dw"- reports into account.
SECTION 1-05 IS SUPPLEMENTED BY ADDING THE
FOLLOWING NEW SECTIONS:
1 -05.16 Water and Power (APWA)
The Contractor shall make necessary arrangements and shall
bear the costs for power and water necessary for the performance
of the Work.
1 -05.17 Oral Agreements (APWA)
No oral agreement or conversation with any officer. agent. or
employee of the Contracting Agency. either before or titter
execution of the contras. shall affect or modify any of the terms or
obligations contained in any of the documents comprising the
contras Such oral agreement or conversation shall be considered
as unofficial information and in no way binding upon the
Contracting Agency, unless subsequently put in writing.
Page -SP -6
Revision Date. May 19, 1997
I-" Control of Material
1 -06 Control of Material
SECTION 1 -06.02(2) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1- 06.2(2) Statistical Evaluation of Materials for
Acceptance
UNLESS STATED OTHERWISE IN THE SPECIAL
'PROVISIONS STATISTICAL EVALUATION WILL NOT BE
USED BY THE CITY OF RENTON.
1 -07 Legal Relations and Responsibilities to
the Public
'SECTION 1 -071 IS SUPPLEMENTED BY ADDING THE
FOLWWING:
U
J
1-07.1 Laws to be Observed (APWA)
doctor's tare.
The Cznbatxor shall have sole responsibility for the safety,
efficiency, and adequacy of the Contractor's plant appliances. and
rnesieods and for am danwe or WOW resulting from their failure,
or improper mairtenarncx use or operation. The Contractor shall
be solely and oomplaely imm— risible for the conditions of the
pwie_a Site including safety for all persons and p _
rnthe
- na= of the work 'ibis neguu emeant shall apply
oontinrrously and not be limited to normal working hours• The
required or implied duty of the Engineer to conduct constnraron
review of the ContraCior's performance does not, and shall nom be
minded to include review and ade guam of die Contractor's safety
measures in on or near the Proiect Site.
SSC77ON 1-07.2 -1S DBLBTED AND REPLACED BY THE
FOLLOWING:
1-07.2 State Sales Tax (APWA)
1- 07.2(1) GENERAL (APWA)
The Washington State Department of Revenue has issued
spe—e _I rules on the state sales tax Sections 1-07.2(1)_!h rough 1-
07.20) are meant to clarify those rules The Contractor should
contau the Washington State Department of Revenue for answers
to questions in this area The Contracting Agency will not adjust
1 -07 Legal Relations and Responsibilities to the public
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 1.071a)-
describes this exception.
The Contracting Agency will pay the retained t>ercxiitage only
if the Contractor has obtained from the WasltingWn State
Department of Revenue a certificate showing that aU contract -
related taxes have been paid (RCW 6028.050). The Contracting
Agency may deduct from its payments to the Contractor any
amount the Contractor may owe the Wasl»nac m 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
M
1- 07,2(2) State Sales Tax - Rule 171(APWA)
WAC 458 -20 -171, and its related rules, apply to_buildi
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 pact of the madway lighting system.
For work performed in such cases, the Contractor shall include
Washington State Retail Sales Taxes in the various unk Bid Item
prices or other contract amounts, inclutlmtt those that die
Contractor pays on the purchase of the materials, equipment, or
supplies used or cotisur W in doing the work.
or to real property whether or not such peraw.a. �•-•�
- .,..1tu hu virhw of installation.
amount.
1- 07.2(4) Services (APWA)
The Contractor shall not collect retail sales tax horn the
Contracting Agency on any contract wholly for professional or
other services (as defined in State Deparutuct off R_ueRules
138 and 224).
Page -SP -7
Revision Date: May 19, 1997
1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public
SECTION 1 -07.5(2) IS SUPPLEMENTED BY REVISING THE
TITLE AND SENTENCE 2, PARAGRAPH 2 7`0 READ.
1- 07.5(2) State Department of Fish and Wildlife"
(APwA, $A)
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.
At"! go GoRtR" pay igems
SECTION 1 -07) IS SUPPLEMENTED BY ADDING THE
FOLLOWING NEW SECTION.
1- 07.11(11) City of Renton Affidavit of Compliance
(RC)
Each Contractor, --Subcontractor, Consultant, and or Supplier
shall complete and submit a copy of the 'City of Renton Fair
Practices Policy Affidavit of Compliance ". A copy of this
document will be bound in the bid documents.
SECTION 1- 07.13(1) IS SUPPLEMENTED AS FOLLOWS:
1- 07.13(1) General (RC)
During unfavorable weather and other conditions, the
contractor shall pursue only such portions of the work as shall not
be damaged thereby.
No portion of the work whose satisfactory quality or
efficiency will be affected by unfavorable conditions shall be
constructed while these conditions exist, unless by special means or
precautions acceptable to the engineer, the contractor shall be able
to overcome them.
SECTION 1 -07.14 (AP WA) IS SUPPLEMENTED BY
REVISING ALL REFERENCES TO "STATE, COMMISSION,
SECRETARY" OR "STATE" TO READ "CONTRACTING
AGENCY."
SECTION 1 -07.15 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
1 -07.15 Temporary water Pollution Erosion Control
(AMA , -RC)
If done according to the approved plan or the Engineer's
orders, temporary water pollutionterosion control work will be
measured and paid for pursuant to Section 4-0DAU -04.1 through
the hung sum item for 'Temporary Water Pollution/Erosion
Control.
If no pay item appears in the contract for 'Temporary Water
Pollution/Erosion Control" then all labor, materials, tools and
egui anent used to complete the work shall be considered incidental
to other pay items in the Contract and no further compensation
shall be made.
In addition to other requirements in the Contract Documents
this temporary work shall include, but is not limited to, the
following water quality considerations:
1. Turbid Water Treatment Before Discharge:
Determination of turbidity in surface waters shall be at the
discretion of the Engineer; for Lake Class Receiving Waters
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units)
over background conditions; for Class AA and Class A Waters,
turbidity shall not exceed 5 NTU over background turhidi . when
wuen
the background turbidity is 50 NTU or less, or have more than a 10
percent increase in turbidity when the background turbidity is more
than 50 NTU for other classes of waters refer to WAC 173 -201_
045.
The term turbidity means the optical property of c,m, ie
demonstrating the scattering and absorption of fight cauee f by
suspended material as expressed in Nephelometric rurbigy Units
and measured with a calibrated turbidimeter.
Discharges to a State waterway caused by aggregate washing
drainage from aggregate pit sites, and stocli3iles or dewatet;no of
pits and excavations shall not increase the existing turbidity of th_
receiving waters.
Turbid water from the Project Site shall be treated before
being discharged into stream or other State waters. Turbidity may
be removed by the use of lagoons or holding ponds settling basins
overflow weir, polymer water treatment, drschari M to ground
surface, by percolation, evaporation or by passing thorn th "ravel
sand or fiber filters.
culverts and other pipes.
3. Chlorine Residual: Water containing chlorine residual
shall not be discharged directly into storm drains, streams, or State
waters. Chlorine water may be discharged into sanitary sewers or
disposed on land for perculation. Chlorine residual may be reduced
chemically with a reducing agent such as sodium duosolphate.
Water shall be periodically tested for chlorine residual.
4. Vehicle and Equipment Washing: Water used for
washing vehicles and equipment shall not be allowed to enter storm
drains, streams or other State waters unless separation of petroleum
products, fresh concrete products or other deleterious material is
accomplished prior to discharge. Detergent solution may be
discharged into sanitary sewers or allowed to be held on the around
for percolation. A rayrarlation system for detergent washing is
recommended. Steam cleaning units shall provide a device for oil
separation.
5. Oil and Chemical Storage and : Aandlim and
storage of oil and chemicals shall not take place adiaceat to
waterways. The storage shall be made in dike tanks and barrels
with drip pans provided 'tinder the dispensing area Shut-off and
lock valves shall be provided on tanks Shut -off nozzles shall be
provided on hoses Oil and chemicals shall be dispersed only
during daylight hours finless the dispensing area is grope
Disposal of waste shall not be allowed on oil and chemical spills.
Fencing shall be provided around oil storage Locks sball be
provided on valves, pumps, and tanks.
6. Sewage: If a sanitary sewer line is encountered std repair
or relocation work is required the Contractor shall provide
blocking and sealing of the sanitary sewer line Sanitary sewer flow
shall be pumped out collected and hauled by tank truck or
pumped directly to a sanitary system manhole for discharge. The
existing sewers shall *be maintained by the Contractor 'without
interruption of service by the use of temporary sewer bypasses In
addition, the excavated materials adiacent to and around a rupture
of a sanitary sewer line shall be removed from the Protect Site and
4
Page -SP-8
Revision Date: May 19, 1997
Ird
[7
fl
D
J
C
1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the public
de posited into refuse trucks for haul to a sanitary fill site.
Equipment and tools in contact with the above materials shall be
washed by pressure water lines and the attendant wash water
discharged into a sanitary sewer line for transmission to a sewage
treatment plant.
1 -07.16 Protection and Restoration of Property
SECTION 1 -07.16(1) IS SUPPLEMENTED BY ADDING 771E
FOLLOWING.
1-07.16(1) Private/Public Property (RC)
The Contracting Agency will obtain all easements and
franchises required for the project. The contractor shall limit his
operation to the areas obtained and shall not trespass on Private
property.
The Contracting Agency maY Provide certain lands, as
irrdiated in c000ecGOn with the work under the contract together
whit the right of access to such lands. The contractor _shall not
umeasonably enm*a the premises with his equipment or
materials.
The contractor shall provide with no liability to the
Contracting Agency, any additional land and access thereto not
shown or described that may be required for temporary
ennaruction fugities or storage of mataWs. He shall eonstrmx
additional cost to the Contracting Agency. in me cvcu. uww ,v W
necessary to trench through any lawn area, the sod shall be
carefully cut and rolled and replaced after the trenches have been
balled The lawn area shall be cleaned by sweeping or other
means, of all earth and debris.
The contractor shall use rubber wheel equipment similar
to the small tractor -type backhoes used by side sewer contractors for
all work including excavation and backfili, on easements or rights -
of way which have lawn areas All fences, markers, marl boxes, or
other temporary obstacles shall be removed by the Contractor and
immediately replace, after the trench is backfilled, in their original
position. The contractor shall notify the Contractin¢ Agency and
nronerty Owner at least 24 hours in advance of any work den:
that
this
and/or inspection made
k done to the satisfactJ
actin¢ Aeenm at the exP
Will
In the event the contractor does not have labor or material
immediately available to make necessary repairs, the contractor.
shall so inform the Contracting Agency, The Contracting Agency
will make the necessary repairs and the cost of such repairs shall be
paid by the contradm.
The contractor is responsible for iderndving and
doc unmting am damage that is pre-eidsting or cxased by
odxn.Restoration of excavation in City streets shall be done in
accordance with the Ciro of Ranson Trench Restonadon
Requiranen% w tuch is available at the Public Works Department
Customer Services counter on the 4th floor, Renton Munidpal
Building, 200 Mill Avenue South.
SECTION 1-07.17 IS SUPPLEM1W ED BY ADDING:
1 -07.17 Utilities and Similar Facilities (APWA., RQ
in addition to the other reguirerirents pursuant to RCW
19.122, an act relating to • +ground utilities and prescribing
penalties the Contactor shall:
1 call the utilities underground location center for field
location of the utilities;
Call Before You Dig
The 48 Hour Locators
1- 800424 -5555
and mWeWound
2 not begin excavatlon until all known
facilities in the vicinity of the proPOSed excavation have been
'- - - -- A - -d .....a.�.r
such facilities or structures due to aus consu—' Will satisfaction of the City-, except for City owned facri or w
be repaired by the utility department at corurador's a
the contractor as directed by the City.
Page -SP -9
Revision Date: May 19, 1997
1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Pu
blic
SECTION 1 -07.18 IS DELETED AND REPLACED BY THE
FOLLOWING:
1-07.18 Public Uability and Property Dainage
Insurance (RQ
State Amendment to 1 -07.18 is not used. Renton uses the
following:
SECTION 1-07.18(l) IS. REPLACED WITH THE FOLLOWING:
1- 07.18(1) General (RC)
The contractor shall obtain and maintain in full force and
effect, from the Contract Execution Date to the Completion Date,
public liability and property damage insurance with an insurance
eoci lmiy(ies) or through sources approved by the State Insurance
Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until
the required insurance has been obtained and approved by the
Contracting Agency. -fim r ince shall provide coverage to the
Contractor, all subcontractors, Contracting Agency and the
C uwtina Agency's consultant. The coverage shall protect
aazainst claims for bodily injuries, personal injuries, including
accidental death, as well as claims for property damages which
may arise from any act or omission of the Contractor or the
wboontractor, or by 'anyone directly or indirectly employed by
either of them.
If warranted worst is required the Contractor shall provide the
City proof that insurance coverage and limits established under the
term of the Contract for work are in full force and effect during the
period of warranty work.
The Contracting Agency may request a copy of the actual
declaration pages(s) for each insurance policy effecting coverage(s)
required on the contract prior to the date work eommences.Failure
of the Contractor to fully comply during the term of the Contract
with the requirements described herin will be considered a material
breach of contract and shall be caused for immediate termination of
the Contract at the option of the Contracting Agency.
SECTION 1- 07.18(2) IS REPLACED WITH THE FOLLOWING:
1- 07.18(2) Covetniges (RC)
As part of the response to this proposal, the Contractor shall
submit a completed City of Renton buwance Lrformation form
to two (7) years after the completion of the project.
3) The City may request a copy of the actual declaration
page(s) for each insurance policy affecting coverage(s)
required by the Contract prior to the date work commences
4) Possess a minimum A.M. Best rating: of AVH (A rating of
A X11 or better is preferred.) If any insurance carrier
possesses a rating of less than AV11. the City may make an
exception.
The City reserves the right to approve the security of the
insurance coverage provided by the insurance companv(ies) terms
conditions, and the Certificate of Insurance. Failure of the
Contractor to fully comply during the term of the contract with
these requirements will be considered a material breach of contract
and shall be cause for immediate termination of the contract at the
option of the City.
The Contractor shall obtain and maintain the minimum
insurance coverage set forth below. By requiring such ,,,;.,
..,.�.�
insurance, the City of Renton shall not be deemed or cnncrnum to
have assessed the risks that may be applicable to the Contractor
The Contractor shall assess its own nsks and if it deems
appropriate and/or prudent, maintain higher limits and/or hrn�.r
coverage.
Coverage shall include:
(1) Commercial General Liability - ISO 1993 Form or
equivalent. Coverage will be witten on an occurrence basis
and include:
• Premises and Operations Gncluding CG2503• General
Aggregate to apply per protest, if applicable)
• Explosion, Collapse and Underground Hazards
• Products/Completed Operations.
• Contractual Liability (including Amendatory
Endorsement CG 0043 or equivalent which includes
defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal /Advertising Injury
• Stop Gap Liability
(2) Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
• Hired Vehicles
(3) Workers' Coaroensation
• Statutory Benefits (Coverage A) - Show Washington
Labor & Industries Number
(4) Umbrella Liability (when necessary)
• Excess of Commercial General Liability and
Automobile Liability. Coverage should be as broad as
per•
(6) The Contracting Agency reserves the right to regimes and/or
require additional coverages as may be appropriate based on
work performod(i:e. pollution liability).
shall:
1) Be on a primary basis not - contributory with any other
insurance coverage and/or self-insurance carried by CITY
OF RENTON.
2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause (Cross Liability)
4) Policy may not be non - renewed canceled or rnaterlally
changed or altered unless forty -five (45) days prior written
notice is provided to CITY OF RENTON Notification
shall be provided to CITY OF RENTON by certified mail.
t;
Page -SP -10
Revision Date: May 19, 1997
E
D
1 -07 Legal Relations and Responsibilities to the Public 1 -07 Legal Relations and Responsibilities to the Public
LJ
i
2) Certificate of Insurance (Accord Form 25s or equivalent)
conforming to iterns as specified m Sections 1- 07.18(1), 1-
07 18(2) and 1-07.18(3). as revised above. Other
requirements are as follows:
L a Strike the following or similar wording: is
Certificate is issued as a matter of information only
and confers no rights upon the Certificate Holder
b Strike the wording regarding cancellation notification
to the City "Failure to mail such notice shall impose
no obligation or liability of any kind upon the
company, its agents or representatives ",
c. Amend the cancellation clause to state: 'Policy may
not be non - renewed, canceled or materially C1]anaed or
altered unless 45 days prior written notice is provided
to the City ". Notification shall be provided to the
by certified mail.
For Professional Liability coverage only, instead of the
cancellation language specified above. the City will accept a
written agreement that the consultant's broker will provide the
required notification.
SECTION 1-07.20 IS REVISED AS FOLLOWS:
1 -07.20 Patented Devices, Materials, and Processes
(APWA)
The Contractor shall assume all costs arising from the use of
patented devices, materials, or processes used on or incorporated in
the work, and agrees to indemnify: defend, and save harmless
The Contracting Agexicv, and their
duly authorized agents and employees from all actions of any
nature for. or on account of the use of any patented devicss,
materials. or processes.
SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWM.
1 -07.22 Use of Explosiyes (APWA)
operations.
When the use of explosives is necessary for the MM22! tion of
the Work the Contractor's insurance shall contain a special clause
permitting the blasting.
1 -07.23 Public Convenience and Safety
SEC770N 1-07.23(1) IS SUPPLBMBNM BY ADDING THE
FOLLOWING PARAGRAPH
1- 07.23(1) Construction Under
Dust and mud control shall be considered as incidental to
the project, and no con nsation will be made for this
section.
Complaints of dust mud or unsafe practices and/or
property damage to private Ownerslitp will be transmt
to the contractor and prompt action in correatn� diem will
be required by the contractor.
Page -SP -11
Revision Date: May 19, 1997
REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1-
07,18(3) 'LIMrMI WITH THE FOLLOWING:
1- 07.18(3) Limits (RC)
L AM REOUMED
Provi ie coveraae in these stated amounts shall not be
censtmed to relieve the contractor from liability in excess of
such limits The CONTRACTOR shall carry
the following
limits of liability as required below:
Commercial General Liability
General AgvcPft'
$2.000.000-
ProducuConqkwd Operations
$2.000,000 «s
Aggregate
Each occurrence Limit
1S ,000,000
Petsonal/A ftrg inn Injury
1S ,000,0
Fire Daimite (An One Fire)
$50,000
—
Medial Payments (Amy Out Person)
$5.000
SODA (imp Lublrty
1.M..00D
s General Awexate ro apply
per owiect
X90 Form l.Ci1S03 or eatdvalerW
**Amoorrt may vary based on yr*9 risk
Ammobile Liability
Bodily jai MLftperty DROM
1S ,000.E
(Each Acddexrd
Worlme Comoensuion
Snmeory Benefits - age A
Variable
(Show Was =g= labor and Industries Number)
Umbrella Liablity
&a- occwrem Limit
1$ ,000,000
General AsueAM Limit
1S ,000,000
Pmduc;sK;@m0jg94 operations
$1,000.000
to
Professiopal Lability (If required)
Each occurrence/ hx ideet/Ctahn
$1,000,000
$2,000,000
LJ
i
2) Certificate of Insurance (Accord Form 25s or equivalent)
conforming to iterns as specified m Sections 1- 07.18(1), 1-
07 18(2) and 1-07.18(3). as revised above. Other
requirements are as follows:
L a Strike the following or similar wording: is
Certificate is issued as a matter of information only
and confers no rights upon the Certificate Holder
b Strike the wording regarding cancellation notification
to the City "Failure to mail such notice shall impose
no obligation or liability of any kind upon the
company, its agents or representatives ",
c. Amend the cancellation clause to state: 'Policy may
not be non - renewed, canceled or materially C1]anaed or
altered unless 45 days prior written notice is provided
to the City ". Notification shall be provided to the
by certified mail.
For Professional Liability coverage only, instead of the
cancellation language specified above. the City will accept a
written agreement that the consultant's broker will provide the
required notification.
SECTION 1-07.20 IS REVISED AS FOLLOWS:
1 -07.20 Patented Devices, Materials, and Processes
(APWA)
The Contractor shall assume all costs arising from the use of
patented devices, materials, or processes used on or incorporated in
the work, and agrees to indemnify: defend, and save harmless
The Contracting Agexicv, and their
duly authorized agents and employees from all actions of any
nature for. or on account of the use of any patented devicss,
materials. or processes.
SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWM.
1 -07.22 Use of Explosiyes (APWA)
operations.
When the use of explosives is necessary for the MM22! tion of
the Work the Contractor's insurance shall contain a special clause
permitting the blasting.
1 -07.23 Public Convenience and Safety
SEC770N 1-07.23(1) IS SUPPLBMBNM BY ADDING THE
FOLLOWING PARAGRAPH
1- 07.23(1) Construction Under
Dust and mud control shall be considered as incidental to
the project, and no con nsation will be made for this
section.
Complaints of dust mud or unsafe practices and/or
property damage to private Ownerslitp will be transmt
to the contractor and prompt action in correatn� diem will
be required by the contractor.
Page -SP -11
Revision Date: May 19, 1997
ME
1-08 Prosecution and Progress 1 -08 Prosecution and Progress
SECTION 1- 07.24 IS DELETED AND REPLACED BY THE
FOLLOWING:
1 -07.24 Rights of Way (APWA)
Street right of way lines, limits of easements, and limits of
construction permits are indicated on the Drawings. The
Contractor's construction activities shall be confined within these
limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior
to Bid opening, all rights of way and easements, both permanent
and ternporary, necessary for carrying out the completion of the
Work. Exceptions to this are noted in the Contract Documents or
brought to the Contractor's attention by a duly issued Addendum.
Whenever any of the Work is accomplished on or through
property other than public 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 are 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 on the Drawings. The
Contractor shall not proceed with any portion of the Work in areas
where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right
of way or easement is available or that the right of entry has been
received. If the Contractor is delayed due to acts of omission on the
part of the Contracting Agency in obtaining easernem, rights of
entry or right of way, the Contractor will be entitled to an
extension of tune. The Contractor agrees that such delay shall not
be a breach of contract.
Each property owner shall be given 48 hours notice prior to
entry by the Caaracw. 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
sire. Written releases must be filed with the Engineer before
the Completion Date will be established.
SECTION 1 -07.26 (APWA) IS REVISED BY C�NGING ALL.
REFERENCES TO -COMMISSION THE SECRETARY" OR
"STATE" TO READ "CONTRACTING AGENCY. "
SECTION 1 -07.27 (APWA) IS REVISED BY CHANGING
ALL P:EFERENCES TO "STATE" OR "SECRETARY" TO
READ "CONTRACTING AGENCY."
1 -08 Prosecution and Progress
SECTION 1 -08.1 IS DELETED AND REPLACED BY THE
FOLLOWING:
1 -08.1 Preliminary Matters (APWA)
1 -08.1(1) Preconstructign Conference (APWA
The Engineer will furnish the Contractor with up to 10 coojes
of the Contract Documents. Additional doMnents may be
furnished upon request at the cost of teprodutxion. Prior to
undertaking each part of the Work the Contractor shall carefully
study and compare the Contract Doarments and check and verify
pertinent figures shown therein and all applicable field
measurements. The Contractor shall promptly report in writing to
the Engineer any conflict, error or djscr*ancy which the
Contractor may discover.
After the Contract has -been executed, but prior to the
Contractor beginning the Work, a preconstruction conference will
be held between the Contractor, the Engineer and such other
interested parties as may be invited. The 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;
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
meeting the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material source for anoroval if applicable.
4. A Project Schedule.
1 -08.1(2) Subcontracting (APWA)
Work done by the Contractor's own organization shall account
for at least 30 percent of the Awarded Contrad Price. Before
computing this percentage however, The Contractor may subtract
(from the Awarded Contract Price) the costs of any cted
work on items the contract provisions specifically desjgnates maw+
be first excluded from the Awarded Contract Price.
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing Each request to
subcontract shall be on the form the Engineer provides. If the
Engineer requests the Contractor shall provide proof that the
subcontractor has the experience ability, and equipment the work
requires. Each subcontract shall contain a provision which teo ites
the subcontractor to comply with Section 1-07.9 and to furnish all
certificates submittals and statements required by the Contract
Documents.
Along with the request to sublet the Contractor shall submit
the names of any contracting firms the subcontractor proposes to
Page -SP -12
Revision Date: May 19, 1997
J
�i_
l
C!
L
j
i
I�
rl
1-08 Prosecution and Progress 1 -08 Prosecution and Progress
use as lower tier subcontractors. Collectively, these lower tier
subcontractors shall not do work that exceeds 25 percent of the
total amount subcontracted to a subcontractor. When a
subcontractor is responsible for construction of a specific structure
or structures the following work may be performed by lower tier
subcontractors without being subject to the 25 percent limitation:
1 Furnishing and driving of piling, or
2 Furnishing and installing concrete reinforcing and post -
tensioning tied Except for the 25 pemew limn. lower tier
subcontractors shall meet the same requirements as
subconoactort.
The Engineer will approve the request only if satisfied with
the proposed subcmmtractor's prior record equipment, experience,
and ability to perform the work Approval to subcorm= shall not:
1 Relieve the Contractor of any responsibility to carry out the
COMM.
2 Relieve the Contractor of any obligations or liability under
the conaw and the Contractor's bond,
3 Create any contract between the Contracting Agency and
the suboutraclor, or
4 Convey to the subcontractor any rights against the
Contracdag Agency.
The Contracting Agency will not consider as subconntractim:
(1) purchase of sand, gravel crushed stone. crushed slag, batdbed
concrete agoUstes ready mix concrete, off-site fabricated
Dual steel. odieroff -site fabricated items, and any otber
The Conaaaw dnfl certify to the actual amounts paid to any
phadimaZ4 b moi ty or Wonnen's Business EmxPnses firms
drat were �, manufacturers, regular dealers, or
service providers on the contract. This certification shall be
supplied with the Final Application for Payment on the form
provided by the Engineer.
If dissatisfied with any part of the subcontracted work. die
Engineer may request in writing that the subcontractor be removed.
The Contractor shall comply with this request at once and shall not
employ the subcontractor for any further work under the contract.
148.1 Hours of Weak (APWA)
Except in the case_ of emergency or unless otherwise approved
I_f a Contractor desires to perform work on nonuayb,
Sawrdays Sundays or before 7.00 a.m. or after 6:00 p.m. on any
day, the Contractor shall apply in writing to the Engineer for
permission to work such times Permission to work longer than an
8 -hour period between 7.00 a.m. and 6:00 p.nt. is not required.
Such requests shall be submitted to the Engineer no later than noon
on the working day prior to the day for which the Contractor is
requesting permission to work.
Permission to work between the hours of 10:00 o m, and 7.00
a.m. during weekdays and between the hours of 10.00 p.m. and
9:00 a.m. on weekends or holidays may also be subetct to noise
control requirements. Approval to continue work duiritig these
hours may be revoked at any time the Contractor exceeds the
Contracting Agency's noise control regulations or complaints are
received from the public or a(Wirnng property owners regarding
the noise from the Contractor's operations. The Centime shall
have no claim for damages or delays should such permission be
revoked for these reasons.
Permission to work Saturdays, Sundays, holys or other
than the agreed upon normal straight time wonting hours Monday
through Friday may be given subject to certain other conditions set
forth by the Contracting Agency or Engineer. Timse conditions
may include but are not limited to: requiting the Engineer or such
1- OS•1(4) Reimbursement for Overtime Work of
The Contractor by these SpectFitxtions Goes nawr EUUA,..
the Engineer to deduct such costs from the amount due or to
become due the Contractor.
SECHON .1 -08.4 IS DELETED AND REPLACED BY TW
FOLLOWING:
1-08.4 Notice to Proceed and Prose Melon of the Work
(AIWA)
completion of the work There shall be no voluu►a.4 -�-° -- -
slowing of operations by the Contractor wit=`;.."' p^^' snproyal of
the Engineer. Such approval shall not relieve the Contractor nom
the Contractual • obligation to complete the _work wtthin the
prescribed Contract Time.
Page -SP -13
Revision Date: May 19, 1997
1-09 Measurement and Payment 1 -09 Measurement and Pa
ymnent
SECTION 1 -08.5 IS DELETED AND REPLACED WITH THE
FOLLOWING:
1-08.5 'lime For Completion (Contract Tillie) (APWA,
The Work shall be physically completed in its entirety within
the time specified in the Contract Documents or as extended by the
Engineer. The Contract Time will be stated in "working days ",
shall begin on the Notice To Proceed Date, and shall end on the
Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day
on which the contract specifically suspends work, or one of these
holidays: January 1,
emorial Day, July 4, Labor Day,
November 11, Thanksgiving Day, the day after Thanksgiving, and
Christmas Day. When The day before Christmas shall be a
holiday when Christmas Day occurs on a Tuesday or Friday. The
day after Christmas shall be a holiday when Christmas Day occurs
on a Monday, Wednesday, or Thursday. When Christmas Day
oaairs on a Saturday, the two preceding working days shall be
observed as holidays: When'Christmas day occurs on a Sunday,
the two working days following shall be observed as holidays.
When holidays other than Christmas fall on a Saturday, the
preceding Friday will be counted as a non - working day and when
they fall on a Sunday the following Monday will be counted as a
Lion - working day. The Contract Tine has been established to allow
for periods of normal inclement weather which, from historical
The Engineer will furnish the Contractor a weekly report
showing (1) the number of working days charged against the
Cormn= Time for the preceding week; Cl) the Contract Time in
working days; (3) the number of working days remaining in the
Corer= Time; (4) the number of nonworking days; and (5) am
partial or whole days the Engineer declared unworkable . the
previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor
elects to work 10 hours a day and 4 days a week (a 410 schedule)
and the fifth day of the week in which a 4-10 shift is worked would
ordinarily be charged as a working day then the fifth day of that
week will be charged: as a working day whether or not the
Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date
of each report in which to file a written protest of an alleged
discrepancy in the Contract Time as reported. Otherwise, the
report will be deemed to have been accepted by the Contractor as
correct.
The requirements for scheduling the Final Inspection and
establishing the Substantial Completion, Physical Completion and
Completion Dates are specified in Sections 1 -05.11 and 1 -05.12.
SECTION I -08.9 IS REVISED PER SECTION 1 -05.11.
1 -08.10 Termination of Contract (APWA)
SECTION 1 -08.10(1) IS SUPPLEMENTED BY REVl.41)yr ALL
r
REFERENCES TO 'STATE TREASURER, DEPARTsING n
TRANSPORTATION" IN THE LAST SENTF,IVCE
PARAGRAPHS Tb READ 'CONTRACTING AGENCY, "
SECTION 1 -08.11 IS A NEW SECTION:
1 -08.11 Contractor's Plant and Equipment (RC)
The contractor alone shall at all times be responsible for the
adequacy, efficiency, and sufficiency of his and his subcontractors
plant and equipment. The Owner shall have the right to make ua•
of the contractor's plant and equipment m the performance of any
work on the site of the work.
1 -08.12 Attention to Work (RC)
The contractor shall give his personal attention to and shall
supervise the work to the end that it shall be prosecuted faithfully,
and when he is not personally present on the work site, he shall at
all times be represented by a competent superintendent. who shall
have full authority to execute the same, and to supply materials,
tools, and labor without delay, and who shall be the legal
representative of the contractor. The contractor shall be liable for
the faithful observance of any instructions delivered to him or to
his authorized representative.
1 -09 Measurement and Payment
SECTION 1 -093 IS SUPPLEMENTED BY ADDING THE
FOLLOWVVG.
1-09.1 Measurement of Quantities (RC)
Where items are specified to be paid by the ton the following
system will be used:
Each truck shall be clearly numbered to the satisfaction of the
4. Net load weight (stamped at source).
5. Driver's name and date.
Page -SP -14
Revision Date: May 19, 1997
EII
F-1
Fil
Fll�'
r�
1
1
1
1
�rl
u
L1
I�
i
1-09
Measurement and
6. Location for delivery.
7. Pay item number.
8. Contract number and/or name.
The Contractor shall submit a breakdown of costs for each
Jump sum Bid Item The breakdown shall list the items included in
the lump sum together wide a unit price of labor, materials and
equipment for each item. The summation of the detailed unit
prices or each item shall add up to the lump stun Bid. The unit
pries values may to used as a guideline for determining progress
paymggs or deductions or additions in payment for ordered work
changes The detailed test breakdown of each lump sum item shall
be submitted to the Engineer prior to the Preconstctxxion
Conference.
SECTION 1-09.2 (APWA) IS SUPPLEMENTED BY REVISING
All REFERENCES TO `MATERIAL RECEIVER" TO READ
'ENGINEER'
S8CHON 1-09.3 IS SUPPLEMENTED BY ADDING THE
POLLOWING:
1.09,3 Scope of Payment (APWA, RQ
by the Catrtractot and the WOM is sot sumo -as uirauaw w vg
itiadeaad to a pay loan in the contract and is not work that would
be required to complete the intern of the Contract per Saxion 1-
04 I, then paymag for that Work will be made as for Extra Work
pocwant to a Change Order.
The words'Bid Item " "Carmact Item," and "Pay Item," and
sntular tarts used throutdmit - the Contract Doamiaxs are
Contracting Agency storage site wnen 2Mv1aea .w' u. ,,,-
Specifications Payment for material 'furnished.' but not yet
utoorporated into the Work may be made on monthly estimates to
the extent allowed.
SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO agxA - UARTERS' MATERIAL
1 -09 Measurement and
LABORATORY" TO READ "CONTRACTING AGENCY'S
MATERIAL LABORATORY. "
SECTION 1 -09.9 IS DELETED AND REPLACED BY THE
FOLLOWING:
1 -09.9 Payments (APWA)
1 -09.9(1) Progress Payments (APWA)
Progress payments for completed work and material on hand
will be based upon progress estimates prepared by the Engineer. A
progress estimate altoff date wlll be established at the
preconstniction meeting.
Within 3 days after the progress estimate cutoff date (but not
more often than once a month) the Contractor shall submit to the
Engineer for review an Application for Payment, filled out and
signed by the Contractor, covering the work completed prior to the
progress estimate cutoff date. The Application for Pavmatt shall be
accompanied by station supporting the Contractor's
Application for Payment.
If payment is requested for materials and egukwient not
incorporated in the work, but delive sW and stored at =moved sites
purstum to the Contract Documents, the Application for Payment
shall be accompanied by a bill of sale, invoice, or other
documentation warmatma that the Contractor has received the
materials and egmpnuw aid evidence that the materials and
egumment are covered by appropriate inwran a or other
arrangements to protect the Engineer's interests the vein.
The initial progress estimate will be made not later than 30
days after the Contractor commences the Work., and Suasive
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 deteraimmg
progress payment The progress estimates are subject to change at
any time prior to the calculation of the Final Payment -per
Section 1-09.9(4).
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 --the estimated
percentage complete multiplied by the Bid Forms amount for each
Lump Stan Item.
3 Materials on Hand 90 t of invoiced cost of
material delivered to Job site or other storage sees approved by the
Engineer.
4 Change Orders — entitlement for atiproved extra cost or
completed extra work as determined by the F,ngmeex.
Progress payments will be made m accordance with the
progress estimate less:
1 Five (5) percent for retained peTM> e v made.
2 The amount of Progress Payments prenousl_ for
3 Funds withheld by the Contracting Age
disbursemecic in accordance with the Contract Docamle'u• evidence
progress payments for work performed shall
of acceptable performance or a- admission by the Contracting
Agency that any work has bee- satisfactorily completed.
Payments will be made by wawa -ts issued pv me Contracting
Agency's fiscal officer, against the appropriate fund for the
project Payments received on account of work performed
subcontractor are subject to the provisions of RCW 39.04.250.
IF Page -SP -15
Revision Date: May 19, 1997
1-09 Measurement and Payment 1 -09 Measurement and Payment
1-09.9(2) Retainage (APWA,RCZ
Pursuant to RCW 60.28 there will be retained from monies
earned by the Contractor on progress estimates a sum not to exceed
5 percent of the monies earned by the Contractor. Such retainage
shall be used as a trust fund for the protection and payment (1) to
the State with respect to taxes imposed pursuant to Title 82, RCW
which may be due from such Contractor, and (2) the claims of any
person arising under the Contract.
Monies reserved under provisions of RCW 60.28 shall, at the
option of the Contractor, be:
1. Retained in a fund by the Contracting Agency.
2. Deposited by the Contracting Agency in an interest -
bearing account in a bank, mutual savings bank, or savings and
loan association (interest on monies so retained may be paid to the
Contactor).
3. Placed in escrow with a bank or trust company by the
Contacting Agency. When the monies reserved are to be placed in
escrow the Contracting Agency will issue a check represamting the
sum of the monies reserved payable to the bank or trust company
and the Contractor jointly. Such check shall be converted into
bonds and securities chosen by the Contractor and approved by the
Co aacting Agency - and the bonds and securities bad in escrow.
Interest on the bonds -and securities may be paid to the Contractor
as the interest accrues.
The Contractor shall designate the option desired ea-41w
at
least 10 working days prior . to the first progress payment for the
contract. The Contractor in choosing option Q) or (3) agrees to
assume full responsibility to pay all costs which may accrue from
esmm services, brokerage charges or both, and further agrees to
assume all risks in connection with the investment of the retained
peicenages in securities. The Contracting Agency may also, at its
option, accept a bond for all or a portion of the contractor's
retaitnge.
Release of retained percentage will be made 60 days following
the Completion Date (pursuant to RCW 39.12, RCW 39.76, and
RCW 60.28) provided the following conditions are met:
1. On contracts totaling more than $20,000.00, a release has
been obtained from the Washington State Department of Revenue
(RCW 60.28.051).
2. No claims, as provided by law, have been filed against
the retained percentage.
3. Affidavit of Wages Paid is on file with the Contracting
Agency for the Contractor and all Subcontrac tors regardless of tier
(RCW 39.12.040).
In the event claims are filed the Contractor will be paid such
retained percentage less an amount sufficient to pay any such
claims together with a sum determined by the Contracting Agency
sufficient to pay the cost of foreclosing on claims and to cover
attorney's fees.
Retainage will not be reduced for any reason below the
m_ inimum limit provided by law.
Pursuant to Section 1-07.10, the Contractor is responsible for
submitting to the State L&I a "Request for Release' form in order
for the Contracting Agency to obtain a - release from that
department with respect to the payments of industrial insurance
medical aid premiums. The Contracting Agency will existire the
Washington State Employment Security Department and any
applicable Contracting Agency department or organization are
notified of Contract completion in order to obtain releases from
those departments or agency organizations.
1- 09.9(3) Contracting Agency's 3 3,ht to Wittiti,,,.,
and Disburse Certain Am( ttgats APWA)
In addition to icings retained Pursuant to RCW 60.2g and
subject to RCW 39.04.250, RCW 39.12, and RCW 39.76 the
Contractor authorizes the Engineer to . wrthlmold . progress PaYMents
due or deduct an amount from any paymamt or DavmeMC due the
Contractor which, in the Engineer's opmmn, may be a to
cover the Contracting Agency's costs for .or to remedy &e
-
following situations.
1. Damage to another contractor when there is evidence
thereof and a claim has been filed.
2. Where the Contractor has not paid _L4-charges to
public authorities or municipalities which the Contractor
obligated to pay.
3. Utilizing material, tested and inspected by the ftineer,
for purposes not connected with the Work (Section 1-05.6)
4. Landscape.damage assessments per Section 1-07.16.
S. For overtime work performed by City personnel per
Section 1- 08.1(4).
6. Anticipated or actual failure of the Contractor to
complete the Work on time:
per day set forth is Contract Documents multiplied by the number
of days the Contractor's approved progress schedule, in the opinion
of the Engineer, indicates the Contract may exceed the Contract
Time.
7. Failure of the Contractor to perform any of the
Contractor's other obligations under the contract, including but not
limited to:
a. Failure of the Contractor to provide the Engineer with a
field office when required by the Contract Provisions.
b. Failure of the Contractor to protest survey stakes,
markers, etc., or to provide adequate survey work as required by
Section 1-055.
c. Failure of the Contractor to correct defective or
unauthorized work (Section 1 -05.8)
d. Failure of the Contractor to furnish a Manufacture's
Certificate of Compliawe in lieu of material testing and inspection
as required by Section 1 -06.3.
e. Failure to submit wtekly payrolls Intent to Pay.
Prevailing Wage forms, or correct underpayment to employees of
the Contractor or subcontritctor of any tier as required by Section
1 -07.9.
L Failure of the Contractor to pay worker's benefits (Title
50 and Title 51 RCW) as required by Section 1- 07.10.
this
prior to the expiration of the 15-calendar day period
1. no legal action has commenced to resolve the validity of
the claims, and
2. the Contractor has p protested such disbursement.
Page -SP -I6
Revision Date: May 19, 1997
0
U-
H
1",
0
Li
�1
11
�l
l
l
1-09 Measurement and Payment • 1 -09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the
Contractor in accordance with this section will be trade. A
payment made pursuant to this section shall be considered as
paymat made under the terms and conditions of the Contract. The
Contracting Agency shall not be liable to the Contractor for such
payment trade . in good faith.
If legal action is instituted to determine the validity of the
claims prior to expiration of the 15-day period mentioned above,
the Engineer will hold the funds until determination of the action or
written settlement agreement of the parties.
1-09.90 Final Payment (APWA)
Upon Acceptance of the Work by the Contracting Agency the
fuel amount to be paid the Contractor will be calculated based
upon a Froal Progress Estimate made by the Engineer. Acceptance
by the Contractor of the Final Payment shall be and shall operate as
a release:
1 to the Contracting Agency of all claims aid all liabilities
of the ContrUM other than claims in stated amounts as may be
speeffically excepted in writing by the Contractor:
2 for all dqM done or furnished in connection with the
3 for every act and neglect by the Contracting Agency: and
4 for all other claims and liability relating to or Mising out
of the work. ..
Specifications.
If the Contractor fails refuses or is unable to sign and return
Are Foal Progress Fstimate or any other doaiments recurred for
ire fuel acceptance of the contract the Contracting Agency
reserves the right to establish a completion date and unilaterally
accept the contract. Unilateral acceptance will ooarr only after the
unilaterally accept the contract will apply to contracts mat are
completed in accordance with Section 1-08.5 or for contracts that
are terminated in accordance with Section 1-08.10. Unilateral
acceptance of the contract by the Contracting Agency does not in
any way relieve the Contractor of the provisions under contract or
of the responsibility to comply with all laws, ordinances and
a.—
regulations — Federal, State, or local — that affect the contract.
The date the Contracting Agency unilaterally signs the Final
Progress Estimate constitutes the final acoerxaihce date (Section 1-
05.12).
1 -09.11 Disputes and Claims
SECTION 1 -09.11(2) IS REVISED AS FOLLOWS.
1- 09.11(2) Claims (APWA)
Failure to submit with the Final Application for Payment iM—nal
ch information and details as
described in this section for any claim shall operate as a waiver of
the claims by the Contractor as provided in Section 1-09.9.
SECTION 1 -09.11(3) IS DELETED AND REPLACED BY THE
FOLLOWING.
1- 09.11(3) TSmeLWtations and Jurisdiction
(AMA)
brought within 180 days from the date of Final Acceptance of the
contract by the Contrading Agency. The =ties undet%tand 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 a Contractor asserts against the
Contracting Agency arising from this contract are filed -with the
Contracdng Agency or initiated in court, the Conhactor 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 actions.
1 -09.13 Arbitration
SECTION 1 -09.13(2) (RC) IS SUPPLEMENlBD BY
REPLACING ALL REFERENCES TO "THIIR.STON co17NTY'
WITH THE WORDS "SING COUNTY. "
SECTTON 1 -09.13(3) IS SUPPLEMENTED BY ADDING:
t-M 11M Prnonrizn-pc to Pursue Arbitration (RQ
thereof;
3 Is arbitrary and/or is not based upon the applicable facts
and the law controlling the issues submitted to arbitratron. The
board of arbitrators shall support its decision by setting forth in
writing their findings and conclusions based on the evidence
adduced at any such hearing.
Page -SP -l7
Revision Date: May 19, 1997
No
1 -10 Temporary Traffic Control 1 -10 Temporary Traffic Control
The arbitration shall be conducted in accordance with the
statutes of the State of Washington and court decisions governing
Such procedure.
The costs of such arbitration shall be borne equally by the City
and the contractor unless it is the board's majority opinion that the
contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne
by the contractor.
1 -10 Temporary Traffic Control
SECTION 1 -10.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
1 -10.1 General
Whed the bid proposal includes an item for 'Traffic Control.°
the work required for this item shall be all items described in
Section 1 -10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers,
construction signing and other channelization devices,
unless a pay item is in the bid proposal for am spec
device and the Special- Provisions specify furnishing,
maintaining, and payment in a different manner for that
device;
2. Furnishing traffic control labor, equipment, and supervisory
personnel for all traffic control labor:
3. Furnishing any necessary vehicle(s) to set up and remove
the Class B construction signs and other traffic control
devices'
4. Furnishing labor and vehicles for patrolling and maintaining
in position all of the construction signs and the traffic
control devices, unless a pay item is in the bid proposal to
specifically pay for this work; and
S. Furnishing labor, material, and equipment necessary for
cleaning up, removing, and replacing of the construction
signs and the traffic control devices destroyed or damaged
during the life of the proiect.
6. Removing existing signs as specified or a directed by the
engineer and delivering to the City Shops or storing and re-
installing as directed by the Engineer.
7. Preparing a traffic control plan for the project and
designating the person responsible for traffic control at the
work site. - =The traffic control plan shall include
descriptions of the traffic control methods and devices to be
used by the prime contractor, and subcontractors, shall be
submitted at or before the preconstruction conference and
shall be subject to review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to
notify them in advance of any work that will affect and
traveled portion of a roadway.
9 . Assuring that all traveled portions of roadways are open to
traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m.
and 3:00 p.m, to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs
during periods when they are not needed.
If no bid item 'Traffic Control" appears in the proposal then
all work required by these sections will considered incidental and
their cost shall be included in the other items of work.
If the Engineer requires the Contractor to furnish add
Quluonal
channelizing devices, pieces of equipment, or serviced which wa could
not be usually anticipated by a prudent contractor f L
maintenance and protection of traffic, then a new rth., ., a:. ""
.• ••. ucuiS
may be established to pay for such items. Further limitatio for
consideration of payment for these items are that thtw .
covered by other pay items in the bid proposal. tt„m.. are `�"`
WG IWI
specified in the Special Provisions as incidental and they
accumulative cost for the use of each individual izin
device, piece of equipment, or service must exceed tam in total
cost for the duration of their need. In the event of d the
Engineer will determine what is usually anticipated pro s
contractor. The cost for these items will be by aereed price price
established by the Engineer, or by force account. Additi_enai item,
required as a result of the Contractor's modification to the t c
control plan(s) appearing in the contract shall not be covered by the
provisions in this paragraph.
If the total cost of all the work under the contract increases or
decreases by more than 25 percent an equitable adiusttnent will be
considered for the item "Traffic Control" to address the increase or
decrease.
SEC770N 1- 10.2(1) TRAFFIC CONTROL SUPERVISOR IS
REVISED AS FOLLOWS
1- 10.2(1) Traffic Control SupervisorLRQ' (SA)
Siigei;iser: =Tthe Contractor shall designate an individual or
individuals to perform the Traffic Control Supervisor's (ws) duties
for the project. The TCS shall be certified inns -a wodcsite traffic
control
The TCS shall assure that
per#bFm all the duties of the TCS are performed during the duration
of the contract.
7. Ensuring that corrections are made if traffic control
devices are not functioning as required. The TCS may
make minor revisions to the traffic control plan to
accommodate site conditions as long as the original intent
of the traffic control plan is maintained and the revision
is in conformance
with established standards.
Possession of a current flagging card
by the TCS is mandatory.
SECTION 1- 10.2(2) IS SUPPLEMENTED AS FOLLOWS:
1- 10.2(2) Traffic Control Plans RC
The Contractor shall be responsible for assuring that traffic
control is installed and maintained in conformance to established
standards. The Contractor shall continuously evaluate the
operation of the traffic control plan and take prompt action to
correct any problems that become evident during operation.
SECTION 1- 10.3(3) HAS BEEN REVISED AS FOLLOWS:
1- 10.3(3) Cons(ruction Signs
All signs required by the approved traffic control plan(s) as
well as any other appropriate signs prescribed by the Engineer,'or
required to conform with established standards will be furnished
by th Contractor.
r_-
Page -SP -18
Revision Date: May 19, 1997
1 1 -11 Renton Surveying Standards 1 -11 Renton Surveying Standards
I
n
J
it
J
1
0
I � J
No separate pay item will be provided in the bid proposal for
Class A or Class B construction signs
I adwr—costs for the work to
provide Class A or Class B construction signs shall be included in
the unit contract price for the various other items of the work in the
bid proposal.
SECTION 1- 10.3(6) IS REVISED AS FOLLOWS:
1- 10.3(6) One -Way Piloted Traffic Control Through
Construction Zone
80 G-AtMl
�acraatcai.
C,ontractowFWnished One -Way Piloted Traffic Control. The
Contractor shall furnish the pilot car(s) and driver(s) for the pilot car
control area Any necessary Baggers shall be furnished by the
Mated Mraffic Contractor
w
DELI= SECTION 1 -10.4 AND REPLACE WITH.•
1 -10.4 Measurement (RC) (SA)
No specific unit of measurement will apply to the lump sum
item of "Traffic Control".
SEC77ON 1I&S IS REVISED AND SUPPLEMENTED AS
FIOLT.OWS.
1 -10.S Payment (RC)
payment for ail labor, material, and equipment described in
Section 1 -10 will be made in accordance with Section 1 -04.1, for
the following bid items when dwY an ncluded in the proposal:
'Tmff a Control," lump mm.
Tire lump stun contract price shall be full pay for all costs not
covered by o(ber specific pay items in the bid proposal for
turaishirta ins jng maintaining and removing traffic control
devices required by the contract and as directed by the Engineer in
Conformance with accepted standards and in such a manner as to
maximize safety, and minimize disruption and hiconvemewe to the
_mil.
Progress payment for the lump sum item "Traffic Control"
will be made as follows:
a Wliat the initial warning signs for the beginning of the
project and the end of constriction signs are installed
and approved by the Emineer 30 percent of the
amount bid for the item will be paid.
b payment for the remaining 70 percent of the amount
bid for the item will be paid on a prorated basis in
accordance with the total job progress as determined
by progress payments.
The item "Traffic Control" will be considered for an egujtable
adjustment per Section 1-04.6 only when the total Contract rim
increases or decreases by more than 25 percent.
The Lump Sum wtU contract price PoWww-shall be lull
pay for all costs involved in furnishing the pilot car(s), pilot car
driver(s), and the appropriate pilot car sign(s) for any anapilot
car operation. Any necessary flaggers will be paid under the
item for traffic controlasbac.
..
The Lump Sum tacit contract price per4ww_sha1l be full
pay for all costs for the labor provided for performing those
construction operations described in Section 1- 103(1) and as
authorized by the Engin n bo
The Lump Sum trait contract price laes..cqum fggs-of
panel- aces -shall be full pay for all costs for performing the
work described in Section 1- 103(3) and Section 1- 103(4).
This payment will include all labor, equipment, and vehicles
necessary for the initial acquisition, the initial installation of
Class A signs, and ultimate return of all Contracting Agency.
furnished
The Lump Sum tacit contract price pec-dsg.shall be full
pay for all costs involved in fivaishing the persons) assigned
as the "Traffic Control Supervisor"
All costs for the vehicles) required for
the Traffic Control Supervisor shall be included in the Lump
Sum trait contract price for "Traffic Control- Stipowsim"
n
be paid
WA for. th.c ;tam *91 W paid on a pr-Gatcd-b. -sic 'A
" The Lump Sum 4aii -- 00ntract price shall be full
pay for all costs involved in furnishing the vehicle or vehicles
for the work described in Section 1- 10.3( -of
"
1,abac"
1-11 Renton Surveying Standards
1 11 1(1) Responsibility for surges C under die
All surveys and survey reports shall be prepared
direct supervision of a person registered to lames
under the provisions of Chapter 18-43 RCW. m accorda=
All surveys and survey reports shall be prepared on for
with the requirements established by the Board of AMER ."W'"
professional Englneers and Land Surveyors under the provmom of
Chapter 18.43 RCW.
1-
Page -SP -19
Revision Date: May 19, 1997
1 -I1 Renton Surveying Standards 1 -11 Renton Surveying Standards
1- 11.1(2) Survey Datum and Precision (RC)
The horizontal component of all surveys shall have as its
coordinate base: The North American Datum of 1983/91.
All horizontal control for proiects must be referenced to or in
conjunction with a minimum of two of the City of Renton's Survey
Control Network monuments. The source of the coordinate values
used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed
the closure requirements of WAC 332 - 130-060. The control base
litres for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard
Detall Requirements for ALTAIACSM Land Title Surveys jointly
established and adopted by ALTA and ACSM in 1992 or
comparable classification in future editions of said document. The
angular and linear closure and precision ratio of traverses used for
survey control shall be revealed on the face of the survey drawing,
as shall the method of adiustment.
The horizontal component of the control system for surveys
using global positioning system methodology shall exhibit at least 1
part in 50,000 precisltsn in line length dependent error analysis at a
95 percent confidence level and performed pursuant to Federal
Geodetic Control Subcommittee Standards for GPS control surveys
as defined in Ge~nc Geodetic Acauncy Standards do
SnecU!cationtr for Using GPS Relative Positioning Ted niputs dated
August 1, 1989 or comparable classification in future editions of
said document.
The vertical component of all surveys shall be based on
NAVD 1988, the North American Vertical Datum of 1988, and
tied io at least one of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks within 3000 feet of
the project site a tie to both shall be made. The benchmark(s) used
will be shown on the drawing. If a City of Renton benchmark does
not exist within 3000 feet of a proiect, one must be set on or near
the project in a permanent manner that will remain intact
dnrOUighout the duration of the proiect. Source of elevations
(bendunark) will be shown on the drawing, as well as a description
of any bench marks established.
1- 11.103) Subdivision Information (RC)
Those surveys dependent on section subdivision shall reveal
the controlling monuments used and the subdivision of the
applicable quarter section.
Those surveys depandent on retracenent of a plat or short plat
shall reveal the controlling monuments, measurements, and
mretiiodology used in that retracement.
1- 11.1(4) Field Notes (RC)
Field notes shall be kept in conventional format in a standard
bound field book with waterproof pages. In cases where an
electronic data collector is used field notes must also be kept with a
sketch and a record of control and base line traverses describing
station occupations and what measurements were made at each
point.
Every point located or set shall be identified by a number and
a description. Point numbers shall be unique within a complete
job. The preferred method of point numbering is field notebook,
page and point set on that page. Example: The first point set or
found on page 16 of field book 348 would be identified as Point
No. 348.16.01, the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field
notebook(s) provided by the City or the original field notebook(s)
used by the surveyor will be given to the City. For all other work
surveyors will provide a copy of the notes to the City upon request.
In those cases where an electronic data collector is used a hard
copy print out in ASCII text format will accompany the field notes-
1-11.1(5) _Corners and Monuments (RC)
Conner A point on a land boundary, at the iutxxu_M of two or
more boundary lines. A monument is usually set at such Raints
physically reference a corners location on the ground.
Monument Any physical obiect or structure of record wbic ,
marks or accurately references:
• A corner or other survey point established by or iinder the
supervision of an individual per section 1- 11.1(1) and an y
corner or monument established by the General Land Office
and its successor the Bureau of Land Management including
section subdivision corners down to and mcl inv one-
sixteenth: comers: and
• Any permanently monume ited boundary, right of way
alignment, or horizontal and vertical control points established
by any governmental agency or private surveyor including
street intersections but excluding dependent interior lot
1- 11.1(6) Control or Base Line Surry
Control or Base Line Surveys shall be established for Al
construction proiectc that will create permanent structures such as
roads, sidewalks, bridges, utility lines or appurtenances, signal or
light poles, or any non- single family building. Control or Base
Line Surveys shall consist of such number of permanent
monuments as are required such that every structure may be
observed for staking or "as- builting" while occupying one such
monument and sighting another such monument. A minimum of
two of these permanent monuments shall be existing monuments.
recognized and on record with the City of Renton. The Control or
Base Line Survey shall occupy each monument in turn, and shall
satisfy all applicable requirements of Section 1 -11.1 herein.
The drawing depicting the survey shall be neat, legible, and
drawn to an appropriate scale. North orientation should be clearly
presented and the scale shown graphically as well as noted. The
drawing must be of such quality that a reduction thereof to one -half
original scale retrains legible.
If recording of the survey with the King County Recorder is
required, it will be prepared on 18 inch by 24 inch mylar and will
comply with all provisions of Chapter 58.09 RCW. A
photographic molar of the drawing will be submitted to the City of
Renton and, upon their review and acceptance per the sae. c
requirements of the proiect the original will be recorded with the
King County Recorder.
If recording is not required the survey drawing shall be
prepared on 22 inch by 34 inch molar, and the original or a
photographic molar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requiiternent -0
WAC 332 - 130-050 and shall conform to the City Of Renton -s
Drafting Standards American Public Works Association symbols
shall be used whenever possible and a legend shall identi all
symbols used if each point marked by a symbol is not described at
each use.
An electronic listing of all principal points shown on the
drawing shall be submitted with each drawing The listing should
include the point number designation (corresponding with that in
the field notes) a brief description of the point and northing.
casting, and elevation (if applicable) values. all in ASCII format,
on IBM PC compatible media.
Page -SP -20
Revision Date: May 19, 1997
R
U11-
0
0
F,
fl
J
i�
i
I
L-A
i.l
iI
1 -11 Renton Surveying Standards 1 -11 Renton Surveying Standards
1 -11.10 Precision Levels (RC)
Vertical Surveys for the establishment of bench marks shall
satisfy all applicable requirements of section 1 -05 and 1 -11.1.
Vertical surveys for the establishment of bench marks shall
mat or exceed the standards specifications and procedures of third
order elevation accuracy established by the Federal Geodetic
Control Committee.
Bench marks must possess both pernuanence and vertical
stability. Descriptions of bench marks must be complete to insure
both reeoverablilty and positive identification on recovery.
1-11.1(8) Radial and Station — Offset Topography
Topographic shall satisfy all applicable requirements
of section 1 -11.1 herein.
All points occupied or back sighted in developing radial
k"gu oy or establishing basdines for station — offset topogr ft
:hall mat the requirements of section 1 -11.1 herein.
The lowing and electronic listing requirements set forth in
section 1 -11 1 herein shall be observed for all topographic surveys.
1-11.1(10) Station - -Offset Topography (RCS
Elevations of the baseline and topographic points shall be
detamined by spirit leveling and shall satisfy Federal Geodetic
CMM Committee speraficationu as to the tan points and shall not
exceed 0.1 foot's error as to side shots.
1- 11.1(11) As -Built Survey (RC)
The drawing and electronic casting requiremens see IOM m
section 1-11.1(6) herein shall be observed for all 'as- built"
surveys.
1- 11.1(12) Monument Setting and Referen�n¢ �C)
All property or lot corners, as defined in 1-11.1 r�
established or reestablished on a plat or other recorded surge shah
be referenced by a permanent marker at the corner point per i
11.2(1). In situations where such markers are impractical or in
danger of being destroyed, e.g., the front corners of lots a,
marker shall be set. In most cases, this will be the extension of the
lot line to a tack in lead in the curb. Thep—been the
witness monuments and their respective corners shall be shown or
described on the face of the plat or survey of record, e.e.. "Tacks
m lead on the extension of the lot side lanes have been set in the
curbs on the extension of said line with the curb.- In all other
cases the corner shall meet the requirements of section 1 -11 2(1)
herein.
All non corner monuments as defined in 1- 11.1(5), shall meet
the requirements of section 1- 11.2(2) herein. If the monument
falls with in a paved portion of a right of way or other area the
monument shall be set below the ground surface and contained
within a -lidded case kept separate from the Monument and flush
with the pavement surface. per section 1- 11.2(3).
in the case of right of way centerline monuments all points of
curvature (PC), Vents of tangency (PT). street iruetsections. center
points of ail de sacs shall be set. If the point of intersection, PI,
for the tangents of a carve fall within the paved portion of the right
of way. a monument an be set at the PI instead of the PC and PT
of the curve.
with the city.
1 -11.2 Materials
1- 112(1) Proyetty/Lot Corners (RC)
Comers per 1 11 1(5) shall be marked m a permanent manner
such as 1/2 inch diameter rem 24 inches n durable metal
plugs or caps tack in lead etc and permanently marked or tagged
with the surveyor's identification number The specfic nature of
the marker used can be determined -by the surveyor at the time of
installation.
1- 112(2) Monuments (RC)
Monuments per 1-11.1(5) shall mat the rcguirm cuts 11 1
forth in City of Renton Standard Plans page H031 and permanehtly
marked or tagged with the surveyor's udenttficaton number.
1 11 2(3) Monument Case and Cover
Materials shall meet the requiremen ts of section 9-22 and City
of Renton Standard Phut page H031.
Page -SP -2l
Revision Date: May 19, 1997
2-02 Removal of Structures and Obstructions 2 -03 Roadway Excavation and Embankment
Division 2
Earthwork
2-02 Removal of Structures and
Obstructions
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
2- 02.3(3) Removal of Pavement, Sidewalks, and
Curbs RC
In removing pavement, sidewalks, and curbs, the Contractor
shall:
1. haul broken -up pieces
to some off - project site.
1) CG*9; any*eGge bwied Within the Fi& of Way with At
S. When an atta where pavement has been removed is to be
opened to traffic before pavement patching has been completed
temporary mix asphalt. concrete patch shall be required.
Temporary patching shall be placed to a minimum depth of 2
inches immediately after backfilling and compaction are complete
and before the road is opened to traffic. MC cold mix or MC hot
m_ ix shall be used at the discretion of the Engineer.
N pavements, sidewalks, or curbs lie within an excavation
area and are not tnentioned as separate pay items, their removal
will be paid for as part of the quantity removed in excavation. If
they 144 a"
mF tioned as a separate item in the proposal, they will be measured
and paid for as provided under Section 2-02.5, and will not be
included in the quantity calculated for excavation.
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING:
2-02.5 Paymentjg
2. "Saw Cuttina', per Lineal Foot.
3. "Remove Sidewalk'. per Square Yard.
4. "Remove Curb and Gutter', per Lineal Foot.
S. 'Cold Mix per Ton
6. 'Remove As"( Concrete Pavement." per square yard.
7. "Remove Cement Concrete pavement," per square yard.
8. "Remove existing ," per
All costs related-tolhe removal and disposal of structures and
obstructions including saw cutting, excavation bacldilling and
temporary asphalt shall be considered incidental to and included in
Other items unless designated as specific bid items in the proposal
2-03 Roadway Excavation and
Embankment
SECTION 2 -03.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
2-03.3 Construction Requirements (RC)
Roadway excavation shall include the removal of all materials
excavated from within the limits shown on the plans.-
lans Suitable
excavated material shall be used for embankments while surplus
excavated material or unsuitable material shall be disposed of by
the Contractor.
Earthwork quantities and changes will be Co nl!H .1
manually or by means of electronic data processin g em.. G11`r
n^�au o
use of the average end area method. Any changes to the to
work as directed by the Engineer that would alter thee. r;f;es
shall be calculated by the Engineer and submitted to the l•`rnh,
aaa.ava
for his review and verification.
Any excavation or embankment beyond the limits_ indicated in
the Plans, unless ordered by the Engineer, shall not tie id for
All work and material required to return these aurae to their
original conditions, as directed by the Engineer, shall be provided
by the Contractor at his sole expense.
All areas shall be excavated filled and/or backfilled as
necessary to comply with the grades shown on the Plane In Area
and backfdled areas, fine grading shall begin during the placernenr
and the compaction of the final laver. In cut sections fin, ,a dina
shall begin within the final six (6) inches of cart Fug gradin
shall produce a surface which is smooth and even without abrupt
changes in grade.
Excavation for curbs and gutters shall be accotpplished by
Cutting awmtely to the cross sections grades and elevations
shown. Care shall be taken not to excavate below the speeded
grades. The contractor shall maintain all excavations free from
detrimental quantities of leaves, brush, sticks trash and other
debris until final acceptance of the Work.
Following removal of topsoil or excavation• to grade and
before placement of fills or base course the subgrade under the
roadway shall be proofrolled to identify any soft or loose areas
which may warrant additional compaction or excavation and
replacement.
The Contractor shall provide temporary drainage or protection
to keep the subgrade free from standing water.
Acceptable excavated native soils shall be used for fill in the
area requiring fills. Care shall be taken to place excavated material
at the optimum moisture content to achieve the specified
compaction. Any native material used for fill shall be free of
organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the
native materials from becoming saturated with water. The
Gravel. Borrow shall be used.
If subgrade trimmer is not required on the project, all portions
of Section 2 -03 shall apply as though a subgrade trimmer were
specified.
If sufficient acceptable native soils, as determined by the
Engineer, are not available to complete construction of the roadway
embankment, Gravel Borrow meeting the requirements of Section
9 -03.14 of the Standard Specifications shall be used.
SECTION 2 -03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
2 -03.4 Measurement (RC)
The Contracting ,Agency will use the following methods to
measure work performed unless specific exceptions in other
sections provide otherwise:
1. At the discretion of the engineer. roadway excavation,
borrow excavation, and unsuitable foundation excavation - by the
1-
Page -SP -22
Revision Daft. May 19, 1997
1 2-04
t
t
n
n
0
L�
Haul
cubic yard (adiusted for swell) may be measured by truck in the
hauling vehicle at the point of loading. The contractor shall
provide truck tickets for each load removed. Each ticket shall have
the truck number, time and date and be approved by the engineer.
SECTION 2 -03.5 IS REVISED AS FOLLOWS:
2-03.5 Payment (RC)
Payment will be made for the following bid items when they
are included in the proposal:
1. "Roadway Excavation" or "Roadway Excavation — Area
A (B, C. etc.) ", per cubic yard.
When the Engineer orders excavation 2 feet or less below
subgrade. unit contract prices for roadway excavation and haul
shall apply. If he orders excavation more than 2 feet below
subgrade. that part below the 2 -foot depth shall be paid for as
Provided in ceWea 4 04.4 Item 3 of this payment section. In this
case, all items of work other than roadway excavation shall be paid
at unit contract prices.
The unit contract price per cubic yard shall be full pay for
excavating. loading• placing, or otherwise disposing of the
material.
bau{. 1g, ftt case 4T6e unit contract price per cubic yard shall
include haul.
3. 'Unsuitable Foundation Excavation ", per cubic yard.
The unit protract price per cubic yard for "Unsuitable
Foundation Excavation" shall be full pay for excavating, loading,
and disposing of the material.
ilIGUNliall haw In dat G—,
The unit contract price per
pubic yard shall include haul.
7. w
,a
w
3A.4im, swbap1mapA6 ftFs made by Method A. Payment for
embankment compaction will not be made as a separate item. All
costs for embankment compaction shall be included in other bid
items involved.
2 -04 Haul
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
2-04.5 Payment (RC)
4-, ZHaul" Pit
All costs for the hauling of material to from, or on the rob
site shall be considered incidental to and included in the unit price
of other units of work.
2 -09
Structure Excavation
2 -06 Subgrade Preparation
SECTION 2 -06.5 IS SUPPLEMENTED BY ADDING THE I
FOLLOWING.
2-06.5 Payment (RC) I
Subgrade preparation and maintenance including watering
shall be considered as incidental to the cottstruction and all costs
thereof shall be included in the appropriate unit or lump sum
contract bid prices.
2 -09 Structure Excavation
SECTION 2 -09.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
2-09.1 Description (RC)
This work also includes the excavation, haul, and disposal of
all unsuitable materials such as peat, muck, swampy or unsuitable
materials including buried logs and stumps.
2-09.3 Construction Requirements
SECTION 2 -09.3(I)D IS REVISED AS FOLLOWS.
2- 09.3(1)D Disposal of EXCavated Material (RC)
All costs for disposing of excavated material within the project
limits shall be included in the unit contract price for structure
excavation. Cim A or B. 1; howeve;
if the contract includes structure excavation, Class A or B,
including haul, the unit contract price shall include all costs for
loading and hauling the material the full required distances
otherwise all such disposal costs shall be considered incidental to
the work.
SECTION 2 -09.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
2-09.4 Measurement (RC)
Gravel backlill. All gravel badcfill will be measured by the
cubic yard in place determined by the neat lines required by the
Plans or the ton as measured in conformance with section 1 -09.2.
Gravel backfill used for pipe bedding shall be incidental to the
installation of the pipe or paid for as other gravel backfill unless a
specific separate pay item is included in the contract for gravel
backfill for pipe bedding.
SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
2^09,5 Payment
Payment will be made for the following bid items when they
are included in the proposal:
"Structure Excavation Class A ", per cubic yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class A Incl. Haul ", per cubic Yard -
"Structure Excavation Class B Incl. Haul ", per cubic yard
The unit contract price per cubic yard for the bid items listed
as 1 through 4 above shall be full pay for all labor, materials,
tools, equipment, and pumping or shall be included in the unit bid
price of other items- of work if 'Structure Excavation" or
Page -SP -23
Revision Date: May 19, 1997
2-09 Structure Excavation
2 -09 Structure Excavation
"Structure Excavation Incl Haul" are not listed as pay items in the
contract.
"Shoring or Extra Excavation Class B ", per square foot.
The unit contract price per square foot shall be full pay for all
excavation, backfill, compaction, and other work required when
extra excavation is used in lieu of constructing shoring. If select
backfill material is required for backfilling within the limits of the
structure excavation, it shall also be required as backfill material
for the extra excavation at the Contractor's expense._ Any
excavation or backfill material being paid by unit price shall be
calculated by the Engineer only for the neat line measurement of
the excavation and shall not include the extra excavation beyond the
neat line.
If there is no bid item for shoring or extra excavation Class B
on a square foot basis and the nature of the excavation is such that
shoring or extra excavation is required, then shoring or extra
excavation shall be considered incidental to the work involved and
no further compensation shall be made.
"Gravel Back ill (Kind) per Cubic
Yard or per Ton ".
. When travel backfill is paid by the ton, the Contractor shall
take can to assure to the satisfaction of the Engineer that such per
ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard.
Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to deny
payment for such load tickets. Unless included in the contract as a
separate pay item, gravel backfill used for pipe bedding shall be
ooasidered incidental to the installation of the pipe or shall be
inchWed in the gravel backfill used to backfill the trench, if a
separate pay item is included for trench back-fill.
t-
Poge-SP-24
Revision Date: May 19, 1997
r�
3
No supplemental specifications were necessary
4 No supplemental specifications were necessary
Division 3
Production From Quarry and Pit Sites
Division 4
and Stockpiling
Bases
3
No supplemental specifications were
4 No supplemental specifications were
necessary
necessary
No supplemental specifications were necessary for Division 3.
No supplemental specifications were necessary for Division 4.
i-
Page -SP -25
19, 1997
Revision Date: May
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete pavement
Division 5
Surface Treatments and Pavements
5 -04 Asphalt Concrete Pavement
SECTION 5- 04.3(8)A IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
5- 04.3(8)A Acceptance Sampling and Testing (RC)
1. General. Acceptance of asphalt cement concrete shall be
aa--provided under rtati s;cal —^o- a nonstatistical acceptance.
Determination o- statistical -r. nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid
items involving mix of a specific class.
Dense graded mixes (asphalt concrete pavement Classes A, B,
E, F. and G) shaL" be evaluated for quality of gradation on_ a
dailyJat basis by the Contractor. This gradation analysis shall be
based on WSDOT Test Method 104 and the results delivered to the
Contracting Agency by noon of the following working day. This
information shall be used by the Engineer to evaluate conformance
with Section 9-03.80 A.2. -aad Aasphalt content shall be tested at
the_Fwngineer's discretion if the Compaction Pay Factor (Section 5-
04.3(10)B) falls below 1.00.
The Contracting Agency may take their own independent
gradation samples at the stockpile to confirm the gradation testing
done by the contractor. If the independent sample gradation varies
from the Contractor's data by more than t3% for sieve sizes
xreater than 1/4" and t2% for sieves smaller than the No. 10, then
the costs of the sampling and testing shall be borne by the
Contractor. If the test results vary from the Contractor's data
am-within the ranges listed abov anwaGwg 4au, then
the cost of sampling and testing will be borne by the Contracting
Agency
It 16" a ...1....r "A f r ...lky of ..r. duio., only,
4�---Gc 'Pig agemiss Who; Chan WE-DOT wAist speGifiGally ;a*Gk@
biGnsucksew, AGGOP&ARGO W;11 be USSA, (1) ro— Glass of Mix
m6en die p;opewl qvnRtiuss for. &hat class. of mix a&@ 'erg 9L=
2. Aggregates. _Aggregates will be accepted for sand
equivalent and fracture based on their conformance to the
requirements of Section 9 -03.8(2).
evalnati6Ar
3. Asphalt Cement. Asphalt Cement will be accepted #eF
fasts -based on dwir- conformance to the requirements of Section 9-
02.1(43). Testing of asphalt properties to assure certification shall
be the responsibility of the contractor. If the vendor or grade of
the asphalt cement changes, a new iob mix formula (JMF) shall be
evaluated and approved.
43. Asphalt Concrete Mixture
A. Sampling
(1) A sample will not be obtained from either the first or last
25 tons of mix produced in each production shift.
(2) Samples fQr, compliftage of gm
sample When a sample from uncompac ted mix i. 1>ee1...1
the
Contractor shall ensure that the samples can -be obtained in
accordance with WSDOT Test Method 712.�1ia�J
"How the 6ample to be taken withal's tbe
itauliag Usk-cle
B. Definition of Sampling Lot and Sublot. For the purpose
of acceptance sampling and testing, a lot -is is- al1a}4)* defined as
the total quantity of material or work prod for each �mix
formula (JMF). Only one lot per JMF is expected to occu, _&.
All of- th
rl.n AIN without prior. .Fi4e . ...1 ..F r1.e Q.. The IMF
gob is de in Section 9-
03.8(6)A (Basis of Acceptance). The Contractor may not make
any changes to the JMF without prior written approval of the
Engineer.
Sampling and testing for nonstatistical acceptance shall be
performed on a random basis at a minimum frequency of one
sample for each sublot of 400 tons or each day's production,
whichever is least. When proposal quantities exceed 1,200 tons for
a class of mix under nonstatistical acceptance, sublot size shall be
determined to the nearest 100 tons to provide not less than three
uniform sized sublots, based on proposal quantities, with a
maximum sublot size of 800 tons.
C. Test Results. The Engineer will furnish the Contractor
with a copy of the results as they become available.. of-sJ1
Einginger. Will also PFQV;d% by noon of 4-m-*HdrA-5, after.
D. Test Methods. When sample testing of asphalt content is
necessary, Aacceptance testing for compliance of aWh"It Ge2t"
will use the Nuclear Asphalt Gauge Procedure; WSDOT Test
Method 722 -T. When sample testing of gradation is necessary.
Aacceptance testing for compliance of gradation will use the Quick
Determination of Aggregate Gradation using Alternate Solvent
Procedure; WSDOT Test Method 723 -T.
E. Reject Mixture
(1) Rejection by Contractor. The Contractor may. prior to
sampling, elect to remove any defective material and replace it
with new material at no expense to the Contracting Agency. Any
such new material will be sampled, tested, and evaluated for
acceptance.
(2) Rejection -by Engineer Without Testing>itke�g-
The Engineer may, without sampling, reject any batch load, or
section of roadway
t-
Page-SP-26
Revision Date: May 19, 1997
1�'
L'
it
� I
PJ
L
1
n
r
ij
g
L
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
wAUKW that appears defective in gradation or asphalt c meat
content. Material rejected before placement shall not be
incorporated into la" pavement. Any rejected section of
compacted ;aadwaypavement 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 Crontractor elects to have the
rejected material tested, a minimum of three representative samples
will be obtained and tested. Representative samples to be removed
for testing from compacted pavement shall be removed by coring.
of the initiaall
SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING I
THE FOLLOWING:
5- 04.3(10)A General (RC)
The Contractor shall not use vibration when compacting on a
street where A.C. Line (Transite) is in place (refer to City of
Renton Comprehensive Water System Plan to identify locations of
A.C. lines.
SECTION 5- 04.3(10)B IS REVISED AS FOLLOWS:
5-04.3(10)B Control (SA)
Asphalt concrete pavement Classes A, B. E, and F used in
traffic lanes, including lanes for ramps, truck climbing, weaving,
and speed change, and having a specified compacted course
thickness greater than 0.10 foot, shall be compacted to a specified
level of relative density. The testing shall occur on a sublot basis
using the definition of a sublot described in Section 5-04.3(8). The
specified level of relative density shall be
Ssctiorn ] 06.Z�3;,— using -a i iawim. of 921..0 percent of the
reference maximum density
Mod" =. _The reference maximum density shall be determined
as that devel in the job mix formula
If the Contractor chooses, a moving
avenge of the three most recut tests of maximum density may be
determined through the use of WSW T Test Method 705 by the
Contractor at the Contractor's expanse. The specified level of
density attained will be, determined by the average sWAsdGA
- galwtieu -of three A** nuclear density gauge Nests takes in
accordance with WSDOT Test Method 715 on the day the mix is
placed (after completion of the fmish rolling) at locations
determined by m_n
within- each density lot
lass. The Fngineer wrifl a du copy of the
results of all acceptance testing performed in the fmld as soon as
the results are availabl
Pavement compaction
below 89 percent of the reference maximum density shall not be
.accepted Relative densities falling between 89 percent and 92
percent shall be subject to the price adjustments of 92" :
04.5(1)B.
dataRaisgd.
For compaction lots falling below a CPF of 1.00 Pay-faGw
and thus subject to price reduction or rejection. cores may be used
as an alternatives to the nuclear density gauge tests. *AMM-.QM
Wig, _When the Contracting Ag cores and the
level of relative density within a sublot is less than 92 0 >neLce_nt
tZhe cost for she corin
and testing shall be borne by the Contractor. When the Contracting
Agency requests cores and the level of relative density within a
sublot is greater than 92.0 percent the cost for rnnno and testin
shall be borne by the Contracting Agency. szgaasss-�
At the start , of paving, if requested by the Contractor, a
compaction test section shall be constructed, as directed by the
Engineer, to determine the compactibility of the mix design.
1-
Page -SP -27
Revision Date: May 19, 1997
S-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Compactibility shall be evaluated as the ability of the mix to attain
a ig ven quality level corresponding to a pay factor of 1.00 or
greater referenced to the specified minimum density (9U percent
of the reference maximum density
Method - =5). If a compaction test section is requested, a
Compaction pay factor of 1.00 shall apply until compatibility is
proven. Following determination of compactibdity, the Contractor
is responsible for the control of the compaction effort. If the
Contractor does not request a test section, the mix will be
considered compactible.
Asphalt Concrete Classes A. B, E, F, and G constructed
under conditions other than 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.
Asphalt Concrete Class D and preleveling mix shall be
compacted to the satisfaction of the Engineer.
In addition to the randomly selected locations for tests of the
density, the Engineer.. :may also isolate from a normal lot any area
that is suspected ofl5eing. defective in relative density. Such
isolated material will-not include an original sample location. A
minimum of three S randomly located density tests will be taken.
The isolated area will then be evaluated for price adjustment in
accordance with this n, considering
it as a separate_ subtodot.
SECTION 5-04.5 IS REVISED AS FOLLOWS:
5-04.5 Payment (RC)
"Mist and/or Driveway Asphalt Conc. Appw"ch Cl.
per ton. This item. -when included in the contract, includes asphalt
Paying for areas such as driveways and traffic islands that are not
part of other paving work.
SECTION 544.5(1) QUALITY ASSURANCE PRICE
ADJUSTMENTS IS DELETED.
SECTION 5- 04.5(1)A IS DELETED AND REPLACED TUTH
THE FOLLOWING:
5-04.5(1)A Price Adjustments for Quality of AC Mix
(RC)
Nonstatistical Acceptance -Each lot of asphalt concrete
pavement produced and having all constituents falling within
the limits of the job mix formula shall be accepted at the unit
contract price. If the constituents of the mix fall outside the
limits of the lob mix formula, the mix shall not be accepted (sea
Section 5414.3(8) Rejection of Mixture).
SECTION 5- 04.5(1)B IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
5- 04.5(1)B Price Adjustments for Quality AC
Compaction Lt
For each sublot
Factor
a Compaction
will be
determined based on the relative density
of the tests. The
following table lists the Compaction Pay
Factors and their
associated relative density.
quantity of aqhah maGras in the
tgas,
-Ad the, 4M& �GACMGI price pe- ton of Mix
Relative Density Compaction Pay
Factor
(average of three tests)
X92.0
1.00
91.5
0.99
91.0
0.95
90.5
0.91
90.0
0.85
89.5
0.80
89.0
0.75
Page -SP -28
Revision Date: May 19, 1997
1 6 -12
Pli
Division 6
Structures
SECTION 6-12 IS A NEW SECTION
6-12 Rockeries
6-12.1 Description (RC)
The work described in this section regardless of the type of
materials encountered includes the excavation and shaping of the
cut or fill slopes and furnishing and constructing rockeries/rock
retaining wall where shown on the plans or where directed by the
engineer.
1 6-12.2 Materials (RC)
fl
L
I�
r
foot. The source of supply and representative samples or me
nadaW shall be approved by the engineer before delivery to the
sae.
The rock walls shall be constricted of one -man rocks. (85 to
300 poimdS) each lo" in its least dimension; Moirtan rocks. (300
to 600 pounds) each 13" in its least dimension; du+ee-man rooks
(800 to 1200 pounds) each 16' in its least &nmsi= four -man
rocks (1. 500 to 2.200 bounds) each 18' in its least dimension. The
rocks shall nmge uniformly m she for each classification specifies.
The four -man rocks shall only be used for the first course of
rock in walls over 6 feet in height.
6-12.3 Construction Requirements (RC)
Tire rock unloading at the site will be done in such a matirter
as to segregate the rock by the sue ranges indicated in the
Preceding paragraph.
The walls shall be started by excavating a trench, not less than
6 inches or more than one foot m depth below subgrade m
excavation sections or not less than 6 inches or more than one foot
in depth below the existing ground level in embankment sections.
Areas on which the trickery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. The rock
wall construction shall start as soon as possible upon the
completion of the art or fill section.
Rock selection and placement shall be such that there will be
no open voids in the exposed face of the wall over 6 inches across
in any direction The rocks shall be placed and keyed together
with a minimum of voids Particular attention shall be given to
the placing and keying together of the final course of all rockeries.
The final course shall have a continuous appearance and be placed
to minimize erosion of the backfill material. The larger rocks shall
be placed at the base of the rockery so that the wall will be stable
Ci-12 Rockeripm
and have a stable appearance. The rocks shall be carefully placed
by mechanical equipment and in a manner such that the loneitit,1 6-1
axis if the rock shall be at right angles or per oendicular to the
rockery face . The rocks shall have all melumng faces sloping to
the back of the rockery. Each row of rocks will be seams at
tightly and evenly as possible on the rock below m such a manner
that there will be no movement between the two. After seal o a
course of rock all voids between the rocks shall be chinked on the
back with quarry rock to eliminate any void sufficient to pass a 2
inch square probe.
6- 12.3.1 Rockery Backfi l (RC)
The wall backfill shall consist of 1 -1/2 inch minus crushed
rock or gravel conforming to section 9 -03.9(3). This material will
be placed to an 8 inch minimum thickness between the entire wall
and the cut or fill nuterial. The badcM material will be placed in
lifts to an elevation approximately 6 inches below the course of
rocks placed. The badcW1 will be placed after each course of
rocks. Any backfdl material on the bearing surface of the rock
course will be removed before setting the next course.
6- 12.3.2 Drain Pipe (RC)
. A 4 inch diameter perforated pvc pipe shall be placed as a
footing drain behind the rockeries as shown in the standard plans,
and connected to the storm drainage system where shown.
6- 12.3.3 Rejection Of Material (RC)
The inspector will have the audority to reject any defective
material and to suspend any work that is being imaroperly done.
subiect to the final decision of the enghwer. All rejected material
will be removed from the construction site and any rejected work
shall be repaired or replaced at no additional cost to the owner.
6 -12.4 Measurement (RC)
Measurement of the finished rock wall for payment will be
made from the footing grade to the too of the wall and rounded to
the nearest square yard.
6-12.5 m (RC)
Payment will be made under the item 'rock retaining wail s
per square yard.
The unit price per square yard shall be full compensation for
the rockery /rock retaining wall in place nd a shall include all work,
materials and equipment required to complete the mstallatioa
including drainage pipe and all other items.
Page -SP -29
Revision Date: May 19, 1997
7 -01 Drains
Division 7
Drainage Structures, Storm Sewers,
Sanitary Sewers, Water Mains, and
Conduits
7 -01 Drains
SECTION 7 -01.215 REVISED AS FOLLOWS.
7 -01.2 Materials RE'
Drain pipes may be concrete, zinc coated (galvanized) Asphalt
Treatment I or aluminum coated (aluminized) corrugated iron or
steel with Asphalt Treatment I. corrugated aluminum alloy,
polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the
option of the Contractor unless the Plans specify the type to be
used.
SECTION 7 -01.3 IS:REVISED AS FOLLOWS:
7 -01.3 Constrac4ion Requirements C
PVC drain pipe shall be jointed with a bell and spigot joint
using a flexible elastomeric seal as described in Section 9-04.8.
The bell shall be laid upstream. PE or ABS drain pipe shall be
jointed with snap-0a, screw -on, or wraparo uid coupling bands as
recommended by the manufacturer of the tubing.
PVC underdrain pipe shall be jointed using either the fleu'ble
elastomeric seal as described in Section 9-04.8 or solvent cement as
described in Section 9-04.9, at the option of the Contractor unless
otherwise specified in the Plans. The bell shall be laid upstream.
PE or ABS drainage tubing underdrain pipe shall be jointed with
saap-0n, screw -on, or wraparound coupling bands, as
r000mmatded by the manufacturer of the tubing.
SECTION 7 -01.4 IS SUPPLEMENTED ADDING THE
FOLLOWING:
7 -01.4 Measurement ITCZ
When the contract does not include "structure excavation
Class B' or 'Structure excavation Class B including haul" as a pay
item all costs associated with these items shall be included in other
contract pay items.
7 -02 Culverts
SECTION 7 -02.2 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7 -02.2 Materials (RC)
Materials shall meet the requirements of the
following
sections:
Plain Concrete Culvert Pipe
9 -05.3(1)
Reinforced Concrete Culvert Pipe
9 -05.3(2)
Beveled Concrete End Sections
9 -05.3(3)
Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I
9 -05.4
Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I
9 -05.4(8)
Steel End Sections, Asphalt Treatment I
9 -05.4(9)
Aluminum Culvert Pipe
9 -05.5
Aluminum End Sections
9 -05.5(6)
Solid Wall PVC Culvert Pipe
9 -05.12(1)
Profile Wall PVC Culvert Pipe
9 -05.12(2)
7 -04 St
orm Sewers
Corrugated Polyethylene Culvert Pipe 9 -05.19
Where steel or aluminum are referred to in this Section in
regard to a kind of culvert pipe, pipe arch, or end sections, it shall
be understood that steel is zinc coated with Asphalt Treatment I
(galvanized) or aluminum coated (aluminized) corrugated iron or
steel, and aluminum is corrugated aluminum alloy as specified in
Sections 9 -05.4 and 9 -05.5.
Where plain or reinforced concrete steel or aluminum
referred to in Section 7-02 it shall be understood that reference is
also made to PVC.
7 -03 Structural Plate Pipe, Pipe Arch, Arch,
and Underpass
SECTION 7 -03.2 IS REVISED AS FOLLOWS:
7 -03.2 Materials (RC)
Materials shall meet the requirements of the following
sections:
Concrete Class 3000 6-02
Corrugated Steel _Asphalt Treatment I 9-05.6(8) I
Corrugated Aluminum 9-05.6(8)
Reinforcing Steel 9-07
SECTION 7 -03.5 IS REVISED AS FOLLOWS:
7 -03.5 Payment�R Z.
Payment will be made in accordance with Section 1 -04.1, for
each of the following bid items that are included in the proposal:
"St. Str. Plate Pipe _ Gage _ In. Diam. ", per linear
foot with Asphalt Treatment I.
'St. Str. Plate Pipe Arch Gage Ft. In. Span",
per linear foot_ with Asphalt Treatment L
'St. Str. Plate Arch Gage Ft. In. Span ", per
linear foot with Asphalt Treatment I.
'Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class B Incl. Haul ", per cubic yard.
If no bid item for Structure Excavation Class A or Structure
Excavation Class B. including haul is included in the schedule of
prices then the work will be considered incidental and its cost
should be included in the cost of the pipe. 'Shoring or Extra
Excavation Class B ". If It is not in the contract, then it shall be
incidental.
7 -04 Storm Sewers
SECTION 7-04.2 IS REVISED AS FOLLOWS:
7-04.2 Materials
Where steel or aluminum are referred to in this Section in
regard to a kind of storm sewer pipe, it shall be understood that
steel is zinc coated (galvanizek Asphalt Treatment I Coated et:
corrugated iron or steel and
aluminum is corrugated aluminum alloy as specified in Sections
9 -05.4 and 9 -05.5.
Page -SP -30
Revision Date: May 19, 1997
r�
Ll
1
t
1��
L,
.I
�i
7 -05 Manholes, Inlets, and Catch Basins 7 -05 Manholes, Inlets, and Catch Basins
7-04.3 Construction Requirements
SECTION 7- 04.3(1)B IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- 04.3(1)B Pipe Beddin RC
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
per.
7- 04.3(2) Laying Storm Sewer Pipe
SECTION
7-04.3(21A IS REVISED AS FOLLOWS:
7- 04.3(2)A SurveY Line and Grade -T-9
Survey line and grade will be provided by the Engineer or
contractor in a manner consistent with accepted practices and these
specifications.
SECTION 7- 04.3(2)G IS SUPPLEMENTED BY ADDING THE
POLLOWING.
7.04.3(2)G Storm Sewer Litre Connections C
All connections not occurring at a manhole or catch basin shall
be done utilizing pre - manufactured tee connectors or Dipe sections
roved by the Engineer. Any Other method or materials
pivpOSed for use in making connections Shall be subhect to approval
by the Engineer.
SECTION 7-04.4 IS REVISED AS FOLLOWS:
7-04.4 Memureme"t Q
The length of storm sewer pipe will be the number of linear
feet of completed installation measured along the invert and will
include the kngth through elbows, tees. and fittings. The number
of linear fed will be measured from the center of manhole to
center of manhole or from the center of catch basin to center of
catch basins and similar type sauctum.
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS
FOLLOWS:
7.04.5 Payment C
The unit contract prix per linear foot for storm sewer pipe of
lthe kind and she specified shall be full pay for all work to
complete the installation including adjustment of inverts to
manholes. Whin no bid item 'gravel bad dill for pipe bedding" is
iadluded in the Schedule of prices pipe bedding as shown in the
standard plans shall be eotietdered incidental to the pipe and no
additional payment shall be made.
« r peWwAar, I",
Testing of storm sewer pine if required by the Engineer, shall
be considered incidental to and included in the unit contract prices
for other items.
7 -05 Manholes, Inlets, and Catch Basins
SECTION 7 -05.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
7 -05.3 Construction Requirements _%Q
All manholes shall have eccentric cones and shall have
ladders.
SECTION 7 -05.3(1) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7 -05.3(1) Adjusting Manholes and Catch Basins to
Grade RAC
The existing cast iron ring and cover on manholes and the
catch basin frame and grate shall fast be removed and thoroughly
cleaned for reinstalling at the new elevation. From that point, the
existing structnm shall be raised or lowered to the required
elevation.
te- ilea --"
oaoapi•as
thoroughly compacted.
In cement concrete pavement: Manholes catch basins and
similar structures shall be constructed and adiumed m the setae
manner as outlined above except that the final adjustment shall be
—_.7_ ....A —t inn f -2MP hY CPt after forms have been placed and
be painted with hot asphalt cement Aspnai --a- -
then be placed and compacted with hand taupe -'� and a patctunS
a
roller. The complete patch shall match the existtn vet ved surface
for texture density and uniformity of grade. The tout between tlie
Page- SP - -31
Revision Date: May 19, 1997
7 -08 General Pipe Installation Requirements 7 -08 General Pipe Installation Requirements
patch and the existing pavement shall then be carefully painted with
hot asphalt cement or asphalt emulsion and shall be immediately
covered with dry paving sand before the asphalt cement solidifies.
The inside throat of the manhole shall be thoroughly mortared and
plastered.
Adjustment of inlets: The final alignment and grade of cast
iron frames for new and old inlets to be adjusted to grade will be
established from the forms or adiacent pavement surfaces. The
final adjustment of the top of the inlet will be performed in similar
manner to the above for manholes. On asphalt concrete paving
projects using curb and gutter section, that portion of the cast iron
frame not embedded in the gutter section shall be solidly embedded
in concrete also. The concrete shall extend a minimum of six
inches beyond the edge of the casting and shall be left 2 inches
below the top of the frame so that the wearing course of asphalt
concrete pavement will butt the cast iron frame. The existing
concrete pavement and edge of the casting shall be painted with hot
asphalt cement. Adjustments in the inlet structure shall be
constructed in the same manner and of the same material as that
required for new inl6fs. 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.
SEC770N 7 -05.3(2) IS REVISED AS FOLLOWS.
7 -053(2) Abandon EAsting Manholes (RC)
Where it is required that an existing manhole be abandoned,
the structure shall be broken down to a depth of at least 4 feet
below the revised surfece 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.
SECTION 7 -05.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
7- 05.3(3) Connections to F.lsting Manholes R�
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 regrout the opening in a workmanlike
manner. `Where directed by the engineer or where shown on the
plans, additional structure oianneling will be required.
to an existing stricture. or
to
or replaced at tits own expense.
The unit bid price per each shall be full compensation for all
labor, materials and equipment required.
SECTION 7 -05.4 IS REVISED AS FOLLOWS:
7 -05.4 Measurement (RC)
Manholes will be measured per each. Measurement of
manhole heights for payment purposes will be the distance from
finished rim elevation to the invert of the lowest outlet Pipe,
Adjustments of new structures and miscellaneous items such
as valve boxes shall be considered incidental to the unit contra«
price of the new item and no furthur compensation shall be made.
Adjustment of existing structures and miscelaneous items such
as valve boxes shall_ be measured by Adjust Existin g " per
each which shall be full pay for all labor and materials inctnri;., all
concrete for the completed adjustment in accordance with Section
7 -05.3(1) and the City of Renton Standard Details
Connection to existing pipes and structures shall be measured
per each.
SECTION 7 -05.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7 -05.5 Payment_ Z
"Aust&Lv4iQl* Existing per each.
The unit contract price per each for 'Adjust
Existing " shall be full pay
for all costs necessary to make the adjustment including restoration
of adjecent areas in a manner acceptable to the Engineer.
'Structure Excavation Class B ", per cubic yard.
'Structure Excavation Class B Incl. Haul ", per cubic yard.
Structure excavation for concrete inlets and area inlets is
considered incidental to the cost of the inlets and shall be included
in the unit contract price for the concrete inlet and the area inlet. If
no bid item for Structure Excavation Class A or Structure
Excavation Class B is included in the schedule of prices then the
work will be considered incidental and its cost should be included
in the cost of the pipe.
"Connect to Existing Catch Basin." per each.
'Connect Structure to existing pipe," per each.
7 -08 General Pipe Installation Requirements
SECTION 7 -08.3(I)C SUPPLEMENTED AS FOLLOWS:
7 -08.3(1)C Pipe Zone Bedding Q (SA)
Hand compaction of the bedding materials under the pipe
haunches will be required. Hand compaction shall be accomplished
by using a suitable tamping tool to firmly tamp bedding; material
under the haunches of the pipe. Care shall be taken to avoid
_displacement of the pipe during the compaction effort.
Pipe bedding shall be considered incidental to the pipe and no
further compensation shall be made.
SECTION 7 -08.3(2)E IS SUPPLEMENTED AS FOLLOWS:
7- 08.3(2)E Rubber Gasketed JointsfRQ
In laying pipe with rubber gaskets, the pipe shall be handled
carefully to avoid knocking the gasket out of position or
contaminating it with foreign material. Any gasket so disturbed
shall be removed, cleaned, relubricated if required, and replaced
before joining the sections.
The pipe shall be properly aligned before joints are forced
home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe
together, except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
t-
Page -SP -32
Revision Date: May 19, 1997
L�'
1
1
C!
L
11
r
D
L
7 -08 General Pipe Installation Requirements 7 -08 General Pipe Installation Requirements
tightening shall be removed and replaced at no expense to the
Contracting Agency .
Care shall be taken by the CONTRACTOR to avoid over
pushing the nine and damaging the pipe or joint system. Any
damaged pipe shall be replaced by the Contractor at his expense.
Care shall be taken to properly align the pipe before points are
entirely forced home. During insertion of the tongue or spigot, the
pipe shag be partially supported by hand. sling or crane to
minimize unequal lateral pressure on the gasket and to maintain
Cottcentricity until the gasket is properly positioned. Since most
gasketed joints tend to creep apart when the end of the pipe is
deflected and straightened, such movement shall be held to a
minimum once the joint is home.
SECTION 7 -08.3(2)1 IS AN ADDED NEW SEC77ON:
7-08.3(2)J PlacL PVC Pipe C
7-08.3(2)A Survey Line and Grade
Smvey line and grade control shall be provided m accordance
with Sections 1-05.4, 1-05.5 and 1 -11
rw4iaew-in a manner consistent with accepted practices.
The Contractor shall transfer lime and grade into the trencli
where they shall be carried by means of a laser beam using 50 foot
mmimum iintervala for grade staking Any odor procedure shall
have the wticoen approval of the Engineer.
awkefFMM-M &M 30 feet bl"'Owlh-ntbnqba��
;2_1 at lbe Up4inew
SECTION 7 -08.3(2)B IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
748,3(2)B Pipe Laying (RC)
Checking of the im a elevation of the pipe maybe made by
calculations from measurements on the top of the pipe. or by
looping for ding of 1/2' or I= which indicates a satisfactory "
pen
condition At manholes when the downstream prpe(s) is of a
larger size pines) shall be lard by matching the (eight- tenths) flow
elevation, unless otherwise approved by the Engineer.
All Dive fittings etc shall be carefully- handled and protected
atainst damage impact shocks and free fall. All pipe handling
equipment shall be acceptable to the ENGINEER. EM shall not
be placed directly on rough ground but shall be supported in a
manner which will protect the pipe against miury whenever stored
at the trench site or elsewhere No pipe shall be installed where
the liming or coating show defects that may be harmful as
determined by the ENGIIMEP— Such damaged lining or coating
shall be repairer or a new undamaged pipe shall be furnished and
installed.
The CONTRACTOR shall inspect each Pipe and fitting prior
to installation to insure that there are not damaged portions of the
pipe Am 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 positron in the trench.
Pipe shall be kept clean during and after laying. A11 openings in
the pipe line shall be closed with water tight expandable
plugs at the end of each day's operation or whenever the Dine
openings are left unattended. The use of burlap, wood or other
the following pipe to prevent tovement.
SECHON 7 -08.3(2)G IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- 08.3(2)G Sewer Line Connections (RC)
Unless otherwise approved by the Engineer. all connexions of
lateral sewers to existing mains shall be made through a cast iron
saddle secured to the sewer main with stainless steel bands. When
the existing main is constructed of vitrified clay, plain or
reinforced concrete cast or ductile iron pipe, the existing main
shall be core drilled.
Connexions (unless booted connections have been provided
for) to existing concrete manholes shall be core-0n'llel, _and shall
have an 'O' ring rubber gasket meeting ASTM C -078 in a
manhole coupling equal to the Johns - Manville Asbestos-Cement
collar, or use a conical type flexible seal equal to kore -N -Seal.
PVC pipe connection shall consist of tee maple and couplers as
approved by the Engineer.
SECTION 7 -08.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7-08.4 Measurement (SA)
Gravel. backfill for foundations. or gravel baclfill for pipe
zone bedding when used for foundations, shall be measured by the
cubic yard, including haul, as specified in 2-09., Ar by the —
TON-. Concrete for plugging existing pipes will be measured by the
cubic yard for the volume which would be required to c OmPIetelY
fill the pipe for a distance of two diameters. Computation for
corrugated metal pipes will be based on the nominal diameter.
Excavation of the trench will be measured as structure
excavation Class B or structure excavation Class B including haul,
by the cubic yard as specified in Section 2-09. When excavation
below grade is necessary, excavation will be treasured to the Tunics
ordered by the Engineer.
Embankment construction before culvert placement under the
applicable provisions of Section 7 -08.3(1)A will be measured in
accordance with Section 2 -03.
Shoring or extra excavation class B will be measured as
specified in Section 2-09.4.
Page -SP - -33
Revision Date: May 19, 1997
t
7 -10 Trench Exe , Bedding, and Backfill for Water Mains 7 -11 Pipe Installation for Water Mains
SECTION 7 -08.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7-08.5 Payment I (SA)
Payment will be made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal:
"Gravel Backfill for Foundations ", per cubic yard, or Ton.
"Gravel Backfill for Pipe Zone Bedding ", per cubic yard, or
Ton.
"Commercial Concrete ", per cubic yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class B Incl. Haul ", per cubic yard.
Unless specifically identified and provided as separate items,
structure excavation, dewatering and backfilling shall be incidental
to pipe installation and no further compensation shall be made.
'Shoring or Extra Excavation Cuss B ", per square foot.
If this pay item is not in the contract, then it shall be
incidental.
7 -10 Trench Exc., Bedding, and Backfill for
Water Mains
SECTION 7 -10.4 IS REVISED AS FOLLOWS:
7 -10.4 Measurement C
Measurement of bank rim gravel for trench baekfill will be by
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or by the ton, in
accordance with Section 1-09.
7 10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS.
7 -10.5 Payment C
Gub+c-ymd
r
Payment for 'removal
and replacement of unsuitable material' will be considered
incidental to or calculated under other bid items and no further
compensation will be made.
4. "Bank Run :Gravel for Trench Backfill ", per cubic yard
or. ton.
The unit contract. price per cubic yard or ton for "Bank Run
Gravel for Trench Backfill" shall be full pay for all work to
furnish, place; and compact the material in the trench. Also
included in the unit contract price is the disposal of excess and
unusable material excavated from the trench.
6. 'Foundation Material' , per ton or cubic yard.
Payment at the unit contract price for "foundation material'
shall be full compensation for excavating and disposing of the
unsuitable material and replacing with the appropriate foundation
material per Section 9- 30.7B(1).
7 -11 Pipe Installation for Water Mains
7 -11.3 Construction Details (RC)
7- 11.3(4) Laying of Pipe on Curves
SECTION 7- 11.3(4)4 HAS BEEN REVISED AS FOLLOWS;
7- 11.3(4)A Ductile Iron Pipe _JRC
Long radius (500feet 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.
SEC17ON 7- 11.3(4)B IS SUPPLEMENTED AS FOLLOWS;
7- 11.3(4)B Polyvinyl Chloride (PVC) Pipe (4 inches
and Over) (RC'
Polyvinyl Chloride (PVC) Pipe shall not be used for water
mains and appurtenances.
THE TITLE AND TEXT OF SECTION 7- 11.30 HAS BEEN
7- 11.3(6) Laying Ductile Iron Pipe and Fittings with
Polyethylene Encasement_ 2
Whom AVA.M. in die Nam. 41 he Contractor shall by 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 C105/A21.5 -93.
Installation of the polyethylene encasement shall be considered
incidental to the installation of the pipe and no additional payment
shall be allowed.
7- 11.3(7)A AND 7- 11.3(7)B HAVE BEEN DELETED AND
REPLACED BY THE FOLLOWING
7- 11.3(7) Laying Steel Pipe RC
Steel pipe shall not be used.
SECTION 7- 11.3(9).4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7- 11.3(9)A Connections to Existing Mains (RC)
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 >itlie>rt -c�ci€
pe;miswaa of the Engineer.. Water systea petsonnd will operate
all valves on the existing system for the contractor when required•
No work shall be performed on the corutaxions unless a
representative of the water department is present to inspect the
work. Z
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by City
forces as provided below:
City Installed connections:
Page -SP -34
Revision Date: May 19, 1997
d
El
Ll
Li
Ll
7 -11 Pipe Installation for Water Mains 7 -11 Pipe Installation for Water Mains
Connections to existing piping and tie -ins are indicated on the
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 two -week advance notice shall be required for each
connection which ttxniires a cutting of the existing water mains or a
shut -down of the existing water mains. The City reserves the nght
to re- schedule the connection if the work area is not ready at the
scheduled time for the connection.
Work shalt not be started until all the materials, equipment
and labor necessary to properly complete the work are assembled
nn site.
water mains.
The City will curt the existing main and assemble all materials.
SOC27ON 7- II.3(Il) IS SUPPLEMENTED AND REVISED AS
PIOLLOVM
7- 11.3(11) Hydrostatic Pressure Test (RQ
A hydrant meter and a back flow prevention device will be
used when drawing water from the City system: These may be
obtained from the City by completing the required forms and
making required security deposits There will be a charge for the
water used. Before appiying the specified test pressure, air shall
be expelled completely from the pipe valves and hvdrants. If
permarnent 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 dosed and the test
pressure applied. At the 000clusion of the pressure test, the
+ry_ion cocks shall be rernoved and plugged. -
The mains shall be filled with water and allowed to stand
under pressure for a minimum of 24 hours to allow the escape of
air and allow the lining of the pipe to absorb water. The State will
furnish the water necessary to fill the pipelines for testing purposes
at a time of day when strfficietu quantities of water are available for
normal system operation.
The test shall be accomplished by pumping the main up to the
required pressure, stopping the pump for a minimum of two hours,
and then pumping the main up to the test pressure again. During
the test, the Section being tested shall be observed to detect any
visible leakage. A dean container shall be used for holding water
for pumping up pressure on the main being tested. This makeup
water shall be sterilized by the addition of chlorine to a
concentration of 50 mg/l.
The quantity of water required to restore the pressure shall be
acxurately determined by either 1) pumping from an open container
of suitable size such that accurate volume measurements can be
made by the Owner or, 2) by pumping through a positive
displacement water meter with a sweep unit pumping through a
positive displacement water meter with a sweep unit hand
registering 1 gallon per revolution. The meter shall be approved by
the Engineer.
Acceptability of the test will be determined as follows:
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 our
test period.
All water used to perform hydrostatic pressure shall be
charged a usage fee.
Allowable leakage per 1000 ft. of pipeline** in GPH
*If the pipeline under test contains sections of various
diameters the allowable leakage will be the stmt of the computed
leakage for each size. For those diameters or pressures not listed,
the formula below shall be used:
The quantity of water lost from the main shall not exceed the
number of gallons per hour as determined by the formula
L=NDFP
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 inures
P = Average test pressure during the leakage test, psi
SECTION 7- 11.3(12)1 SHALL BE REVISED AND
SUPPLEMENTED AS FOLLOWS:
7- 11.3(12)A Flushing and "Poly - (RQ
Sections of pipe to be disinfected shall first be
Rigged to remove any solids or :contaminated that may
have become lodged in the pipe. If .
oo�?: r •!'e main cannot be 'po1Y- pigged'. - 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 irulustries Aqua
time
Swab -AS 21b /cu -ft density foam with 90A durotneter ure
rubber coating on the near of the 'Poly-p only T 'Poly-aig'
shall be cylinder shaped with bullet nose or squared end.
Dechlorination of all water used for disinfection shaft be
accomplished in accordance with the City's standard detail. Water
containing chlorine residual in excess of that carded in the existing
water system shall not be disposed into the storm drainaoe system
or any water way.
Page -SP -35
Revision Date: May 19, 1997
Nominal Pipe
Diameter in inches
PSI
6'
8'
10"
12"
16"
28'
24"
45o
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
LM
3_60
35o
0_84
1.12
1_40
- 1_69
2.25
2.81
3_37
275
0.75
_00
1
1 24
-' 1.49
1_99
2.49
2.99
250
0.71
0_95
1.19
1.42
1_90
2.37
285
225
0_68
0_90
1.13
1.35
1_80
2.25
2.70
Z00
0.64
0.85
1.06
128
1.70
2.12
2.55
*If the pipeline under test contains sections of various
diameters the allowable leakage will be the stmt of the computed
leakage for each size. For those diameters or pressures not listed,
the formula below shall be used:
The quantity of water lost from the main shall not exceed the
number of gallons per hour as determined by the formula
L=NDFP
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 inures
P = Average test pressure during the leakage test, psi
SECTION 7- 11.3(12)1 SHALL BE REVISED AND
SUPPLEMENTED AS FOLLOWS:
7- 11.3(12)A Flushing and "Poly - (RQ
Sections of pipe to be disinfected shall first be
Rigged to remove any solids or :contaminated that may
have become lodged in the pipe. If .
oo�?: r •!'e main cannot be 'po1Y- pigged'. - 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 irulustries Aqua
time
Swab -AS 21b /cu -ft density foam with 90A durotneter ure
rubber coating on the near of the 'Poly-p only T 'Poly-aig'
shall be cylinder shaped with bullet nose or squared end.
Dechlorination of all water used for disinfection shaft be
accomplished in accordance with the City's standard detail. Water
containing chlorine residual in excess of that carded in the existing
water system shall not be disposed into the storm drainaoe system
or any water way.
Page -SP -35
Revision Date: May 19, 1997
7 -11 Pipe Installation for Water Mains 7 -11 Pipe Installation for Water Mains
SECTION 7- 11.3(12)D HAS BEEN DELETED AND
REPLACED WITH:
7- 11.3(12)D Dry Calcium Hypochlorite (RC)
Dry calcium hypochlorite shall not be placed in the pipe as
laid.
SECTION 7- 11.3(12)K HAS BEEN REVISED AS FOLLOWS:
7- 113(12)K Retention Period (RC)
Treated water shall be retained in the pipe at least 24 hours
but no Iona than 48 hours. After this period, the chlorine residual
at pipe extremities and at other representative points shall be at
least 25 mg /1.
SECTION 7- 11.3(12)N HAS BEEN REVISED AS FOLLOWS.
7- 11.3(12)N Final Flushing and Testing (RC)
Before placing the fine; into service, a satisfactory report shall
be received from the local or State health department or an
approved testing lab -on samples collected from representative
points in the new ---system. Samples will be collected and
bacteriological tests obtained by the Engineer.
SECTION 7- 11.3(1`3] HAS BEEN SUPPLEMENTED By
ADDING THE FOLLOWING:
7- 11.3(13) Concrete Thrust Blocking and Dead -Man
Block (RC)
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. Ilse 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.
SECTION 7- 11.3(I5) IS A NEW ADDITIONAL SECTION:
7- 113(15) Joint Restraint Systems (RC)
General:
Where shown on thEylans or in the specifications or required by
the engineer, ioint 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.
H_ igh strength low -alloy steel(cor -ten) ASTM A242 superstar
"SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel
shapes.
Joint restrainer system components:
Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and aie-
ASTM A563, grade C3, or zinc plated. S8: 5/8" and 31/4" ASTM
A563, grade A, zinc plated or hot -dip galvanized
Tleconftg: used to extend continuous threaded rods and are
provided with a center stop to aid installation, zinc plated or hnr
dip galvanized. SS10: for 5/8' and 3/4" fierods, ASTM A563
grade C3. S10: for 5/8" and 3/4' terods, ASTM A563 grade A.
Tierod: continuous threaded rod for cxutd" 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 -diiD
galvanized. SS 17: ASTM A242, F436. S17 ANSI B18.22.1.
Installation:
Install the joint restraint system in accordance with the
manufactures instructions so all joints are mechanically locked
together to prevem joint separation. Tiebolts shall be installed to
pull against the mechanical ioint 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
20' .10
............ ...............................
24" .............. .............................14
30' .(16 -7/8 "rods)
36' . C24-1 rods
Where a manufactures mechanical ioint valve or fitting
supplied with slots for 'T' bolts instead of holes. a flanged v ve
with a flange by mechanical ioint 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 lei
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 installeg as rod guides at each joint.
Page -SP -36
Revision Date: May 19, 1997
1 7 -12 Valves for Water Mains 7 -12 Valves for Water Mains
t
1
t
t
1
C!
0
t
1
Where poly wrapping is required all tiebolts tienuts
tiecouplings tierods and tiewashers, shall be galvanized. All
disturbed sections will be painted to the inspectors satisfaction,
with koppers bkomastic no. 300-m, or approved equal.
Where poly wrapping is not required all hebolts, tienuts,
tiecouplings tierods and tiewashers may be galvanized as specified
in the preceding paragraph or plain and painted in the entirety with
koppers hitumastic 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.
SECTION 7 -11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS:
7 -11.4 Measurement (RC)
Measurement for payment of concrete thrust blocking and
dead -man blocks will be per cubic -yard when these items are
included as separate pay items. if not included as separate pay
ileitis in the contract, that thrust blocking and dead -man blocks
shall be considered incidental to the installation of the water [Hain
and no further compensation shall be [Wade.
Measurement for payment for connexions to existing water
.rains will be ter each for each connection to existing water
mwn(s) as shown on the plans.
SECTION 7 -11.5 HAS BEEN REVISED AS FOLLOWS:
7 -11.5 Payment (PC)
Pipe for Water Main and Fittings In. Diam. ". per
Tmed foot.
'line unit eontima price per linear foot for each size and kind
of • Pipe for Water Main ln. Diam." shall be full pay for
an work to complete the installation of the water main including
but not limited to trench excavating, bedding. laying and jointing
pipe and Mungs, backfilliog. concrete thrust blocking, installation
of polyethylene wrap cleaning by poly -pigs vertical crosses for
mmtm and removal of poly -pigs tempon" thrust blocks and
blow.off assemblies testing flushing disnfecxmg the pipeline,
dwkle rods abandoning and capping existing water Mains,
removing miscellaneous Pipes, removing and salvagtng existing
hydrant assemblies and other appurtenances to be abandoned as
shown on the plans, and ceanup. —
"Concrete Thrust Blocking and Dead -Man Blocks ", per cubic
yard-
The unit contract price bid for "Concrete Thrust Blocking and
peed -Man Block• Shall be for the complete cost of labor,
The unit contract price per each connection to existing water
Mains shall be for complete compensation for all equipment, labor.
materials required for the connections to the existing water mains.
7 -12 Valves for Water Mains
SECTION 7 -12.02 HAS BEEN REVISED AS FOLLOWS:
SEC77ON 7- 12.3(1) HAS BEEN REVISED AS FOLLOWS.
7- 12.3(1) Installation of Valve Marker Post RQ
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. �li-ioii-0€
SECTION 7- 12.3(2) IS A NEW SECTION:
7- 12.3(2) Adjust Existing Valve Box to Grade (R Z
The valve box shall be set to an elevation tolerance of one -
fourth inch (1/4 ") to one-half inch (M") below finished grade.
SECHON 7 -12.4 IS SUPPLEMENTED By ADDING THE
FOLLOWING:
7 -12.4 Measurement
Adiustment of existing valve boxes to grade shall be measured
per each if included as a separate pay item in the Contract: of not a
ate 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 hydrxut assembly and will not be mctided in this
measurement item.
SEC77ON 7 -12.5 IS DELETED AND REPU ZD STN TBE
FOLLOWING.
*Gate Valve from 4 inch to 10 iihdn in diameter and Valve
Box." per each.
The unit contract price per each for the valve of the specified
size shall be full pay for all labor egniPt ntatuta!
furnish and install the valve complete n place on the water .main.
including trenching, jointing b
l +ins of valve path,
disinfecting: hydrostatic testing cast -iron valve box and extensions
as required valve nut extensions adjustment to final eiade-
' 12 inch Gate Valve and Concrete Vault " per each•
•�.- r a • sate valve
The unit contract price per each for the
assembly, shall be full pay for all labor equipment trnateitiu LO
furnish and install the valve complete m place on the water main.
including trenching iointing; blocking of valve by-pass �senbly.
as
cast-iron casting and cover, ladder rung concrete resets
required adiustment to final grade.
16 inch and larger Butterflv Valve and Concrete Vault •per
each.
t=
Page -SP -37
Revision Date: May 19, 1997
7 -14 Hydrants 7 -14
Hydrants
The unit contract price per each for the 16' and larger
butterfly valve assembly, shall be full pay for all labor, equipment
and material to furnish and install the valve complete in place on
the water main, including trenching, jointing, blocking of valve,
painting, disinfecting, hydrostatic testing, concrete vault, cast -iron
casting and cover, ladder, concrete risers as required adjustment
to final grade.
'Blow -off assembly," per each.
The unit contract price per each for each blow -off assembly
shall be for all, labor, equipment and material to complete the
installation of the assembly per the City of Renton Water Standard
Detail, latest revision.
"Air- Release/Air- Vacuum Valve Assembly,' per each.
The unit contract price per for air- release/air- vacuum valve
assembly shall be for all, labor, equipment and material to
complete the installation of the assembly including but not limited
to, excavating, tapping the main, laying and iointing the pipe and
fittings and appurtenances, backfhlling. testing, flushing, and
disinfection, meter box and cover, at location shown on the plans,
and per City of Renton Standard Detail, latest revision.
'_Adjust Existing Valve Box to Grade (RC),' per each.
The contract bid price for " Adiust Existing Valve Box to
Grade' above shall'be full compensation for all labor, material
tools and equipment necessary to satisfactorily complete the work
as defined in the Contract Documents, including all incidental
work. If not included-as a separate pay item in the Contract, but
required to complete other work in the Contract, then adjustment of
valve boxes shall be considered incidental to other items of work
and no father - compensation shall be made.
7 -14 Hydrants
7 -14.3 Construction DetaiLs_ Q
SECTION 7- 14.3(1) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7- 14.3(1) Setting Hydrants
After all installation and testing is complete, the exposed
portion of the hydrant.•shall be painted with eaatwo 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
motions C600 -93, Sections 3.7 and 3.8.1 and the City of
Renton standard details Hydrant and guard posts shall be painted
in accordance with the water standard detail. Upon completion of
the project, all fire hydrants shall be painted to The City of Renton
specifications and guard posts painted with two coats of
preservative paint NO. 43-655 safety yellow or approved equal
Fire hydrants shall be of such length as to be suitable for
installation with connections to 6'. 8" AND 10' piping in trenches
3 - 1R feet deep unless otherwise specified. The hydrant shall be
designed for a 4-1/2 foot, burial where 12" and larger pipe is
shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast -iron or ductile iron
tee x FL), 6' gate valve (FL. x MJ) 6" DI spool (PE x PE) 5-
1/4' MVO fire hydrant (h 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 right-of-way).
Joint restraint(Shackle Rods) shall be installed in accordance
with Section 7- 11.3(15).
SECTION 7- 14.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
7- 14.3(3) Resetting Existing HydrantsR Z
This work shall conform to Section 7- 14.3(1). All hydrants
shall be rebuilt to the approval of the City(or replaced wit n�v,
hydrant). All rubber gaskets shall be replaced with new gaskets of
the type required for a new installation of the same tvne_
SECTION 7- 14.3(4) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
7- 14.3(4) Moving Existing Hydmnts,R
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 insWlation of the
SEC 7ON 7 -I4 5 IS REVISED AS FOLLOWS:
7 -14.5 Payment (R )
Payment will be made in accordance with.Section 1 -04.1, for
each of the following bid items that are included in the proposal:
"Hydrant Assembly ", per each.
The unit contract price per each for "Hydrant Assembly" shall
be full pay for all work to furnish and install fire hydrant
assemblies, including all costs for auxiliary-gate valve, shackles,
tie rods, concrete blocks, gravel, and painting and guard posts
required for the complete installation of the hydrant assembly as
specified. The pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made.T
"Resetting Existing Hydrants ", per each.
The unit contract price per each for "Resetting Existing
Hydrant" shall be full pay for all work to reset the existing
hydrant, including rebuilding (or replacement with a new hydrant),
shackling, blocking, painting, and guard posts and reconnecting to
the train. The new pipe connecting the hydrate to the train shall be
considered incidental and no additional payment shall be made.
Guard posts, shown on the plans shall
be incidental to the contract.
"Moving Existing Hydrants ", per each.
The unit contract price per each for "Moving Existing
Hydrant" shall be full pay for all work to move the existing
hydrant, including new tee, rebuilding (or replacement with a new
hydrant), shackling, blocking, painting, and guard posts and
reconnecting to the main. The new pipe connecting the ydrant to
the main shall be considered incidental and no additional payment
shall be made Now pips for. hy-'Faat Gennecu -!I be Od far.
Guard posts shown on the plans slW1
be incidental to the contract.
Page -SP -38
Revision Date. May 19, 1997
[l
1
Ll
H
F�
LJ
7 -15 Service Connections 7-17 Sanitary Sewers
7 -15 Service Connections
SECTION 7 -15.3 IS SUPPLEMENTED AS FOLLOWS:
7 -15.3 Construction Details (RC)
Pipe materials used to extend or replace existing water service
lines shall be copper.
Where instalation 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.
SECTION 7 -15.5 IS SUPPLEMENTED AS FOLLOWS:
7 -15.5 Payment_Q
payment will be made in accordance with Section 1 -04.1, for
the following bid item when it is included in the proposal:
'Service Connection _ In. Diam. ", per each.
The unit contract price per each for "Service Connection _
In. Dram." shall be full pay for all work to install the service
connection, including but not limited to, excavating or (hoe -
hogg i. tapping the main. laying and jointing the pipe Ed fittings
no appurtenances, balling. testing, flushing, and disinfection
of the service connection.
7 -17 Sanitary Sewers
SECTION 7 -17.2 HAS BEEN REVISED AS FOLLOWS
7 -17.2 Materials Q (SA)
Pipe used for sanitary sewers may be:
Rigid Flexible
Concrete ADS Composite
> tSA Clay PVC (PobMnyl Chloride)
Ductile Iron
Materials shall meet the requirements of the following
sections.
Plain Concrete Storm Sewer Pipe 9 -05.7(1)
Reinforced Concrete Storm $ewer Pipe 9- 05.7(1)
Ar Fgol Qay-SYwar Pipe 94.919
pVC Unary Sewer Pipe 9- 05.12(1)
Ductile Iron Sewer Pipe 9-05.13
All pipe shall be clearly marked with hype, class, and
thickness. Lettering shall be legible and permanent under normal
conditions of handling and storage.
SECTION 7- 17.3(1) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
7- 17.3(1) Protection of Existing Sewerage Facilities
extending extediing an existing sewer, the downstream system
shall be protected from construction debris by placing a screen or
trap in the first existing manhole downstream of the connection. It
shall be the contractor's responsibility to maintain this screen or
trap until the new system is placed in service and then to remove it.
Any construction debris which enter the existing downstream
system shall be removed by the contractor at his expense. and to
the satisfaction of the Engineer. When the first_ manhole is set, it's
outlet shall be plugged until acceptance by the Engineer.
SECTION 7- 17.3(2)H IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7- 17.3(2)H Television Inspection
Once the television inspection has been completed the
contractor shall submit To the Engineer the written reports of the
inspection plus the video tapes. Said video tapes are to be in color
and compatible with the City's viewing and recording systems The
City system accepts 1/2, wide high density VHS Taus The tapes
will be tun at standard speed SP (15/16 I.P.S.).
SECTION 7 -17.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
7 -17.4 MeasuremeatTC
The length of sewer pipe will be the number of linear feet of
completed installation measured along the invert and will include
the length through elbows, tees and fittings. The number of linear
feet will be measured from the center of manhole to carter of
manhole or to the inside face of catch basins and similar type
structures.
The length of testing sewer pipe in conformance with
Section 7- 17.3(2) will be the number of linear feet of completed
installation actually tested.
Measurement of "Bann Rim Gravel for Trendy Baddill
Sewer" will be determined by the cubic. -yard is Pb =. measured by
the neat line dimensions shown in the Plans, or b, the Ton on trncic
tickets.
SECTION 7 -17.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7 -17.5 Payment_LtQ
Payment will be made in accordance with Section 1 -04.1, for
each of the following bid items that are included in the proposal:
"Plain Conc. QPJ4C Sewer Pipe _ In. Diam. ", per linear
foot.
"Cl. _ Reinf. Conc. Sewer Pipe _ Ia. Diam. ". per linear
foot.
"PVC Sanitary Sewer Pipe In. Diam. ". per linear foot
"Ductile Iron Sewer Pipe _ In. Diann. ". per linear .
ear foo
The unit contract price per linear foot for sewer pipe of the
kind and size specified shall be full pay for furnishing, hauling. and
assembling in place the completed installati��> material, all
�' mobil ' job materials. letter of the
adjustment of inverts to manholes for the comp
installation to the required lines and grades.
"Testing Sewer Pipe per linear foot.
The unit contract price per linear foot for "Testing Sewer
pipe" shall be full pay for all labor, material and equipment
required to conduct the leakage tests required m Section 7- 17.3(2).
If no unit price for "Testing Sewer -emu n n be
considered incidental to the pipe items. le Material ", pa
"Removal and Replacement of Unsuitable
cubic yard.
The unit contract price per cubic yard for "Removal and
Replacement of Unsuitable Material" shall -full pay for all work
to remove unsuitable material and replace and compact suitable
material as specified in Section 7 -08.3(1)A. r cubic
"Bank Run Gravel for Trench Ball Sewer ". Per
yard. or Ton.
The unit contract price per cubic yard. or Ton for "Bank Run
Gravel for Trench Backfill Sewer" shall be full pay for all work to
furnish. place. and compact material in the trench.
"Television Inspection" per Lump Sum.
Page -SP -39
Revision Date: May 19, 1997
I-
8-09 Raised Pavement Markers
Division 8
Miscellaneous Construction
8 -09 Raised Pavement Markers
SECTION 8 -09.5 HAS BEEN REVISED AS FOLLOWS:
8-09.5 Payment (RC) (SA)
Payment will be made for each of the following bid items that
are included in the proposal:
'Raised Pavement Marker Type I". per eachhuudmd.
'Raised Pavement Marker Type 2 ", per eachhundrrd.
'Raised Pavement Marker Type 3- In. ", per
eacdrhvedrad.
'Recessed Pavement Marker ", per eachhuedmd.
The unit contract price per eachhuadre4 for "Raised Pavement
Marker Type 1". 'Raised Pavement Marker Type 2 ", and "Raised
Pavement Marker Type 3- 1n." and 'Recessed Pavement
Marker "shall be full -pay for all labor, materials, and equipment
necessary for furnishing and installing the markers in accordance
with these Specifications including all cost involved with traffic
control unless traffic
control On wcardwce a-th SeGtioA I =a3(5)._jisL listed in the
contract as it separate pay item.
8-10 Guide Posts
8-13 Monument Cases
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS
HOLLOWS:
8-13.1 Description (RC)
This work shall consist of furnishing and placing monument
cases and covers, in accordance with the Standard Plans and these
Specifications, in conformity with the lines and locations shown in
the Plans or as staked by the Engineer or by the Contractor
s uylied surveyor.
SECTION 8 -13.3 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8-13.3 Construction Requirements
The monument will be furnished and set by the Engineer or by
the Contractor supplied surveyor.
When existing monuments will be impacted by a project the
Contractor shall be responsible for assuring that a registered
surveyor references the existing monuments prior to consUuction.
After construction is complete, the monuments shall be re-
established by the surveyor in accordance with RCW58.09.130.
SEC77ON 8 -13.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
8-13.4 Measurement
All costs for surveying and resetting existing monuments
impacted by contruction shall be considered incidental to the
contract unless specifically called out to be paid as a bid item.
8 -14 Cement Concrete Sidewalks
SECTION 8 -13.5 IS SUPPLEMENTED BY ADDING TffE
FOLLOWING:
8 -13.5 Payment
"Reset Existing Monument" per each.
Resetting an existing monument impacted by const!pc ion s
be incidental unless included as a pay item In the Schedule of
Prices.
8 -14 Cement Concrete Sidewalks
SECTION 8- 14.3(4) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
8- 14.3(4) Curing (RQ
The Contractor shalt have readily available sufficient
protective covering, such as waterproof paper or plastic membrane
to cover the pour of an entire day in the event of rain or other
unsuitable weather.
The Contractor shall be responsible for barricading
patrolling, or otherwise protecting newly placed "concrete
Damaged, vandalized, or unsightly concrete shall be removed and
replaced at the expense of the Contractor.
SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
8 -14.4 Measurement (RC)
When the contract contains a pay item for "Curb Ramp
Cement Concrete," the per each measurement shall include all
costs for the complete installation per the plans and standard details
including expansion joint material, curb and gutter and ramped
sidewalk section. Sawcmtting, removal and disposal of excavated
materials including existing pavement and 'sidewalk, crushed
surfacing base materials and all other work, materials and
equipment required per Section 8 -14 shall be included in the per
each price for "Curb Ramp, Cement Concrete" unless arty of these
other items are listed and specified to be paid as separate pay
items.
if the contract does not provide a pay item for "Curb Ramp,
Cement Concrete,' but the plans call for such installation, then
quantities shall be measured with and paid for under the bid items
for Curb and Gutter and for Cement Concrete Sidewalk. When
curb ramps are to be constructed of asphalt concrete, the payment
shall be included in the pay item for "Miscellaneous and/or
Driveway Asphalt Concrete."
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
8 -14.5 Payment (RQ
'Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related to the
construction of the sidewalk but necessary before the sidewalk can
be placed, when and if shown in the Plans, will be made in
accordance with the provisions of Section 2 -03. Otherwise. the
Contractor shall make all excavations including haul and disposal,
regardless of the depth required for constructing the sidewalk to the
lines and grades shown, and shall include all costs thereof in the
unit contract price per square yard for "Cement Corsi. Sidewalk
and the per each contract price for Curb Ramp Cement Concrete."
t
Page -SP-40
Revision Date: May 19, 1997
1 8 -17 Impact Attenuator
0
J
t
t
r
8 -17 Impact Attenuator Systems
THE STATE AMENDMENT TO SECTION 8 -17 IS
SUPPLEMENTED BY THE FOLLOWING.
8-17.5 Payment C
if no pay itein is included for temporarey impact attenuators
then all costs to provide and install shall be considered a part of the
pay item for 'Traffic Control.'
8 -20 Illumination, Traffic Signal Systems,
and Electrical
8-20.2 Materials
SECTION 8- 20.2(1) HAS BEEN SUPPLEMENTED WITH THE
FOLLOWING:
8- 20.2(1) Equipment List and Drawings (RQ
The Contractor shall submit for approval six sets of shop
drawings for each of the following types of standards called for on
this project:
1. light standards with or without pre - approved plans.
2. Signal standards with or without pre-approved plans.
3 Combination Signal and lighting standards.
4. Metal Swain Poles.
The Contractor also shall submit either on the signal standard
shop drawings or attached to the signal standard shop drawings all
dimensions to dearly show the specific mast arm mounting height
and signal tenon locittions for each signal pole two be installed.
SZWON 8.20.3(2) HAS BEEN SUPPLEMENM BY
ADDING THE FOLLOWING:
8- 203(2) Excavating and Backr ling RAC
and quality of the material stiall be suolect TO approval uy_ uic
mincer. Trench backfill within the sidewalk area shall be made
with acceptable materials from the excavation subject to the
Engineer's approval of the material and shall- be considered a
necessary part and incidental to the excavation in accordance with
the standard specifications. Unsuitable material_ shall be removed
and backfill shall be select material approved by the Engineer. The
8-20 Illumination, Traffic
and Electrical
City reserves the right to make additions or deletions to the tech
which prove necessary for the completion of the project.
The minimum width for the trench Will be at the option of the
contractor. Trench width will, however, be of sufficient * so
that all of the necessary conduit can be install ed within the den
specified while maintaining the mmunum cover.
Trench backfill material in roadway and sidewalk arras shall
be compacted to 95% of the material's maximum density per
Section 2 -03.3(14)D.
SECTION 8- 20.3(4) HAS BEEN REVISED AS FOLLOWS:
8- 20.3(4) Fottndations RAC
Where obstructions prevent constrtiction of planned
foundations, the Cont actor shall consmict an effective foundation
satisfactory to the Engineer.
The contractor shall provide all material for and constraq die
foundations for and to the dimensions specified in table 1 below.
The anchor bolts shall match that of the device to be installed
thereon.
All excess materials are to be removed from the foundation
shall be troweled. brushed edged and itnisned in a wori.mapapp-
like manner Concrete shall be ply cleaned fmm the exposed
portion of the anchor colts and conduit after plderCnt.
Foundation shall all be Class 3000 concrete. After the specified
curing period the contractor may install the applicable device
thereon.
Table 1
Type of device Dimensions
All concrete foundations shall be constructed in the manner
specified below:
1. Where sidewalk or raised islands are to be constructed as a
part of this project, the top of the foundation shall be trade
flush with the top of the sidewaLti or island. (See ddaul
shed a for the toP
2 Where no sidewalks are to be installed, the grad
of the foundation shall be as specified by the engtnar• (
detail shed
All concrete-foundations shall be located as per stationing on
the plans or as located by the engineer in the field.
Page -SP-41
Revision Date: May 19, 1997
t
8-20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical
SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8- 20.30 Conduit (RC)
1- All railroad Gmssmgs
Fa
Up
pounding wndiwso; -Rd shag Go4g;m to mquimincRu-noted ii;
lecatioiis:
bez'
aitilitias.
skpfvta NA barfierr
.GG& to the fGHOW1W
steal.
If allowed in the -3 ans or if obstructions are encountered in
jacking or drilling operations, the Contractor will 'be allowed to
install conduits by open trenching. Open trench construction shall
conform to the following:
1. The pavement shall be sawcut a minimum of 3 inches
deep. The cuts shall be parallel to each other and extend "feet —ne
(1) toot beyond the edge of the trench.
2. Pavement shall be removed in an approved manner.
3. Trench depth shall provide 24 inches minimum cover
over conduits below the roadbed, and 18 inches below .finished
grade in all other areas..
5. Trenches located within paved roadway areas shall be
restored r the Renton Standard Detail.
u. —A..4, foligu-4 by 1wash;WGing, q11iGk setting
Pull Wires Shall be installed.
All conduit shall be rigid non - metallic unless noted otherwise
in the Plans or Special Provisions. x
All conduit openings shall be fitted with approved bellends or
Bushings. Wall thickness of conduit shall be consistenr within
continuous conduit runs with no mixing of different schedule woes_
between terminations.
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 en
plans. - -
Conduit to be provided and installed shall be of the type
indicated below:
1. Schedule 40 heavy wall p.v.c. Conforming to ASTM
standards shall be used whenever the conduit is to be placed other
than within the roadway area.
2. Schedule 80 extra heavy wall p.v.c. Conforming to
ASTM standards shall be used when the conduit is to be placed
within the roadway area.
All joints shall be made with strict compliance to the
manufacturer's recommendations regarding cement used and
environmental conditions.
SECTION 8-20.3(d)IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
8- 20.30 Junction Boxes
The contractor shag provide and install junction boxes of the
type and size at the locations specified in the plans and as per detail
sheets.
The inscription on the covers of all junction boxes shall be as
indicated below:
1. Street lighting only: "Ljghting'
2, Signal only "Signals'
3. Traffic signal and street lighting: 'TS -LT"
4. Telemetry. only 'Telemetry"
Inscriptions on junction boxes performing the same function,
i.e. street lighting, traffic signal, or both, shall be consistent
throughout the proiect. All iunction boxes .shall be installed in
conformance with provisions contained in the standard plans and
detail sheets.
The unit contract price per each for "Type I' or 'Type II'
junction box shall be full compensation for famishing same and for
all costs of labor, material tools, and equipment necessary to
provide and install the junction boxes including excavation•
backfulling and compaction all in accordance with plans
The unit contract price per junction box shall tncivae
installation of 5 /8th -inch minus crushed surfacing top course and a
4" thick Class "B" cement concrete tad enclosing the jutution box
as per the plans specifications and detail sheets Installation of the
crushed surfacing and the concrete pad shall be incidental to the
unit price per iunction box and no further compensation will be
made unless the contract includes separate pay items for 'crushed
surfacing" and/or for "concrete pad."
Page -SP-42
Revision Date: May 19, 1997
1 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical
n
Ll
�1
n
J
L
SECTION 8- 20.3(9) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8- 20.3(9) Bonding, Grounding (RC)
All met - 96 GQQaAP4 ha
ndl-
611.1i 4
con dulwix for- ia
diall be
earn
mamw
-0glimer. A-11 be sized by am-Fat-111-8 Of ChO
Ideadfcatioti �aetidtiit.
of the equipment grounding conductor shall
conform to all Code requirements.
Grounding of conduit and neutral at the service point shall be
accomplished as required under the Code. Grounding of the neutral
:hall be accomplished only at the service.
s
All stueet light standards signal poles and other standards on
which electrical eguiment is mounted shall be grounded to a
copper dad metallic ground rod 5/8' in diameter x STO in length
complete with a 18 AWG bare copper bonding strap looted in the
nearest irniction box. All signal controller cabinets and
.i. fliphtmm service ca iirUS shall be grounded to a 518" in
SECTION 8- 20.3(10) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8- 20.3(10) Service (RC)
Power sources shown in the Plans are approximate only: exact
location will be determined in the field.
a as"ly.
Upon request of the Contractor, the Engineer will make the
necessary arrangements with the serving utility to complete the
service connections. Electrical energy used prior to completion of
the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when such operation is ordered
by the Engineer. will be borne by the State Cie .
The power service point shall be as noted on the plans and
shall be verified by the electrical servicing utility.
The service cabinet shall be _ marked with the service
agreement letters and numbers. The markings shall be installed on
the outside cabinet door near the -top of the cabinet. The markings
shall be series C using stencils and black enamel alkyd gloss paint
conforming to Federal Specification 1T E-489.
SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS
FOLLOWS-
8-20.3(11) Field Test (RC) 911-13 MMOW
„rye . ....je..a,r a...... Zug
4_411 be M; t—he r-GOINGUIF =4 die Zngine"
No change to stop and go operation will be allowed after 2 p.m. on
any day nor will the change be allowed on Friday, weekends,
holidays. or the day preceding a holiday.
1 Requests for traffic signal turn on will not be considered anal a
pre -turn on inspection of signal system has taken t>lace•
2 All discrepancies and deficiencies must be corrected by the
contractor and re- inspected prior to requ�g AISLOA tam on
date.
3. Reguests for signal turn on shall not be considered uunl
electrical service to the intersection has been provided and has
been energized by the electric utility
4 A minimum of three (3) working days notice will be required
for signal turn on. IM 2g per' plan
5 Channelization at the intersection must deletions of
before requesting signal turn on date Any
chanrrelnatron prior to fora on must be a>mroved by the
engineer.
6 City forces shall provide post and maintain prT signin
warning of new signal ahead.
8- 20.3(13) Illumination Systems
SECTION 820.3(13)A IS REVISED AND SUPPLE31ENTm
AS FOLLOWS.
8- 20.3(13)A Light Standards (RC) (SA) -
Page -SP-43
Revision Date: May 19, 1997
r.
8 -20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical
61;p plate nAA the keeper. place
3. Anchor bolts shall extend through the top heavy hex nut two
full threads.
IhO +larities-
6. Anchor bolts damaged after the foundation concrete is placed
shall not be.repaired by bending or welding. The Contractor's
repair procedure is to be submitted to the Engineer for
approval prior'40 making any repairs. The procedure is to
include removing the damaged portion of the anchor boh,
cutting threads son the undamaged portion to remain, the
installation of an approved threaded sleeve nut and stud, and
repairing the foundation with epoxy concrete repair.
7. The grout pad shall not extend above the elevation of the
bottom of the slip base.
installed plumb, t I degree.
sundarplarhs.
installed WM top of belt 2 142 to 3
Z:wandadea.
slip W69 i-AGOF& 4AGUIlateogic 6h.11 GO-r-_ to do&-'-Ir 'm dw
s-ada;d Mac
Mpod QU the sag
All new light standards shall be numbered for identification in
accordance with the Plans using painted 3 -inch series C numbers
installed three fat above the base facing the travelled way. Paint
shall be black enamel alkyd gloss conforming to Federal
Specification TT -B -489.
In setting timber poles, the Contractor shall provide a
minimum burial of 10 percent of the total pole length plus 2 fat
and shall plumb or rake the poles as directed by the Engineer.
The hand hole shall be located at 90 degrees to the davit arm
on the side away from traffic. A grounding lug or nut shall be
Provided in the hand hole frame or inside the hand hole frame or
inside the pole shaft to attach a ground bonding strap.
All poles and davit arms shall be designed to �,..._ort a
luminaire weight of 50 lbs. or more and to withstand ressures
caused by wind loads of 85 m.p.h. with Rust factor of 1
All poles shall maintain a minimum safety factor of 4.38 p s i
on yield strength of weight load and 2.33 p.s.i. for ire;....
pressure.
Davit Arms:
The davit style arm shall incorporate a 519• radius bend
as measured from the centerline of the shaft. The outer rtion of
the arm shall be nearly horizontal to +2' above horizontal and
shall be furnished with a 2" diameter "fitter with a tract :;.,,..
length of 8 inches to fit the luminaire specified. The note efVt
the davit arm tube shall be fastened securely to the too of the shaft
producing a flush joint with an even profile.
Anchor Base:
A one piece anchor base of adequate erica shame and
size shall be secured to the lower end of the shaft so that the base
shall be capable of resisting at its yield point the bending moment
of the shaft at its yield point. The base shall be >irovjded with four
slotted or round holes to receive the anchor bolts. Nut covers shall
be provided with each pole.
Anchor Bolts.
Four steel anchor bolts, each fitted with two hexnuts and
two washers, shall be furnished with the pole. Anchor bolts shall
meet the requirements of Section 9- 06.5(3) and 9- 06.5(4). The
anchor bolt yield taint shall be capable of resisting the bending
moment of the pole shaft at its yield point
The contractor shall assure that all anchor bolts conform to the
recommended ASIM mecifi .cations of the pole manufacturer and
shall secure and submit to the City for approval all manufacturer
data on pole bending moment, anchor bolt fabrication data, test
results and any other data that may be required to confirm that. the
anchor bolts meet these specifications.
Miscellaneous Hardware:
All hardware ( bolts, mrts, screws, washers, etc.) needed
t_ o complete the installation shall be stainless steel.
I.D. (Identification for poles):
The contractor shall suooly and install a combination of
luminair. The
weather and
a black background. The I.D. number will be assigned to each
pole at the end of the contract or project by the City traffic
e_ ngineerina office.
Cost for the decals shall be considered incidental to the
contras bid.
Light standards shall be spun aluminum davit style and shall
meet the pole detail requirements indicated below and the detail
sheets at the end of these specifications.
The pole shaft shall be provided with a 4" x 6' flush hand
hole near the base and a matching metal cover secured with
stainless steel screws or bolts.
The pole shall be adjusted for plumb after all needed
equipment has been installed thereon After pole is installed and
plumbed nuts shall be tightened on anchor bolts using proper sjzed
sockets open end or box wrenches Use of pliers pipe wrenches,
or other tools that can damage galvanizing will 02LtLpermitted.
Tools shall be of suffIcient size to achieve adequate torquing of the
nuts. the space between the concrete foundation and the bottom of
the pole base plate shall be filled with a dry pack mortar grout and
Page -SP-44
Revision Date. May 19, 1997
8 -20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical
trowled to a smooth finish conforming to the contour of the pole_
base plate.
Dry pack mortar grout shall consist of a 1:3 mixture of
portland cement and fine sand with iust enough water so that the
Imixture will stick together on being molded into a ball by hand,
and will trot 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.
d
t
t
loolps-
SECTION 8- 20.3(14) IS SUPPLEMENTED BE ADDING THE
FOLLOWING:
8- 20.3(14) Signal Systems (RC)
All signal conductors shall be stranded copper and shall have
600 volt insulation and be of the sizes noted on the plans. All
muiti- conductors used for the signal system shall conform to
division 9-29.3 and shall be of the sizes noted on the signal wiring
schedule and wiring diagram All stranded wins a urinated at a
&mnind block shall _have an opal end, crimp style soderless
d-
I
0
SECTION 8- 103(14)1 IS SUPPLE1 MUTED BY ADDING THE
FOLLOWING (RQ
8- 20.3(14)C Induction Loop Vehicle Detectors C
11 Splices to loop return cables shall be made - with soldered
compression type connectors.
SECTION 8- 203(I4)D IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
8- 20.3(14)D Test forIaduction Loops and Lead -in
Cable RC
The Cons actor shall keep records of field testing and shall
furnish the engineer with a copy of the results.
S8'CTION 8- 20.3(I4)E IS REVISED AND SUPPL&WEVTED
AS FOLLOWS.
8- 203(14)E Signal Standards C
3. Disconnect connectors complete with pole and bracket
cable shall be installed in any signal standard supporting a
luminaire.
in the 1212as for. 6 -pin
14 The signal standard and its fabrication shall conform with
all current Washington State Department of Transportation Signal
Standard Specifications and current pre - approved plans by
WSDOT.
15 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 bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve
adequate torquing of the nut(s).
SECTION 8- 20.3(14)F IS AN ADDED NEW SECTION.
8- 20.3(14)F Opticom Priority Control Systems
All new Opticom Priority System components shall be 500
Series or approved equal. The Contractor shall supply one cony
of the manufacturer's software on original disks. Controller
cabinets shall have the 562 harness wired into the cabinet by the
supplier.
SECTION 8- 20.3(15) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
8- 20.3(15) Grout (RC)
After the pole is plumbed the space between rte concrete
foundation and the bottom of the pole base plate shall be filled with
a dry pack mortar grout trowled 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 lust
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.
SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
8 -20.4 Measttretnent C
When shown as lump sum in the Plans or in the proposal as
illumination system _. traffic signal
0; Uaffir. 6;g&21 Genwol 65"M _ no specific tint of measurement
will apply, but measurement Will be for the sum total of all items
for a complete system to be furnished and 'installed.
Conduit of the kind and diameter specified in the Schedule of
Prices will be measured by the linear foot for the actual neat lime
length in place, unless the conduit is included in an illumination
system, signal system, or other type of electrical system lump sum
bid item.
Measurement for unit price items shall be as described in
Section 9-20.5 or as described in the contract schedule of Prroes
and/or special provisions.
SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS
FOLLOWS:
8 -20.5 Payment1RC2
Payment will be made for each .of the following bid items that
are included in the proposal:
"Illumination System '. hump stmt.
"Traffic Signal Display tied- 1"tisasYs lump
SUM.
The lump stmt contracx price for - Illumination System =
and - Traffic Signal Disp=4 pol lay and " shall be full pay for furnishing
all labor, materials, tools, and equipment necessary for the
construction of the complete electrical system, modifying existing
systems, or both, as shown in the Plans and herein specified
including excavation, balling, concrete foundations' conduit'
wiring, restoring facilities destroyed or damaged during
construction, salvaging existing materials. and for .risking all
required tests. All additional materials and labor, not showier the
plans or called fqr herein and which are required to comp
electrical system, shall be included in the lump sum contract Price.
it copAra" pruce per.
Page -SP-45
Revision Date: May 19, 1997
8-20 Illumination, Traffic Signal Systems, and Electrical 8 -20 Illumination, Traffic Signal Systems, and Electrical
pay '&am, is shall be 4AGII-ASA '-A the lump 612M Prig@ fQF Abe
gyaam shown�
All costs for installing conduit containing both signal - and
illumination wiring shall be included in the contract prices for the
signal system.
All costs for installing junction boxes containing both
illumination and signal wiring shall be included in the contract
prices for the signal system.
The unit prices for the items listed below shall be full
compensation for furnishing and installing each item and for all
labor, materials, tools, equipment and testing necessary and/or
incidental for the full and complete installation as per.the contract
plans, detail sheets and these specifications.
'Trench and Backfill......... wide by........." deep, " per
linear foot.
The unit contract: price for (3) 'Trench and Backfill" per
linear foot shall be full compensation for excavating, loading,
hauling and otherwise disposing of the waste materials, for
backfilling and compacting backfill material to specified density
and for the restoration of the trench to its pre- existing condition or
as shown on the plans or as directed by the Engineer all in
accordance with the plans, specifications and detail sheets.
'Select Trench Backfill,' per ton. (4) "Select Trench Backfill"
shall consist of 5/8" minus crushed surfacing top course and the
unit per ton price shall include all costs associated with furnishing
and installing the material and loading, hauling and disposing of
waste materials.
'........Foundation........," per each.*
' I�qx .... Junction box," per each. *
*1be unit per each price for (5) "Foundation" and (6) "Junction
Box" shall be full compensation for full and complete installation
per the plans. specifications and detail sheets including enclosing
each item in a finished concrete pad which shall be incidental
unless a separate pay item is included in the Schedule of Prices for
"Concrete Pad."
"Concrete Pad,' per square yard.
Measurement for..(7) "Concrete Pad" shall be by the square
yard of surface area enclosed inclusive of and not subtracting for
the area of the junction box or foundation enclosed and shall be full
compaisation for full -and complete installation as per the plans,
specifications and detail sheets.
' Schedule 40 Conduit, P.V.C." per linear foot.*
Schedule 80 conduit, P.V.C., ' per linear foot.*
*The unit contract price for conduit shaU include all conduit,
couplings, adapters, elbows, bends, reducers, bell ends, bushings,
and am other material, labor or equipment necessary to complete
the installation of the conduit. Measurement shall be by linear foot
from end of conduit to end of conduit as measured from the top of
grade along the middle of the trench line and adding a vertical
measurement at the end of each conduit run equal to the design
depth of the trench. No payment shall be made for additional
conduit used by the contractor due to horizontal or vertical weaving
of the conduit within the trench line.
'Street light Standard ......... per each.
" .- watt...Luminaire and lamp," per each.
........ watt ... Luminaire and lamp with photocell," per each.
....... AWG .... copper wire," per linear foot.
'Service cabinet, " per each.
The unit per each price for (14) "Service cabinet• shin be full
auu
compensation for furnishing and installing the fully equipped
cabinet and for risers, standoffs and any other materials labor or
costs associated with providing electrical service as M.gimt h , the
electrical utility, the contract plans, details and specifi_ car;,,," and
not included as separate pay items m the contracts ed a of
rp ices.
........Signal head......." per each.
'.......Signal head mounting hardware," per lump sum
The lump sum price for (16) "....Signal head mounting
hardware" shall be full compensation for supptvinQ and installing
all traffic or pedestrian signal head mounting hardware in
conformance with the plans, specifications and detail sheets
"Pole mounted terminal box,... "x...'x..." and mounting
hardware,' per each.
'2/c shld loop return cable," per.linear foot.
'3 /C shld pre- emption cable, 'per linear foot.
'... -pair ddd h t =rmect cable." per linear foot.
'Traffic signal controller and cabinet,' per each.
The unit contract price for "Traffic Sikaal Controller and
Cabinet' shall be full comyensation for furnishing and installing a
fully equipped, wired and operational cons oUer and cabinet.
"Traffic signal wire.' per lump stun.
'Signal standard, 'lope..., with ...-foot mast arm,' per each.
'Induction loop vehicle detector." per linear foot, .
The unit linear foot contract price for (24) "Induction loop
vehicle detector" shall be measured by the linear feet of full depth
sawcut required for installation. The unit price shall be full
compensation for full and complete installation including wire,
sealant and all other labor, materials, tools and equipment required
to complete the installation in accordance with the plans,
specifications and detail sheets. The unit price shall also include
providing and installing conduit stub -outs and soldered splices,
splices to loop return cables unless separate pay items are included
in the contract schedule of prices for these other items. Sawcutting
shall be considered incidental to the loop installation whether or not
there is a separate pay item in the contract for sawcutting.
Measurement for a standard 6' x 6' induction loop. shall be 28
linear feet. Sawc utting for loop 'Home runs' shall be done such as
to minimize the total linear feet of sawcutting required by means of
proper locating of loop return "Stub-0ut% by direct routing of
"home runs" and by combining up to 4 pairs of loop wires in a
single 'home run" saws ut. Loop and 'Home Run' layout shall be
approved by the Engineer before sawcutting takes place._
'.......Splice kit," per each.
"Emergency Vehicle pre- emption detector,' per each.
'Opticorn discriminator card,' per each.
"Detector amplifier," per each.
'Street light fuse kit," per each. .
'Pedestrian push button with sign, "-Per each.
"Pedestrian push button post,' per each.
"Pedestrian signal pole Type I 10 -fat,' per each.
'Relocate existing ....... pole, ' per each.
The unit per each price for "relocate existing .... Pole" shall be
full compensation for removing the pole from its existing
foundation removing and salvaging or re- installing existing
equipment plugging holes as required and installing the pole on its
new foundation and shall include all labor tools materials,
equipment and any other costs necessary and/or incidental to
complete the installation and make the OL equipment
operational all in accordance with the plans specifications and
detail sheets.
"Remove existing ....... Foundation," per each.
Page -SP-46
Revision Date: May 19, 1997
U141
J-1
D
Ll�
J
dI
E
1 8-22 Pavement Marking 8-22 Pavement Marking
e
u
U.-
The unit per each price for 'Remove existing foundation"
shall be full compensation for full and complete removal and
hauling and disposal of the foundation.
8 -22 Pavement Marking
SECTION 8-22.1 IS REVISED AS FOLLOWS:
8 -22.1 Description (RQ
Skip Center Stripe
A BROKEN YELLOW line 4 inches wide. The broken
or "skip" pattern shall be based on a_404eet 24 -foot unit consisting
of a— ip_foat 9 -foot line and 2 3A -feet 15 -foot gap. Skip center
stripe is used as center line delineation on two lane or three lane,
two way highways.
Double Yellow Center Stripe
Two SOLID YELLOW lines, each 4 inches wide,
separated by a 4-inch-aF-1414ach space. Double yellow center stripe
is cued as center line delineation on multilane, two way highways
and for chatmelization.
roach S
A SOLID WHITE line, 8 inches wide, usedat- €raau�ay
to delineate tutu lanes
from through burs, for traffic islands, and for hash marks. Hash
marls stripes shall be placed on 45 degree angle and 10 =feet
apart-
Lane Stripe
A BROKEN WHITE line, 4 inches wide, used to
delineate adjacent lanes travelling in the same direction. The
broken or "skip" pattern shall be based on a-40 foot24-foot unit
consisting of a 404oet 9 -foot line and a 30 f4o, 15 -foot gap.
Drop Lane Stripe(Slcip Approach Line)
A BROKEN WHITE line, 8 inches wide, used to
delineate a lane that enas " aff The broken or "skip"
pattern shall be based on a 2435 -foot unit consisting of a 93 -foot
line and a 1533 -foot gap.
TAP.- 10ROKEN XQ LOW 'Or
Air- itaciStsips
w w
9al)_
Two Way Left Turn Stripe
A SOLID YELLOW line, 4 inches wide, with a
BROKEN YELLOW line, 4 inches wide, separated by a 4 -inch
space. The broken or "skip" pattern shall be based on a 40 fact 24-
foot unit consisting of a -10-A0 940ot line and a-30 -feet 15 -foot
space. The solid line shall be installed to the right of the broken
line in the direction of travel.
Crosswalk Stripe
A SOLID WHITE line, -13 8 inches wide and 10 -feet
long, installed parallel to another crosswalk stri auvith a- 6-fse4
and
parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet..
Stop Bar
A SOLID WHITE line, —J- 12, 18 or 24 inches wide
ualeas as noted ism on the Contract plans.
Traffic Lau"L
A WHITE marking rwafQ;ming to &he U mihikatm.
preperxieaucing alphabetical letters..
3ciglt.See contract plans and detail streets.
SECTION 8- 22.3(5) IS REVISED AS FOLLOWS:
8- 22.3(5) Tolerances for Line Stripes (RC)
Length of Stripe: The longitudinal accumulative error
within a- 494eet 24 -foot length of skip stripe shall not exceed plus
or minus 1 inch.
SECTION 8- 22.30 IS REVISED AS FOLLOWS.
8- 22.3(17 Installation Instructions (RCS
Installation instructions for plastic markings shall be provided
for both the Contractor and the Engineer. All materials shall be
installed according to the manufacturer's recommendations -and -a
SECTION 8- 22.30 IS A NEW SECTION:
8 -22.3M Removal of Traffic Markers (RCS
The work to remove all old or conflicting stripes, Iines,
buttons or markers as required to complete the chamtelization of
the project as shown on the plans or detail sheets shall be
considered incidental to other contract pay items and no further
compensation shall be made unless a separate pay item or items are
provided for such removal.
SECTION 8 -22.4 IS REVISED AND' SUPPLEMENTED AS
FOLLOWS:
8-22.4 Measurement (RC) (SA)
The measurement will be based on the travel distance - requited
of a marking system capable...
Cvo"Approach stripe, barrier stripe, crosswalk stripe, and
stop bar will be measured by the linear foot of each marking type.
Traffic arrows will be measured by the unit with each arrow
head defined as a unit
Traffic 3att6ral, handicapped parking stall symbols,
preferential lane symbols, railroad crossing symbols, drainage
markings, and cycle detector symbols will be measured by the unit.
Measurement for paint/plastic stripe line removed shall be by
the linear foot of ' ' wide line or shall be included m 1 th lump
sum price for 'remove existing traffic tnarkms." ttnless
to be paid as a separate pay item. If not mom. ified as a separate pay
item then removal of existing traffic markings shall be considered
incidental to the payment for other items of work and no further
compensation shall be made.
SECTION 8 -22.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
8-22.5 Payment (RC)
"Painted 6eFSApproach Stripe ", per linear foot.
"Painted Traffic LstW1A9end ", per each-
-Plastic Traffic i sU"I egend% per each.
"Remove Paint Line .....' wide," per linear foot-*
Page -SP-47
Revision Date: May 19, 1997
8 -23 Temporary Pavement Markings 8 -23 Temporary Pavement Markin
>;s
"Remove Plastic Line ....... Wide," per linear foot.*
'Remove existing traffic markings, 'per lump sum.*
* The linear foot contract price for "Remove Paint Line" and
'Remove Plastic Line' and the lump sum contract price for
'Remove existing traffic markings' shall be full compensation for
removal of existing traffic markings as per the plans, specifications
and detail sheets. If these pay items do not appear in the contract
schedule of prices, then the removal of old or conflicting traffic
markings required to complete the channelization of the project as
shown on the plans or detail sheets shall be considered incidental to
other items in the contract and no further compensation shall be
made.
The unit contract prices for the above listed bid items shall be
full pay for furnishing all labor, tools, material, and equipment
necessary for the completion of the work as specified.
8 -23 Temporary Pavement Markings
SECTION 8 -23.5 IS SUPPLEMENTED WITH THE
FOLLOWING:
8 -23.5 Payment (RQ
If no pay item is included in the contract for installation or for
removal of temporary pavement markings then alI costs associated
with these items are considered incidental to other items in the
contract or included under "Traffic Control " if that item is
included as a bid item.
1.
Page -SP-48
Revision Date: May 19, 1997
1 9-00 Definitions and Tests
u
n
H
it
D
it
0
Division 9
Materials
9-00 Definitions and Tests
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9 -00(A) Recycled Materials (RC)
The City encourages the use of recycled materials whenever
practicable, provided that those materials meet or exceed all
applsoable requireMpm s described elsewhere in the contract
specifications Should recycled materials be utilized, the City
mouires that a Recycled Product Reporting Form be completed by
the Contractor.
9-02 Biftuninous Materials
9-02.1 Asphalt Material, General
SECTION 9-02.1(10) IS A NEW SECTION:
9-02.1(10) Loop Sealant (RC)
ir,.i.ec a ,-r;rwA reheewice in tie contract or
and
with
recommendations.
The contractor shall request and obtain approval from the
Einar for the type of loop sealant to be used before installing
detector loons and shall submit manufacturer ctttsheets or other
data if requested by the Engineer in order to enable the Ruineer to
determine the acceptability of the sealant. All loop sealant shall
only be installed in thoroughly clean and dry pavement and shall be
Wlied in conformance with the methods required as to
tempetamre and means of application such as to completely fill the
awcut area encapsulate the loop wines and adhere to the
pavement.
9.03 Aggregates
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS:
9-03 80 A Basis of Acceptance (RQ
1. Asphalt Concrete wH1 be accepted based on its
conformance to the project job mix formula (JMM. Ver- --4144
The asphalt-�RtQRS' am
No
9 -02 Bituminous Materials
material for payment may be produced for use on a prosect unl;n the
job mix formula has been approved by the engmeer. The mixture
shall be designed to meet the test criteria listed m Section M3.8
and remain within the limits set forth m M3.8 The
determination of the job mix formula shall be the responsibility of
the Contractor.
The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
pavement placed during a working shift shall conform to a single
job mix formula established for the class of asphalt concrete
specified unless there is a need to make an adjustment toss the
JMF.
The JMF shall be submitted in writing by the Contractor to
the Engineer at least 10 days prior to the start of paving operations
and shall include as a minimum:
a. Percent passing each sieve size.
b. Percent of asphalt cement.
c. Asphalt grade.
d. Mixing temperature.
e. Compactson temperature.
f. Anti -strip agent content.
Tile Contractor may not make any chamt es to the JMF without
prior written approval of the Engineer. Should a change in sources
of materials be made, a new JMF must be approved by the
Qineer before the new material is used.
beea astabiij;hed.
job 14;;G StaussiGn! Accepw=e
23. Job Mac Formula Tolerances and-44}asLtim•
a. After the JMF is
determined, the several constituents of the mixture at the time of
acceptance shall conform to the following tolerances:
Constituent of Mixture Tolerance limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits apetxf>ed
in Section 9- 03.80.
Aggregate passing 1 ". Broad band specification
3/4" 5/8", /2 ", and limits Section 9-03.8(6).
3/8 sieves
Aggregate passing 1/4" sieve t 6%
Aggregate passing No. 10 sieve f 5%
Aggregate passing No. 40 sieve f 4%
Aggregate passing No. 200 sieve _t2% Notel
Asphalt cement f0.5%Note2
For open graded mix: Tolerance limits shall be for aggregate
gradation only and shall be as specified in Section (R9-03-8(6 Asphalt
Note 1 — 2.0% if less than 50% RAP AY
Pavement), 2.5% for 50% RAP or [[tore.
Note 2 — 0.5% if less than 20% RAP. 0.7% for over 20%
RAP, but less than 50% RAP, 1.0% for 50% RAP or greater.
These tolerance limits constitute the allowable limits used in
Section 5-04.3(8)A to determine accelllu_ .as-� m'
4.
Page -SP-49
Revision Date: May 19, 1997
t.
9-04 Joint and Crack Sealing Materials 9 -05 Drainage Structures, Culverts, and Conduits
9-04 Joint and Crack Sealing Materials
SECTION 9-04. 11 IS A NEW SECTION
9-04.11 Butyl Rubber (SA)
Butyl rubber shall conform to ASTM D2000, Ml BG 610.
9 -05 Drainage Structures, Culverts, and
Conduits
SECTION 9-05.4 IS REVISED AS FOLLOWS:
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Steel culvert pipe and pipe arch shall meet the requirements of
AASHTO M 36, Type I and Type H. Welded seam aluminum
coated (aluminized) ':eorrugated steel pipe and pipe arch with
metallized coating ipplied - inside and out following welding is
acceptable and shall be asphalt treatment coated.
SECTION 9-05.7(2). ,`1S DELETED AND REPLACED BY THE
FOLLOWING:
9-05.7(2) Reinforced Concrete Storm Sewer Pipe
(RC)
Reinforced Concrete Storm Sewer pipe shall conform to the
requirements of ASTM C -76 and shall be Class IV. Cement used
in the manufacture of reinforced concrete pipe shall be Type 11 in
conformance with ASTM C150. No admixture shall be used unless
otherwise specified.
SECTION 9 -05.7(2)A IS SUPPLEMENTED BY THE
FOLLOWING:
9- 05.7(2)A Basis for Acceptance (RC)
All pipe shall be subject to (1) a three- edge - bearine streneth
(D4oad) test in accordance with ASTM C76• and (2) a hydrostatic
test of tubber gasket joints in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi
SECTION 9 -05.7(3) IS DELETED AND REPLACED BY T aE
FOLLOWING:
9 -05.7(3) Concrete Storm Sewer Pipe Joints (RQC
Joint assembly design shall be reinforced concrete hell and
spigot type incorporating a fully retained single rubber—gasket n
i
accordance with ASTM C361 or AWWA C302. Rubber at
material shall be neoprene.
esker
SECTION 9 -05.7(4) IS SUPPLEMENTED BY THE
FOLLOWING:
9 -05.7(4) Testing Concrete Storm Sewer Pipe Joints
C
Hydrostatic testing of rubber gasket ioints shag n performe d
in accordance with ASTM C361 or AWWA C302 ex t test
pressure shall be 5 psi.
SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
9 -05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
S1461 CP";W tib GW;M SOWS; PiFG 611211 Meet thip "G
the WGGW -
The manufacturer of spiral rib storm sewer pipe shall furnish
the Engineer a Manufacturer's Certificate of Compliance stating
that the materials furnished comply in all respects with these
Specifications. The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State.
Unless otherwise specified, spiral nb storm sewer pipe shall
be furnished with pipe ends cut perpendicular to the longitudinal
axis of the pipe. Pipe ends shall be curt evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or
a continuous helical welded seam paralleling the rib. -
Sp-;d &ib cte;m raw@; pipe sball have haliGal rib- Chu PFQj"
cetatar.
Steel spiral rib storm sewer pipe shall be manufactured of
metallic coated (aluminized or galvanized) corrugated steel and
be
minimum of 0.95 inch high (measured as the minimum vertical
distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib) 'The maximum
spacing of the ribs shall be 11.75 inches center to center (measured
normal to the direction of the ribs). The radius of bend of the
metal at the corners of the ribs shall be a minimum of 0.10 inch
and a maximum of 0.17 inch. If the sheet between adjacent ribs
does not contain a lockseam, a stiffener shall be included mid
Page -SP -SO
Revision Date: May L9, 1997
J
!1
r
i�
9 -06 Structural Steel and Related Materials
between ribs having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be
fabricated with ends that can be effectively jointed with coupling
bands.
when required spiral rib or narrow pitch spiral rib pipe shall
be bituminous treated or paved The bituminous treatment for
spiral rib pipe shall conform to the requirements of Sections 9-
05.4(3) and- 5.4 4)
For narrow pitch spiral rib sewer pipe the helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
frolic a single Wwkness of material. The nibs shag be .375 inch —
1/8 inch wide (measured outside to outside) and a minimum of
4375 inch high (measured as the minimum vertical distance of ribs
shall be 480 inches center to Center (measured normal to the
direction of the nibs) The radius of bead of the metal at the
of the ribs shall be 0.0615 inch with an allowable tolerance
of7L
SECTION 9-0.12(3),[S A NEW ADDMONAL SECTIOM
SECTION 9-00.14 IS DELISTED:
SEC77ON 9 -05.17 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
945.17 Aljumininn Spiral Rib Storm Sewer Pipe
Unless otherwise specified, spiral rib storm sewer pipe shall
be furnished with pipe aids cut perpendicadar to the longitudinal
axis of the pipe- Pipe ends shall be cart evenly. Spiral rib pipe shall
be fabricated by using a continuous helical lock seam with a seam
gasket.
1 25 kriwe Colo; to cents;
For spiral rib storm sewer pipe helical ribs shall project
outwardly from the smooth pipe wall and shall be fabricated from a
tingle thickness of material The ribs shall be 314 inch wide by 3/4
inch deep with a nominal spacing of 7 -1/2 inches center to center.
Pipe shall be fabricated with ends that can be effectively jointed
with coupling bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 0.375 inch +
9-08 Paints
1/8 inch wide (measured outside to outside) and a minmmun,
spacing of ribs shall be 4.80 inches center to center (measured
normal to the direction of the ribs). The radius of bead of the
metal at the corners of the ribs shall be 0.06'i5 inch with an
allowable tolerance of + 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 3/4 inch +
1/8 inch wide (measured outside to outside) and a minimum of 0.95
inch high (measured as the minimum vertical distance from the
outside of pipe wall to top surface of the rib). The maximum
spacing of ribs shall be 11.75 inches center to center (measured
normal to the direction of the ribs). The radius of bend of the
metal at the corners of the ribs shall be 0.0625 inch with an
allowable tolerance of + 10 percent.
9 -06 Structural Steel and Related Materials
9-06.5 Bolts
SEC17ON9- 06.50 HAS BEENSaPPLBMENTED BY ADDING:
9- 06.5(4) ' Anchor Bolts (RC)
All anchor bolts, tuts, washers and anchor plates for signal
poles street light poles, strain poles or other types of poles shall
meet the recommended specifications of the pole manufacturer.
The Contractor shall be responsible for providing to the Engineer
any and all data concerning fabrication strength test results mill
certification and other data required to confirm that the anchor
bolts meet those specficauons.
The following standard specifications shall apply to anchor
bolts for street light, signal and strain poles provided that the
Contractor can submit docahmentation from the manufacturer
affirming that anchor bolts meeting these specifications are
recommended for the pole to be installed thereon:
1 The standard anchor bolt for alum tnim street light poles
shall be 42 inches in length and shall meet the reauuements of
ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall
be a full one inch in diameter with a hot forged four inch "L" bend
on the bottom end and a minimum of six me tes of die -cut threads
on the top end.
2 The anchor bolts for signal poles and strain poles shall
meet the specifications as designated on the approved
manufacturer's pole plans and/or supn1 ental plans or
specifications Provided by the nun -da Curer.
.All anchor bolts nuts arid- washers a W—' Me galvanized the
manufacturer specifications and shall be IMM
unless such t'alyanization is not Perim d for the type of steel as
per Section 9- 06.5(4).
9 -08 Paints
SECTION 9 -08.8 IS A NEW SECTION:
9-08.8 Manhole Coating System Products
9-08.8(1) Coating System Specification IFD
The following coating system specifications shall be used for
coating (sealing) interior concrete (including the channel) surfaces
of sanitary sewer manholes when required.
Page -SP -51
Revision Date: May 19, 1997
9 -23 Concrete Curing Materials and Admixtures 9 -29 Illumination, Signals, Electrical
Coating System Sperm cation
A. General
1. Buried Manhole
Surface Color Paint System
a. Buried, and
White C -1
exposed
concrete
surfaces.
9-08.8(2) Coating
Systems
A. High Solids Urethane
Coating System:
C1
Coating Material:
High Solids Urethane
Surfaces:
Concrete
Surface Preparation:
In accordance with SSPC SP -7
(Sweep or brush off blast)
Application:
Shop/Field The drying time
between coats shall not exceed
24hours in any case
System 'Iltickness:
6.0 mils dry film
Coatings:
Primer: One coat of Wasser
MC- Conseal high solids
urethane (2 0 DFI) Finish:
Two or more coats of Wasser
MC- Conseal (min. 4.0 DFT)
9 -23 Concrete Curing Materials and
Admbdures
SECTION 9 -23.9 IS REVISED AS FOLLOWS:
9-23.9 Fly Ash (RC)
Fly ash shall not be used around water lines.
9-29 Illumination, Signals, Electrical
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9-29.1 Conduit,(RC)
The conduit P.V.C. - non - metallic shall be of the two
indicated below: I -
1. Schedule 80--Extra heavy wall P.V.C. conforming to
ASTM, Standards, to be used in all installations under roadways.
2. Schedule 40 heavy wall P.V.C. conforming to ASTM
Standards.
SECTION 9 -29.2 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.2 Junction Boxes (RC)
Junction boxes shall be reinforced concrete with galvanized
steel from anchored in place and galvanized steel cover plate
(Diamond pattern) as indicated on detail sheets.
The inscriptions on the covers of the iunction boxes shall be as
follows:
1. Signal only: "Signals"
2. Street Lighting only: 'lighting"
3. Traffic Signal and Street lighting Facilities: "TS -LT'
The above inscriptions shall not be higher than the too surface
SECTION 9 -29.3 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
9 -29.3 Conductors, Cable (RC)
Each wire shall be numbered at each tenninal end with a
wrap - around type numbering strip bearing the circuit number
shown on the plans. w.
No splicing of any traffic signal conductor shall be •mitre;,
unless otherwise indicated on the plans. All conductor runs shall
be pulled to the appropriate signal terminal compartment board
with pressure type binding posts. The only exceptions shall be the
splices for detector loops at the nearest iunctton box to the loops
The contractor shall provide and install all the neces ja
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
8. Detector loop wire shalt be No. EU4 AWG stranded
copper wire, Class B, with chemically cross - linked polyethylene
type RHH -RH W insulation of code thickness.
(11) Six pair - C unications cable ( all meet REA
specification PE-39 and shall have 4&-pai�o. 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.
The shielded communications/signal interconnect cable shall
meet the following:
1. Conductors: Solid, soft drawn, annealed copper, size 19
a_g.
2. Insulation: solid, virgin high density polyethylene or
polypropylene, with telephone industry color coding.
3. Cable core assembly: insulated conductors are twisted
into pairs with varying lays (twist lengths) to minimize cross talk
and meet strict capacitance limits.
4. Shielding: A corrosion/oxidation resistant tinted ethylene
copolymer coated (both sides) .008" thick corrugated aluminum
tape shield- is applied longitudinally with shielding coverage. A
.005 corrugated tape applied in the same mariner is acceptable.
5. Outer jacket: A black, low density high molecular weight
virgin polyethylene (compounded to withstand sunlight,
temperature variations and other environmental conditions Plus
abuse during installation) is extruded overall to provide a
continuous covering.
6. Footage markings: footage markings must be printed
sequentially a minimum of 2' along the outer iacket.
7. Filling: the entire cable within the outer jacket is flooded
with petroleum- volvethvlene eel filling compound including the
area between the outer jacket and the shield.
SECTION 9 -29.9 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9 -29.9 Ballast, Transformers (RC)
The Ballast shall be pre -wired to the lamp socket and terminal
board.
SECTION 9 -29.10 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9 -29.10 Luminaires (RC)
The filter shall bd charcoal with elast-omer gasket.
Luminaires shall have a cast aluminum housing of the cobra
head style with a glass ovate refractor.
of the cover plates. 1
f-
Page-SP-52
Revision Date: May 19, 1997
E-1
ti
u
Ci
0
I1
Lq-1
I
is
C
9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical
The manufacturer's name or symbol shall be clearly marked
on each luminaire.
9 -29.11 Control Equipment
SECTION 9- 29.11(2) IS DELETED AND REPLACED WITH:
9- 29.11(2) Photoelectric Controls (RC)
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
SBCT70N 9 -29.13 IS SUPPL EbdULNTED BY ADDING THE
FOLLOWING
9 -29.13 T mMe Signal Controllers (RC)
The unit shall operate on 120 volt, 60 cycle, single phase
akerngting current and shall use the power line frequency as a time
base The traffic signal controller shall meet the requirements of
the National Electrical Manufacturers Association (NEMA)
Standard Publications.
Components such as resistors capacitors, diodes and
transistors shall be individually replaceable utilizing approved
standard soldering techniques. latergrated circuits shall be
mounted in sockets and shall be easily replaceable without
soklerW All composients shall be standard 'Off the shelf items.
The traffic signal c ontrdler shall be capable of interfacing
with the Muldsonic real time master computer. The controller
shall be capable of both on-line operation (control by the multisomc
master computer) and standby operation. The controller shall
establish the sequence of signal pleases including overlaps in
conformance with the signal phasing diagram on the plans. When
operating either in a faced tune mode or in a fully- actuated mode
with volume density on each phase as roaaired. All clearance
mnut and pedestrian timing shall be accomplished at the local
SECTION 9- 29.13(2) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
9- 29.13(2) Flashing Operations (RC)
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; however, the
controller shall "STOP T tIE." When the switch is placed on
automatic, the signals shall continue to flash for an additional
8 second flash period. At the completion of the continued 8 second
flash period, unless otherwise specified, the controller shall
immediately resume normal cyclic operations at the beginning of
artery gstaa elr}�1 °w.
4. Power Interruption. On "NEMA" controllers any power
interruption longer than 475 plus or minus 25 milliseconds, signals
shall re-energize consistent with No. 2 above to ensure an 8 second
flash period prior to the start of artery green. A power interruption
of less than 475 plus or minus 25 millisecond.- shall not cause
resequencing of the controller and the signal displays shall
re- energize without change.
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 at the beginning of artery
gnaw. elY low.
6. Flash unit shall be a two circuit type, capable of
switching loads up to 1000 watts per circuit alternately at a rate of
60 flashes per minute per circuit, plus or minus two flashes per
minute.
SECTION 9- 29.13(3) IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
9- 29.13(3) Emergency Pre- emption (RC)
Intnrediately after a valid call has been received, the
pre-emption controls shall cause the signals to display the required
clearance intervals and subsequent pre- emption intervals.
Pre - emption shall sequence as noted in the contract. Pre- emption
equipment shall be installed so that. internal wiring of the
controller, as nonmally furnished by the manufacturer, is not
altered.
Emergency vehicle pre-emption shall be furnished as modules
that plug directly into a rack wired to accept 3-M discriminator
t w units The pre-emption system operation, shall be compatible
with the 500 Series 3M company "opticom' system which the City
of Renton is currently using and shall be capable of being activated
by the same tans nitters.
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 tinobstnrcfed
"line of sight" path 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 I shall consist of the following
components:
a Optical energy detectors -which shall be mounted On the
traffic signal mast arms and shall receive the optical energy
emitter's signal.
b Discriminators which shall cause the signal cower to
go into internal pre- enhpti oii which will give the authorized vehicle
the right of way in the manner shown On the phase sequence
diagram.
c Pre- emption Indicator Lights.
optical Detector
a Shall be of solid state construction-
b. Fittings shall meet the swi£P9„^ns of the system
manufacturer to facilitate ease of installation.
c Shall operate over an ambient temperature range of -40°F
to +180° C to +85 °CC
d Shall have internal circuitry encapsulated in a semi -
flexible compound and shall be impervious to moisture.
e_ Shall respond to the optical energy jMgU ` oerretated by
a pulsed Xenon source with a pulse energy densl 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 titan
thirty microseconds. l:
Page -SP -53
Revision Date: May 19, 1997
9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical
Discriminator
Each module shall do the following:
a. Shall provide for a minimum of two channels of optical
detector input.
b. Shall provide for a minimum of two discrete channels of
optically isolated output.
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.
SECTION 9- 29.13(2 )_;IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9- 29.13(4) Wring Diagrams (RC)
The controller cabinet shall have a waterproof envelope with a
side access attached to the inside of the cabhxt door. At the time
of delivery the envelope shall have four complete sets of schematics
and manuals for all assemblies and sub- assemblies.
SECHON 9-29.130 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9- 29.130 Radio Interference Suppressors
A Cornell - Dubiler radio interference filter NF 10801 -1 30
amps or equivalent shall be used to filter the A.C. power.
Additionally, all power supplies shall have noise immunity from
other devices within the cabinet.
SECTION 9-29.130 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
9- 29.13(7) Traffic- Actuated Controllers (RC)
Traffic - actuated controllers shall be electronic devices which,
when connected to traffic detectors or other means of actuation, or
both, shall operate the electrical traffic signal system at one or
mom intersections.
All solid -state electronic traffic - actuated controllers and their
supplemental devices shall employ digital timing methods.
The traffic signal control equipment, unless otherwise
permitted, in the contract, must specifically conform to current
NEMA specifications.
Actuated traffic signal controllers shall be 8 -phase control
units. Volume -density timing features shall be provided on all
controllers.
w
appmveel maker ir mandator -y, and demenstratien of
will of Readquailem Adate;—&
.% of sofkw�rs or by use at blUNIA over-iap boar-.46. T
la�to�.wscnag„
msclted of G,.,-r, aAs.
;wUrations for timing ipwvals in both ;;Rgs
With G&OF timing data.
«•
actvatien.
All timing functions and input and output features for fully
actuated, volume - density operation shall be provided in accordance
with NEMA standards.
The controller shall provide for setting each timing interval by
means of positively calibrated settings. The tuning functions shall
be on the front of the controller unit or shall have k�t+__rd anay
and liquid crystal display. For the standby operation the traffic
signal controller shall include all circuitry ieguired to provide all
timing and all functions for signal operation in afully- actuated
mode. Standby operation shall automatically occur upon opening
of interconnect lines, failure of central master computer, or when
specified by the master. The standby operation shall follow and be
coincidental in phase to that phase being displayed at the start of
standby operation. Transfer from computer supervision shall not
call up a starting Yellow.
SECTION 9- 29.13(7)4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9- 29.13C7)A Environmental, Performance and Test
Standards for Solid-State Traffic
Controllers (RC)
The traffic signal controller assemblies, including the traffic
signal .controller, auxiliary control equipment and cabuut 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 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.
SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
9- 29.13(7)B Auxiliary Equipment for Traffic Actuated
Controllers (RC)
Police 9=41 cu-sches g:$G6P;ftGlG
;r-2PA to
+�ir�nus- -aa�Jv to auxilia�—
Page -SP -54 .
Revision Date: May 19, 1997
�,l
P�
F-J
n
I
I
��j
0
P,
u
CI
0
9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical
Power Switches
There shall be a main power switch inside the cabinet that
shall render all control equipment electrically dead when turned
off. There shall be a controller tower switch that shall render the
controller and load switching devices electrically dead while
maintaining flashing operation for purposes of changing controllers
or load switching devices.
Stop Time Bypass Switch
There shall be a switch in the cabinet identified as the stop
time bypass switch If the intersection is placed on flashing
operation either by the flash switch or the fail safe monitor, the
controller shall immediately stop time. The stop time bypass
switch shag remove stop time from the controller and permit
normal cycling operation while the intersection remains in flashing
operation,
DETECTOR test switch
Each vehicle and pedestrian phase shall have a momentary
(spring return) detector test switch. When depressed, the switch
shall phase a call On its respective signal phase.
The convenience outlet and lamp socket
A convenience outlet protected with a ground fault interrupter
and an incandescent lamp socket shall be furnished in the main
cabins A door switch for the lamp shall be provided. THIS
circuit shall be protected by a circuit breaker rated at 20 amps.
Fail Safe Unit
Fail safe unit shall meet the NEMA -PLUS specifications and
shall monitor both the positive and negative portions of the A.C.
sine wave for all green, amber and pedestnart walk _indications.
The duration of a display of conflicting indications shall not be long
enough to be visible to motorists or pedestrarus before the monitor
initiates flashing operation There shall be a visual indication that
the monitor has preunped normal operation.
The fail safe monitor shall be Model SSM -121B as
manufactured by Eberle Design Inc., or approved equal.
Surge Protector (Lighting Arrester
The controller shall have an input voltage surge protector that
shall protect the controller input from any voltage surges that could
damage the controller or any of its components.
Field Wiring Terminal
There shall be a terminal strip for field wiring in the
controller cabinet. The terminals Mall be numbered in accordance
with the schematic wiring diagram on the plats. If a different
numbering system is used for the cabinet wiring, then both
numbers shall label each terminal and the cabinet wiring schematic
drawing shall include the field wiring numbers where the terminal
strip is illustrated A common bus bar with a minimum of 15
terminals and a ground bar with a minimum of 6 terminals shall be
provided.
Computer Interface Unit
interconnect cables.
SECTION 9- 29.13(7)D IS REVISED AND SUPPLEMB11i!'ED
AS FOLLOWS:
9- 29.13C7)D Controller Cabinets (RC, SA)
1. Construction shall be of 0.073 -inch minimum thickness
Type 304 stainless steel, 0.125 -inch minimum thickness dew
arwdked -sheet aluminum, or cast aluminum. Cabinets shall be
finished inside with an approved finish coat of exterior white
enamel and outside with an approved enamel finish, light gray or
aluminum in color. As an alternate to painting, the outside and
inside of the aluminum cabinets may be clear anodized aluminum.
S. 7be cabinet door shall be provided with:
a. A spring loaded construction core lock capable of
accepting a Best CiC series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
shall have a three point latch.
b. A police panel door with a stainless steel hinge pin and
a lock. Two police keys with shafts a minimum of 13/4 inch long
shall be provided with each cabinet.
Cabinet doors shall be gasxetea
r - - - - - - -- -
with one piece dose cell neoprene They shall be atuiAl4 with some type of stops so the door maY be held open in either of two -
positions at approximately 90 degrees and 180 degrees and be of
suitable design to withstand a 40 mph wind..
d. A two position door stop assembly.
e The Controller cabinet shall have a load bay panel with A
_ .. _ _r .t. �..si f.•encfer
termmauVLjb Vu uac Lm%,n va
coafb;miag to IR 22
SECTION 9 -29.16 IS SUPPLEMENTED BY ADDING T HE
FOLLOWING:
9 -29.16 Vehicular Signal Heads (RC)
Vehicular signal heads shall have 11 inch
�lea s shes "tgnaluhead
shown otherwise on the signal plans
housings shall consist of separate sections and be expandable tyke
for vertical mounting. Lens shall be lass and meet I.T.E.
Specifrcations for light output Reflectors shall be iliac' Each
signal head shall have a 1/4 inch drain hole in its base.
Page -SP -SS
Revision Date: May 19, 1997
9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signal Electrical
Vehicle signal heads shall be cast aluminum.
All signal heads shall include a back plate 5 inch square cut
border. Signal heads, including outside of visors and back of back
plates shall be finished with two coats of factory- applied traffic
signal yellow baked enamel. The inside of the visors and front of
back plates shall be finished with two coats of factory - applied flat
black enamel
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.
Position of the signal heads shall be located as close as
possible to the center of the lanes. Signal heads shall be mounted
on the mast arm such that the red indicators lie in the same plane
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. All bolts and other
miscellaneous mounting hardware shall be stainless steel.
SECTION 9 29.16(2)1 HAS BEEN REVISED AS FOLLOWS.
9- 29.16(2)A Odra! Units (RC)
Eight inch conventional signals shall employ a 67 to 69 watt
traffic signal lamp rated for 130= volt operation, 595 minimum
initial ihunen, 665 rated initial lumen, 8,000 -hour minimum,
2 7116 -inch light center length. A-21 bulb, medium base, clear
traffic signal lamp. Twelve inch traffic signal heads require
110130:volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial lumen clear traffic signal lamps with a 3 -inch light center
length, 8,000 hour minimum rated life, P -25 bulb and medium
base. Bulbs shall be installed with the opening between the filament
ends up.
SECTION 9- 29.16(2)B BAS BEEN REVISED AS FOLLOWS:
9- 29.16(2)8 Signal Housing (RCS
Each lens shall be protected with a removable visor of
polyca4anate P! aluminum of the tunnel type, unless specified
otherwise in the contract. Visors shall have attaching ears for
installation to the housing doors. Conventional signal heads shall
have square doors.
SEC77ON 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS.
9- 29.16(2)C Lott_yered Visors R�
Where noted in the Contract, louvered tunnel visors shall be
furnished and installer = Directional louvers shall be constructed to
have a snug fit in 1W signal visor. The outside cylinder shall be
constructed of alumi , and the louvers shall
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract.
SEC17ON 9- 29.16(2)D HAS BEEN DELETED AND
REPLACED WITH.•
9- 29.16(2)D Back Plates (RC)
Back plates shall be furnished and attached to the signal
heads. Back plates shall be constructed of anodized, 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.
9- 29.16(2)E Painting Signal Heads (RC)
Traffic signal heads, including outside of visors and back of
back plates, shall be finished with two coats of factory applied
traffic signal ems- glow baked enamel. The inside of visors,
front of back plates, and louvers shall be finished with two coats of
flat black enamel.
SECTION 9- 29.16(3) (RC) IS DELETED.
(RC)
SECTION 9- 29.16(3)A (RC) IS DELETED.
9-29.16(3)A 9 inch Ro4trar-bonate
(RC)
SECTION 9- 29.I6(3)B (RC)IS DELETED.
0-19 16(3)2 J-1-1—ach po�&Garmbonme
Heads (RC)
SECTION 9 -29.17 HAS BEEN REVISED AS FOLLOWS.
9 -29.17 Signal Head Mounting Brackets and Fittings
(RC)
pittings nei:Te,e eewi4 be if �
ongaiawl, -.All ethe"tardware for oiler- mounts shall be painted
with two coats of factory applied traffic signal Federal yellow
g on -baked enamel
SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS
FOLLOWS:
9- 29.18(1) Induction Loop Detectors (RC)
Detector amplifiers shall be Detector Systems model 810A or
equal.
Induction loop amplifiers installed with NEMA controls shall
conform to current NEMA specifications. Anpliflemhtstallad
I"
SECTION 9 -29.20 HAS BEEN REVISED AS FOLLOWS.
9 -29.20 Pedestrian Signal (RC)
Pedestrian signals shall be either iacandowent- fiber optic or
neon -grid type, or other types as specified in the contract.
Pedestrian signals shall conform to ITE Standards (Standard for
Adjustable Face Pedestrian Signal Heads, 1975).
a minimv--- - f 4 14 inrhes hi& Symbol messages, when
specified, shall be a minimum of 12 inches high and 7 inches in
width.
Housings shall be die,-cast aluminum and shall be painted with
two coats of factory applied traffic signal ellow enamel.
VACANT SECTION 9- 29.20(1) IS REPLACED BY ADDING
THE FOLLOWING NEW SECTION:
9- 29.20(1) Fiber Optic Type (RC)
The_ fiber optics` shall be drawn from ontical glass of high
purity. The fibers shall be temperature resistant The fibers shall
be resistant to the UV light emitted by the halogen lamp and shall
maintain their high transmission properties throughout the lifetime
Page -SP -56 .
Revision Date: May 19, 1997
0
L
1
J
f
L�
0
l
I
9 -29 Illumination, Signals, Electrical 9 -29 Illumination, Signals, Electrical
of the sign The light guides shall contain fibers with a diameter of
53 microns Each single arm in the harness shall contain
approximately 300 fibers. The optical sheathing shall have a wall
thickness of at least 1.5 microns. The common end of each bundle
shall have a hexagonal bundle format. The common bundle end
and each arm end sha11 be epoxied and optically polished.
The light source shall be a halogen incandescent lamp with
dichroic reflector. The law shall use built -in lead -in wires instead
of pins The reflector shall be covered with a hard coating capable
to withstand a temperature of 400 degrees Centigrade, rapid
temperature changes aggressive chemical attacks. The coating
shall be tested by soaking in Oxalic Acid 0.71N for a period of 2
hours The coating shall not dissolve during this period. The lamp
shall be 50 watt and rated for 6000 hours at 10 volts. The lamp
together with the fiber shall produce a light intensity as high as
3800CD The 115 -volt primary, 10 -volt secondary transformers,
night guides and all wiring shall be enclosed in a sheet aluminum
housing The matrix plate shall be consguted of 0.125 thick
aluminium sheet protected by a 0.125 pohcarboimte sheet. The
sib housing " be weather tight. Each common end of a
bundle shall have a clip -on type color filter, one of Portland
Orange and one of Lunar White. The viewing end of the fiber optic
display shall riot rMire a cone for magnification, and shall provide
a wide viewing angle Each message shall have a minimum of 82
light points All components shall be fastened to the flat black
matrix plate When the sign is not illuminated, it shall blank out
with no message legible The low power consumption lamps shall
be serviceable without any tools.
SECTION 9- 29.20(2) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
9- 29.20(2) Neon Grid Type (RC)
All neon grid heads shall be equipped with Z crate visors
made of polycarbonate plastic designed to eliminate sun phantom.
Neon tubing shall be enclosed and shockmounted inside
a ed plastic module.
GQQt2Gt6 -PA
The pedestrian signal shall have a solid state message module,
electronic ballast, no external transformer, and operate at 30 watts.
The heads shall display two symbol messages "hand" (for the
do not walk mode) in Portland orange and "Man" (for the walk
mode) in lunar white. The message module shall consist of two
neon gas pubes enclosed in a housing made of polycarbaia
Plastic The lens material shall be polycarbonate plastic. The
visors shall be flat black in color.
SECTION 9 -29.24 IS DELETED AND REPLACED BY THE
FOLLOWING:
9 -29.24 Service Cabinets (RC)
The signal1street lighting service cabinet shall be as indicated
on the contract plans and detail sheets. All electrical conductors,
buss bars and conductor terminals shall be copper or brass. The
cabinet shall be fabricated from galvanized cold rolled sheet steel,
with 12 gauge used for exterior surfaces and 14 gauge for interior
panels Door hinges shall be the continuous concealed piano type
and no screws rivets or bolts shall be visible outside the enclosure.
The cabinet door shall be fitted for a Best internal type lock. The
cabinet shall have ventilation louvers on the lower and upper sides
complete with screens filters and have rain tight gaskets. The
cabinet door shall have a one piece weather proof neoprene gasket.
SECTION 9- 29.24(1) IS DELETED AND REPLACED WEE
THE FOLLOWING:
9- 29.24(1) Painting (RC)
The finish coat shall be a factory baked on enamel light grey
in color. The galvanized surface shall be etched before the baked
on enamel is applied. The interior shall be given a finish coat of
exterior grade of white metal enamel.
Painting shall be done in conformance with the provisions of
Section 8- 20.3(12).
SECTION 9-29 24(2) IS DELETED AND REPLACED WITH
THE FOLLOWING:
9- 29.24(2) Electrical Circuit Breakers and Contactors
(RC)
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. Tym
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
SECTION 9 -29.25 tS DELETED AND SUPPLEMENTED BY
TEE FOLLOWING:
9 -29.25 Terminal and Interconnect Cabinets (RC)
The pole mounted terminal box shall be trade of molded
fiberglass be grey in color, be approximately 16" high x 13 -7/8"
wide x 5-7/8' deep and have a minimum of 16 terminals on the
terminal blocks The box shall be weather tight, have a We door
with continuous hinge on one side and screw hold downs one the
door locking side. All hardware will be stainless steel All
mound hardware shall be stainless steel and shall be ineideatal to
the unit price of terminal box.
Terminal blocks shall be 600V heavy duty barrier type• Each
The marker actin
terminal shall be separated by a marker �+r+
shall be rinanentl marked with the cuctiit number indicated m
the Plans Each connector shall be a screw : wlth No. 10 post
capable of accepting no less than 3 #12 AWG wiles fined with
spade tips.
Cabinet doors shall be gasketed with cone -piece closed cell
neoprene gasket and shall have a stainless steel Plano e.
One spare 12 position terminal block shall be installed m each
terminal cabinet and amplifier cabinet.
Mounting slWl be as noted in the contract.
Interconnect splice tower cabinets shall be T ML F witi
nominal dimensions of 22" high x 13" wide x 11 de _and
constructed of cast aluminum and fitted with a Best internal lock.
Page -SP -57
Revision Date: May 19, 1997
9 -30 Water Distribution Materials 9 -30 Water Distribution Materia[s
L-i
9 -30 Water Distribution Materials
9 -30.1 Pipe
SECTION 9- 30.1(1) IS REVISED AS FOLLOWS.
9- 30.1(1)Ductile Iron Pipe (RC)
1. Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151.. Ductile iron pipe shall have a
cement- mortar lining meeting the requirements of AWWA C104.
. All other ductile iron pipe shall be
Standard Thickness Class 5= or the thickness class as shown in
the Plans.
9-30.3 Valves
SECTION 9- 30.3(1) HAS BEEN REVISED AS FOLLOW.•
9- 30.3(1) . Gate Valves (RC)
Valves shall be designed for a minimum water operating
pressure of 200 PSI.- Gate valves shall be Iowa Liu 14, Mueller
Company No. A2380, Kennedy, or M&H.
Approval of valves other than models specified shall be
obtained prior to bid opening.
All gate valves less than 12" in diameter shall include an 8' x
24" cast iron gate valve box and extensions, as required. All 12"
diameter and larger gate valves shall be installed in a vault. See
Water Standard Detail for 12" gate valve assembly vault and 1"
bypass installation.
Gate valves shall conform to AWWA C500 and shall be iron
body, bronze- mounted, double disc with bronze wedging device
and 0-ring stuffing box.
RESII1ENT SEATED GATE VALVES:
Resilient seated gate valves shall be manufactured to meet or
exceed the requirements of AWWA Standard C509 latest revisions.
All external and internal ferrous metal surfaces of the gate
valve shall be coated for corrosion protection with fusion bonded
epoxy. The epoxy coating shall be factory applied to all valve
parts prior to valve assembly and shall meet or exceed the
requirements of AWWA Standard C -550 latest revision. Valves
shall be provided with two (2) internal 0-ring stems seals. The
valves shall be equipped with one (1) anti- friction washer. The
resilient gate valve shall have rubber sealing surfaces to permit bi-
directional flow. The stem shall be independent of the stem nut or
integrally cast.
Manufacturers of Resilient Seated gate Valves shall provide
the City on request that the valve materials meet the City
specifications.
Valves shall be designed for, a minimum water operating
pressure of 200 psi.
End connections shall be mechanical ioints, flanged ioints or
mechanical by flanged joints as shown on the proiect plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250
Clow, M&H Style 3067, Mueller Series 2370, Kennedy.
Approval of valves other than model specified shall be
obtained prior to bid opening. All gate valves less than 12 inches
in diameter shall include an 8'x24" cast iron gate valve box and
extensions, as required.
All 12 inch diameter and larger resilient seated gate valves
shall have a 1 inch by -pass assembly and shall be installed in a
concrete vault per City of Renton Standard Details latest revision
SECTION 9- 30.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9- 30.3(3) Butterfly Valves
Butterfly valves shall be Dresser 450 or Pratt Groundhpit
SECTION 9- 30.3(5) HAS BEEN DELETED AND REpL4CED
WITS THE FOLLOWING:
9- 30.3(5) Valve Marker Posts (RC)
The valve markers shall be fabricated and installed in
conformance with the Standard Drawings.
Valve markers shall be carsonite composite utili marker
.375 "x 6'-0 or approved equal with blue label "water.
SECTION 9- 30.3(7) HAS BEEN SUPPLEMENTED AS
FOLLOWS.
9- 30.3('7) Combination Air Release/Air Vacaum
Valves (RC)
Air and vacuum release valves shall be APCO- Valve and
Primer Corp, "Heavy - Duty,' combination air release valve or
equal.
Installation shall be per the City of Renton Standard Detail
latest revision.
Piping and fitting shall be copper or brass. Location of the air
release valve as show on the plans is approximate. The installation
shall be set at the high point of the line.
SECTION 9- 30.3(8) IS REVISED AS FOLLOWS.
9- 30.3(8) Tappicg Sleeve and Valve Assembly (RC)
Tapping sleeves shall be cast iron, ductile iron staialesssteel,
epoxy - coated steel, or other approved material.
SEC77ON 9- 30.3(9) IS A NEW SECTION:
9- 30.3(9) Blow-Off Assembly (RC)
Permanent blow -off assembly shall be #78 Kupferle Found
Co. or approved equal. Installation of blow -off permanent blow -
off assembly shall be per City of Renton Water Standard Detail,
latest revision. Pipe and fittings shall be galvanized. Blow -off
assembly shall be installed at location(s) shown on the plans.
Temporary blow -off assembly on new dead -end water main shall
b_ a installed at location shown on the plans.
Temporary blow -off assemblies for testing and flushing of the
new water mains will not be included under this item and shall be
considered incidental to the contract and no additional payment
shall be made.
SECTION 9 -30.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9 -30.5 Hydrants (RC)
Fire hydrants shall be Iowa Corey Type (opening with the
pressure) or approved equal conforming to AWWA C- 502 -85.
Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening against pressure)
shall be Clow Medallion. M&H 929. Mueller Super Centurion
200, conforming to AWWA C- 502 -85.
SECTION 9- 30.5(1) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9- 30.5(1) End Connections (RC)
Hydrants shall be constructed with mechanical Joint
connection unless otherwise specified in bid proposal description.
1-
Page -SP -58
Revision Dale: May 19, 1997
fl
fl
r-
�1
�1
'J
u
C
C
i
1
r
e
j
9 -30 Water Distribution Materials
SECTION 9- 30.5(2) IS DELETED AND REPLACED WITH
THE FOLLOWING:
9- 30.5(2) Hydrant Dimensions (RC)
Fire hydrants shall be Corey type (opening with the pressure)
or compression type (opening against pressure) conforming to
AWWA C- 502-85 with a 6 inch mechanical Count inlet and a main
valve opening (M.V.O.) of 5 1/4 inches two 2 1/2 inch hose
nozzles with National Standard Threads 7 112 threads per inch and
one 4 inch pumper nozzles with the new Seattle Pattern 6_threads
per inch 60 degrees V Threads outside diameter of male tread
4.875 and root diameter 4.6263. Hydrants shall have a 1 -1/4"
pentagon operating nut opened by turning counter clockwise (left).
The two 2 -1R" hose nozzles shall be fitted with cast iron
threaded caps with operating nut of the same design and
proportions as the hydrant stem nut. Caps shall be fitted with
suitable neoprene gaskets for positive water tightness under test
pressures.
The 4' pumper nozzle shall be fitted with a Stortz adapter, 4"
Seattle Thread x 5' Stortz Stortz adapter shall be forged and/or
extruded 6061 -T6 aluminum alloy, hardcoat anodized. Threaded
end portion shall have no lugs and 2 set screws 180 degrees apart.
Stour face to be metal no gasket to weather. Stortz cap to have
9 -30 Water Distribution Materials
synthetic molded rubber gasket, and shall be attached to h_ ydrant
adapter with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard
Detail for fire hydrants, latest revisions.
SECTIONS OF 9- 30.6(3) HAVE BEEN MODIFIED AS
FOLLOWS:
9- 30.6(3) Service Pipe
9- 30.6(3)B Polyethylene Pipe (RC)
Polyethylene pipe shall not be used.
9- 30.6(3)C Polybutalene Pipe (RC)
Polybutalene pipe shall not be used.
SECTION 9- 30.6(4) HAS BEEN REVISED AS FOLLOWS:
Fittings used for copper tubing shall be compression type with
gripper rmg.
SECTION 9- 30.6(5) HAS BEEN SUPPLEMENTED AS
FOLLOWS.
9- 30.6(5) Meter Setters (RC)
Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
Page -SP -59
Revision Date: May 19, 1997
C
W WSDOT AMENDMENTS
WSDOT AMENDMENTS
INDEX TO WSDOT AMENDMENTS
WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document.
The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the
subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those
SAX subsections have been deleted from this document.
The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting
provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as
specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date
following each Amendment title indicates the Implementation date of the Amendment or the last date of revision by WSDOT.
Page -SP -60
Revision Date: May 19, 1997
SECTION 1
SECTION 2
02.AP1 SECTION 1 -02, BID PROCEDURES AND
03.AP2 SECTION 2-03, ROADWAY EXCAVATION
CONDITIONS
AND EMMANHIVIENT
(March 3,199;9
(March 3, 19M
"Imgulaz, proposals" revised.
A new Amendment. Sub - section 2 -03.3(2) Rock
Cuts is revised. Sub - section 2 -03.3(14)K Select of
04.AP1 SECTION 1-04, SCOPE OF THE WORK
Common Borrow is added.
(March 3, 19979 .
"Embankments at Bridge and Trestle Ends"
"Increased or Decreased Quantities" revised.
formula revised.
07.API SECTION 1-07, LEGAL RELATIONS AND
09.E SECTION 2.09, STRUCTURE EXCAVATION
®
RESPONSIBILITIES TO THE PUBLIC
(March 3, 1997)
■
(March 3, 1997)
Anew Amendment. Sub- section 2-09.3(4)
A new Amendment. Sub- section 1;07.9(5)
Construction Requirements, Structure Excavation,
Required Documents is revised. Sub - section
Class B, Sub - section 2 -09.4 Measurement, and
1-07.13(4) Repair of Damage is added.
Sub - section 2-09.5 Payment are revised. Sub -
"Required Records and Retention- revised.
section 2- 09.3(1)E Backfilling, Controlled Density
09.AP1 SECTION 1-09, MEASUREMENT AND
Fill is added.
"Measurement" drywells added.
PAYMENT
(March 3, 1997)
"Payment for Material on Hand" revised.
SECTION 3
10.AP1 SECTION 1 -10, TEWORARY TRAFFIC
02.AP3 SECTION 3-02, STOCKPILING
CONTROL
AGGREGATES
(March 3, 1997)
(March 3, 19979
Anew Amendment. Sub- section 1- 10.3(5)
"Asphalt Concrete Aggregates- revised.
Temporary Traffic Control Devices is revised.
Sub- section 1 -10.5 Payment is added.
"Conformance to Established Standards ", "Traffic
SECTION 5
Control Labor" and "Payment - have been revised.
04.AP5 SECTION 5-04, ASPHALT CONCRETE
PAVEMENT
(September 30, 1996)
5- 04.3(10)B
A new Amendment. Sub - section
—
Control is revised.
Page -SP -60
Revision Date: May 19, 1997
WSDOT AMENDMENTS
SECTION 6
02.AP6 SECTION 6 -02, CONCRETE STRUCTURES
(March 3, 1997)
A new Amendment. Sub - section 6 -02.3(2)C
Contracting Agency- Provided Mix Design, Sub-
section 6 -02.3.(6)A Weather and Temperature
Limits to Protect Concrete, and Sub - section 6-
02.3(24)C Placing and Fastening are revised.
Subsection 6 -02.3(6)A Temperature and Time for
Placement is added. Sub - section 6 -02.3(11)
Curing Concrete is added.
"Face Lumber, studs, Wales, and Metal Forms ",
and "Field Bending" are revised.
10.AP6 SECTION 6-10, CONCRETE BARRIER
(March 3, 1997)
A new Amendment. Sub - section 6 -10.5 Payment
is supplemented with an additional item. Sub-
section 6- 10.3(1) Precast Concrete Barrier is
added.
" Precase Conc. Barrier" curing revised.
SECTION 7
05.AP7 SECTION 7 -05, MANHOLES, INLETS, AND
CATCH BASINS
(March 3, 1997)
Revised to include drywells. New standard item
1062 "precast conc. drywell".
Revised standard item 7345 `Abandon Existing
Manhole".
06.AP7 SECTION 7 -06, CONCRETE PIPE
ANCHORS
(March 3, 1997)
This section is deleted in its entirety.
08.AP7 SECTION 7 -08, GENERAL PIPE
INSTALLATION REQUIREMEN17S
(March 3, 1997)
A new Amendment Sub - section 7 -08.3(1)C Pipe
Zone Bedding is renamed to Bedding the Pipe.
Sub - section 7 -08.3(2)D Pipe Laying — Steel or
Aluminum, Sub - section 7 -08.4 Measurement, and
Sub - section 7 -08.5 Payment are revised.
"Materials ", "Trenches ", "Jointing of Dissimilar
Pipe ", and "Payment" are revised.
"Standard plan for pipe collars pending.
17.AP7 SECTION 7 -17, SANITARY SEWERS
(March 3, 19979
A new Amendment. Sub - section 7- 17.3(2)C
Infiltration Test is revised. Sub - section 7 -17.2
Materials is added.
"Infiltration Test" revised.
18.AP7 SECTION 7 -18, SIDE SEWERS
(October 28, 1996)
WSDOT AMENDMENTS
SECTION 8
09.AP8 SECTION 8 -09, RAISED PAVEMENT
MARKERS
(March 3, 1997)
Anew Amendment. Sub - section 8-09.1
Description is revised. A new section, Sub-
section 8 -09.3(5) Recessed Pavement Markers is
added. Sub - section 8-09.5 Payment is
supplemented and revised.
Section revised St. Item from plural to singular.
10.AP8 SECTION 8 -10, GUIDE POSTS
(September 30, 1996)
A new Amendment. Sub - section 8 -10.2 Materials
is revised. Sub- section 8 -10.3 Construction
Requirements is revised.
ILAP8 SECTION 8-11, GUARDRAIL
(March 3, 1997)
Anchor Installation revised.
15.AP8 SECTION 8-15, RIPRAP
(March 3, 1997)
"Materials ", and "Measurement" are revised.
17.AP8 SECTION 8 -17, IMPACT ATTENUATOR
SYSTEMS
(March 3, 1997)
Construction Requirements revised.
20.AP8 SECTION 8 -20, ILLUMINATION, TRAFFIC
SIGNAL SYSTEMS, AND ELECTRICAL
(March 3, 1997)
A new Amendment. Sub - section 8- 20:3(4)
Foundations is revised. Sub - section 8- 20.3(13)A
Light standards is added.
"Equipment List and Drawings" revised.
21.AP8 SECTION 8 -21, PERMANENT SIGNING
(March 3, 1997)
A new Amendment.. Sub - section 8- 21.3(6) Sign
Refacing is revised. Sub - section 8 -21.2 Materials
is added. Sub - section 8- 21.3(9)F Bases is added.
Sub - section 8 -21.3 Construction Requirements is
added.
"Construction Requirements ", and "Materials"
are revised.
22.AP8 SECTION 8 -22, PAVEMENT MARKING
(March 3, 1997)
A new Amendment. Sub - section 8 -22.4
Measurement is revised.
"Materials" revised.
Page-SP-61
Revision Date: May 19, 1997
N
-J
�1_
Page -SP -62
Revision Date: May 19, 1997
WSDOT AMENDMENTS
WSDOT AMENDMENTS
10.AP9
SECTION 9 -10, PILING
SECTION 9
(September 30, 1996)
OLAP9 SECTION 9 -01, PORTLAND CEMENT
A new Amendment. Sub - section 9 -10.1 Timber
Sub 9
(September 30, 1996)
Piling is revised. - section -10.5 Steel Piling
A new Amendment. Sub - section 9 -01.3 Tests and
"Mill Test
is revised.
Use message revised.
Acceptance is revised to reference
Report Number ".
11.AP9
SECTION 9 -11, WATERPROOFING
02.AP9 SECTION 9 -02, BITUMINOUS MATERIALS
(March 3, 1997)
Asphalt waterproofing revised.
ka
(March 3, 1997)
"Anti - Stripping Additive" revised.
12.AP9
SECTION 9 -12, MASONRY UNITS
03.AP9 SECTION 9 -03, AGGREGATES
(March 3, 1997)
(March 3, 1997)
Revised.
A new Amendment. Sub - section 9 -03.15 Bedding
13.AP9
SECTION 9 -13, RIPRAP, QUARRY SPALLS,
Material for Rigid Pipe is revised. Sub - section 9-
SLOPE PROTECTION, AND ROCK WALLS
'
03.14(2) Select Borrow is revised.
(March 3, 1997)
"Gravel Backfill ", revised to include drywells.
"Concrete Slab Riprap" section deleted.
04,Ap9 SECTION 9 -04, JOINT AND CRACK
16.AP9
SECTION 9 -16, FENCE AND GUARDRAIL
SEALING MATERIALS
(March 3, 1997)
(March 3, 1997)
"Posts and Blocks ", revised.
"Joint Mortar" revised.
17.AP9
SECTION 9 -17, FLEXIBLE GUIDE POSTS
05.AP9 SECTION 9 -05, DRAINAGE STRUCTURES,
(September 30, 1996)
CULVERTS, AND CONDUITS
A new Amendment. Sub- section 9-17.1 General
(March 3, 1997)
is revised.
A new Amendment. Sub - section 9 -05.6(4)
Structural Plate Pipe Arch, Sub - section 9-
21.AP9
SECTION 9 -21, RAISED PAVEMENT
05.6(8)A Corrugated Steel Plates, and Sub - section
MARKERS (RPM)
9 -05.12(2) Profile Wall PVC Culvert Pipe and
(September 30, 1996)
A new Amendment. Sub - section 9- 21.1(1)
Profile Wall PVC Storm Sewer Pipe are revised.
Physical and Chemical Properties and Sub - section
Sub- sections revised and added concerning piping.
9- 21.2(2) Optical Requirements are revised. Sub-
"Coupling Bands" revised.
9- 29.6(5) Foundation Hardware is revised.
'section
06.AP9 SECTION 9 -06, STRUCTURAL STEEL AND
29. AP9
SECTION 9 -29, ILLUMINATION, SIGNALS,
RELATED MATERIALS
ELECTRICAL
(March 3, 1997)
A new Amendment. Sub - section 9 -06.5(3) High
(September 30, 1996)
Sub - section 9 -29.4
1
Strength Bolts is revised.
A new Amendment.
Messen er Cable, Fittings is revised.
g
"High Strength Bolts" and "Anchor Bolts" are
revised. Correction to "Bolt, Nut, and Washer
33 AP9
SECTION 9 -33, CONSTRUCTION
Specifications.
GEOTEXTILE
1
09.AP9 SECTION 9 -09, ''IlVIBER AND LUMBER
(September 30, 1996)
A (Se new Amendment. Sub - section 9 -33.2
(March 3, 1997)
Geoteztile Properties is revised.
A new Amendment. Sub - section 9 -09.3(1)B
Placing in Treating Cylinders is revised..
Page -SP -62
Revision Date: May 19, 1997
U
n
I WSDOT AMENDMENTS
n
0
1!
C
n
L�
The following WSDOT Amendments are the complete text of all
Amendments to the WSDOT /APWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, accepted and adopted by the City of
Renton on May 19, 1997 and should be with any project specific Special
Provisions contained within the contract document.
Page -AMD -i
Revision Date: May 19, 1997
Table of Contents
WSDOTAMENDMENTS .................................................................................................... ............................... i
SECTION 1-04, SCOPE OF THE WORK March 3, 1997 .......................................................... ............................... 5
1-04.6 Increased or Decreased Quantities ......................................................................... ............................... 5
SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 . ............................... 5
1 -07.9(5) Required Documents ...................................................................................... ............................... 5
1 -07.11(10)B Required Records and Retention .................................................................. ............................... 5
1 -07.13(4) Repair of Damage ......................................................................................... ............................... 5
SECTION 1 -09, MEASUREMENT AND PAYMENT March 3, 1997 ............................................ ............................... 6
1-09.8 Payment for Material on Hand ............................................................................. ............................... 6
SECTION 1 -10, TEMPORARY TRAFFIC CONTROL March 3, 1997 ......................................... ............................... 6
1-10.2(l). Traffic Control Supervisor ............................................................................... ............................... 6
1- 10.2(1) General ........................................................................................................ ..............................6
1- 10.2(3) Conformance to Established Standards ............................................................... ............................... 8
1- 10.3(1) Traffic Control Labor ..................................................................................... ............................... 8
1- 103(2) Traffic Control Vehicle ................................................................................... ............................... 8
1- 10.3(5) Temporary Traffic Control Devices .................................................................... ............................... 8
1 -10.4 Measurement ................................................................................................... ............................... 9
1 -10.5 Payment .......................................................................................................... ............................... 9
SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997 ........................ .............................10
2-03.3(14)I Embankments at Bridge and Trestle Ends .......................................................... .............................10
2-03.3(14)K Select or Common Borrow Including Haul ........................................................ .............................10
SECTION 2-09, STRUCTURE EXCAVATION March 3, 1997 ..................................................... .............................10
2- 09.3(1)E Backfilling .................................................................................................. .............................10
2-09.4 Measurement .................................................................................................... .............................11
2-09.5 Payment ........................................................................................................... .............................11
SECTION 3 -02, STOCKPILING AGGREGATES March 3, 1997 ................................................. .............................11
3- 02.3(1) Asphalt Concrete Aggregates ............................................................................. .............................11
SECTION 6-02, CONCRETE STRUCTURES March 3, 1997 ...................................................... .............................11
6- 02.3(4)D Temperature and Time For Placement ............................................................... .............................11
6-02.3(11) Curing Concrete ........................................................................................... .............................12
6- 02.3(17)J Face Lumber, Studs, Wales, and Metal Forms ................................................... .............................12
6-02.3(24)A Field Bending ............................................................................................. .............................12
6-02.3(25)F Prestress Release ......................................................................................... .............................12
SECTION 6-10, CONCRETE BARRIER March 3, 1997 ............................................................. .............................13
6- 10.3(1) Precast Concrete Barrier .................................................................................. .............................13
6-10.5 Payment ........................................................................................................... .............................13
SECTION 7 -05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 .............................. .............................13
SECTION 7 -05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ............ ...............................
7-05.1 Description ....................................................................................................... .............................13
7 -05.2 Materials .......................................................................................................... .............................13
7 -05.3 Construction Requirements .............. ............................................. 14
...................... ...............................
7 -05.4 Measurement .................................................................................................... .............................14
7 -05.5 Payment ........................................................................................................... .............................14
SECTION 7 -06, CONCRETE PIPE ANCHORS March 3, 1997 .................................................... .............................15
Page- AMD-ii
Revision Date: May 19, 1997
SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 ........ ...............................
7 -08.2 Materials .......................................................................................................... ........................... ..15
7 -08.3(1)A Trenches ..................................................................................................... .............................15
7- 08.3(1)C Pipe Zone Bedding ........................................................................................ .............................15
7 -08.3(1)C Bedding the Pipe ............................................................................................ .............................15
7- 08.3(2)D Pipe Laying - Steel or Aluminum ...................................................................... .............................15
7- 08.3(2)G Jointing of Dissimilar Pipe ............................................................................... .............................16
..16
7 -08.4 Measurement ................................................... ...............................
7 -08.5 Payment ............................................................ ............................... .
............... ..........................
SECTION 7 -17, SANITARY SEWERS March 3, 1997 .......... ...............................
...................... .............................16
7 -17.2 Materials .......................................................................................... ...............................
..16
7- 17.3(2)C Infiltration Test ............................................................................................ .............................17
SECTION 8-09, RAISED PAVEMENT MARKER March 3, 1997 ................................................ .............................17
8-09.1 Description ....................................................................................................... .............................17
8 -09.3 Construction Requirements ................................................................................... .............................17
8- 09.3(5) Recessed Pavement Marker ................................................................................. .............................17
8-09.5 Payment ........................................ ...............................
.................................... .............................17
SECTION 8-11, GUARDRAIL March 3, 1997 .......................................................................... .............................17
8- 11.3(1)C Erection of Rail ............................................................................................ .............................17
8- 113 ................................. ...............................
(1)D Anchor Installation .................. ............................... • 18
SECTION 8-15, RIPRAP March 3, 1997 ........... ...............................
....................................... .............................18
8-15.2 Materials .......................................................................................................... .............................18
8 -15.4 Measurement ................................................................. ...............................
... .............................18
March3 1997 ........................................... .............................18
SECTION 8-17, 11114PACT ATTENUATOR SYSTEMS � ............................18
8-17.3 Construction Requirements ..... ...............................
................. ...............................
SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS . ...........................
.................. .............................18
AND ELECTRICAL March 3, 1997 ......................... ...............................
............................... .............................19
8-20.2(l) Eq ui pment List and Drawings ........................... ............................... .................. .............................19
8- 20.3(13)A Light Standards .......................................................................................... .............................19
.......................................................... .............................19
SECTION 8-21, PERMANENT SIGNING March 3, 1997 ,...19
8 -21.2 Materials .................................................................................................... ...............................
............................. .............................19
8-213 Construction Requirements ....................... ............................... ................... .............................19
.........
8- 21.3(4) Sign Removal ..................................... ............................... ...... .............................20
8- 21.3(9)F Bases .................................................................... ...............................
8- 213(10)A Sign Lighting Luminaires .............................................................................. .............................20
8- 21.3(9)G Identification Plates ........................................... ............................... ,,,,,, 20
8- 21.3(12) Steel Sign Posts ............... ...............................
....................................... ...............................
SECTION 8-22, PAVEMENT MARKINGS March 3, 1997 .......................................................... .............................21
8-22.2 Materials ................................................................... ...............................
SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997 ...........................
9-02.4 Anti -Stripping Additive ......................................... .............................21
.................
SECTION 9 -03, AGGREGATES March 3, 1997 ............ ............................... ............................ 21
9 -03.12 Gravel Backfill ............................................................................................... ............................... 22
9 -03.12(5) Gravel Backfill for Drywells .......................................................................... ............................... 22
9 -03.14(2) Select Borrow ..................................... ...............................
......
SECTION 9-04, JOINT AND CRACK SEALING MATERIALS March 3, 1997 ................... 22
9-04.3 Joint Mortar ............................................. ...............................
............. ...............................
SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997 ............ .............................22
9 -05.4(7) Coupling Bands ...... ...............................
.:.................................................... ............................... 22
9 -05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe .................22
Page -AMD -iii
Revision Date: May 19, 1997
9
9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe... 22
9 -05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe .................... .............................23
9 -05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23
9 -05.19 Corrugated Polyethylene Culvert Pipe ................................................................. ............................... 23
SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................... .............................23
9 -06.16 Roadside Sign Structures ..................................................................................... .............................24
9- 06.5(3) High Strength Bolts ....................................................................................... ............................... 24
9- 06.5(4) Anchor Bolts .................................................................................................. .............................24
9 -06.5(5) Bolt, Nut, and Washer Specifications ......................................................................... .............................25
SECTION 9 -09, TIMBER AND LUMBER March 3, 1997 ......................................................... ............................... 25
9 -09.3(1)B Placing in Treating Cylinders .......................................................................... .............................25
SECTION 9-11, WATERPROOFING March 3, 1997 ................................................................. .............................25
9 -11.1 Asphalt for Waterproofmg ................................................................................... .............................25
SECTION 9-12, MASONRY UNITS March 3, 1997 ................................................................... .............................25
9-12.4 Precast Concrete Manholes ................................................................................... .............................25
9 -12.5 Precast Concrete Catch Basins .............................................................................. .............................26
9 -12.7 Precast Concrete Drywells .................................................................................. ............................... 26
SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS March 3, 1997 ....................26
9 -13.4 Concrete Slab Riprap ........................................................................................ ............................... 26
SECTION 9-16, FENCE AND GUARDRAIL March 3, 1997 ....................................................... .............................26
9- 163(1) Rail Element .................................................................................................. .............................26
9- 16.3(2) Posts and Blocks ............................................................................................. .............................26
9- 16.3(5) Anchors ........................................................................................................ .............................27
Page- AMD-iv
Revision Date: May 19, 1997
k
i
e
1-04.6 Increased or Decreased Quantities 1 -07.13(4) Re air of Dama
SEC
{ TC "SECTION 1-049 SCOPE OF THE WORK" }SECTION 1 -04, SCOPE OF THE
2 WORK
3 March 3, 1997
4 1 -04.6 Increased or Decreased Quantities
5 The first sentence of Item no. 1 in the first paragraph is revised to read:
6
7 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the
8 original bid quantity.
9
o Item no. 2 in the first paragraph is revised to read:
1
2 Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of
3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due
4 solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount
5 originally bid for the item.
6
7 Item no. 4 in the second paragraph is deleted.
8 { TC "SECTION 1 -07, LEGAL RELATIONS AND RES RESPONSIBILITIES O O
9 PUBLIC" }SECTION 1 -079 LEGAL RELATIONS AND
o THE PUBLIC
1 March 3, 1997
2 1 -07.9(5) Required Documents
3 The fifth sentence of the third paragraph is revised to read:
4
5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in
6 the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the
7 contract provisions.
8
9 1 -07.11(10)B Required Records and Retention
o The reference to "PR 1391" in the first sentence of the second paragraph is revised to read "FHWA 1391
1
2 The third paragraph is revised to read:
4 All Cont ractors /Subcontractors having contracts 820 -010 to e
3 of $100,000 or more that are Federally funded shall submit WSDOT form
S Project Engineer or the fifth Contractors/Subcontractors
the month during the term of the contract. The Contractor /Subcontractor shall maintain this information for all
fi
6 Contracting Agency funded projects, and those Federally funded projects under $100,000.
7
8 1- 07.13(4) Repair of Damage
9 The second sentence of the first paragraph is revised to read:
0
, For damage qualifying for relief under Section 1-07.13(1), 1 -07.13(2), and 1 -07.13(3), payment will be made in accordance with Section
2 1-04.4
Page -AMD -5
Revision Date: May 19, 1997
1 -09.8 Payment for Material on Hand
1- 10.2(1) General
1 { TC "SECTION 1 -09, MEASUREMENT AND PAYMENT" }SECTION 1 -09,
2 MEASUREMENT AND PAYMENT
3 March 3, 1997
4 1 -09.8 Payment for Material on Hand
5 The first sentence of the fifth paragraph is revised to read:
6
7 The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000.
8 { TC "SECTION 1 -10, TEMPORARY TRAFFIC CONTROL" }SECTION 1 -10,
9 TEMPORARY TRAFFIC CONTROL
o March 3, 1997
1
2
3
4
8
9
0
1
2
3
4
5
6
7
8
9
0
1- 10.2(1) Traffic Control Supervisor
This section is revised to read:
1- 10.2(1) General
The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager
(TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic
control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required
on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor
shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS
in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to
the same degree as the primary TCM and TCS.
The Contractor shall maintain 24 -hour telephone numbers at which the TCM and TCS can be contacted and be
available upon the Engineers request at other than normal working hours. The TCM and TCS shall have
appropriate personnel, equipment, and material available at all times in order to expeditiously correct any
deficiency in the traffic control system.
1- 10.2(1)A Traffic Control Manager
The duties of the Traffic Control Manager include:
1. Discussing proposed traffic control measures and coordinating implementation of the Contractor -
adopted traffic control plan(s) with the Engineer.
2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any
adjacent construction or maintenance operations.
I Coordinating the project's activities (such as ramp closures, road closures, and lane closures)
with appropriate police, fire control agencies, city or county engineering, medical emergency
agencies, school districts, and transit companies.
Page -AMD -6
Revision Date: May 19, 1997
F
1- 10.2(1) General
1- 10.2(1) General
4. Overseeing all requirements of the contract which contribute to the convenience, safety, and
orderly movement of vehicular and pedestrian traffic.
5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for
Streets and Highways for the State of Washington and applicable standards and specifications
available at all times on the project.
6. Attending all project meetings where traffic management is discussed.
7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations.
1- 10.2(1)B Traffic Control Supervisor
A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer.
The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be
able to be on the jobsite within a 45- minute time period after notification by the Engineer.
The TCS's duties shall include:
1. Inspecting traffic control devices and nighttime lighting for proper location, installation,
message, cleanliness, and effect on the traveling public. Traffic control devices shall be
inspected each work shift except that Class A signs and nighttime lighting need to be checked
only once a week. Traffic control devices left in place for 24 hours or more should also be
inspected once during the nonworking hours when they are initially set up (during daylight or
darkness, whichever is opposite of the working hours).
2. Preparing a daily traffic control diary on DOT Forms 421 -040A and 421 -040B, which shall be
submitted to the Engineer no later than the end of the next working day to become a part of the
project records. The Contractor may use their own form if it is approved by the Engineer.
Include in the diary such items as:
1
2 a. When signs and traffic control devices are installed and removed,
3 b. Location and condition of signs and traffic control devices,
4 c. Revisions to the traffic control plan,
5 d. Lighting utilized at night, and
6 e. Observations of traffic conditions.
required.
g 3. Ensuring that corrections are made if traffic control devices are not functioning as re qu
9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as
0 long as the original intent of the traffic control plan is maintained and the revision has
concurrence of the WSDOT TCS-
2
g 4. Attending traffic control coordinating meetings or coordination activities as authorized by the
4 Engineer.
5
rk described by "Traffic Control Labor" as long as the duties of the TCS
6 The TCS may perform the wo
7 are accomplished. Possession of a current flagging card by the TCS is mandatory.
8
9 A reflective vest and hard hat shall be worn by the TCS.
0
Page-AMD -7
Revision Date: May 19, 1997
IJ
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
1- 102(3) Conformance to Established Standards 1- 10.3(5) Temporary Traffic Control Devices
1- 10.2(3) Conformance to Established Standards
This section is supplemented with the following:
The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality
Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the
Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a
sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and
replaced within 12 hours.
The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American
Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703)
898 -5400, FAX (703) 898 -5510.
1- 10.3(1) Traffic Control Labor
The first sentence of the second paragraph is replaced with the following two sentences:
Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or
Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency.
1- 10.3(2) Traffic Control Vehicle
This section is revised to read:
When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing
a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and
other temporary traffic control devices in the "work area" defined in Section 1 -10.5. The eligible work for
transporting signs shall be limited to:
1. Set up and removal,
2. Relocation to and from temporary storage, provided that, the use and location of the temporary
storage is approved by the Engineer, and
3. Relocation on the project, provided that, the new locations are in accordance with the contract plans,
approved traffic control plan, or the orders of the Engineer.
The traffic control vehicle shall be equipped with a roof or post -mount flashing amber light visible for 360
degrees.
1- 10.30 Temporary Traffic Control Devices
The first sentence of the first paragraph is revised to read:
When the bid proposal includes an item for "Temporary Traffic Control Devices ", the work required for this
item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control
devices, unless the contract provides for furnishing a specific temporary traffic control device under another
item.
Page -AMD -8
Revision Date: May 19, 1997
1
1
L
i
1
2
3
4
5
7
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
1 -10.5
1 -10.4 Measurement
1 -10.4 Measurement
The fourth paragraph is revised to read:
Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties
described in Section 1- 10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the
Engineer authorizes the TCS to be on the jobsite during non - working shifts.
The following paragraph is inserted after the fourth paragraph:
No unit of measure will apply to the position of traffic control manager and it will be considered incidental to
unit contract prices.. When the traffic control manager performs the duties of the traffic control supervisor,
measurement and payment will be as specified for the traffic control supervisor.
The sixth paragraph is revised to read:
The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used
for the previously described work. The Contractor may use more than one vehicle to perform this work,
however, all the vehicles used will be considered one unit for the days that more than one vehicle is used.
Vehicles required to be furnished by any other specifications such as Section 1- 10.3(6) may be used for doing
the work required by this section but will be excluded from payment under this section.
1 -10.5 Payment
The bid item "Traffic Control Supervisor ", per day, is revised to read:
"Traffic Control Supervisor ", per hour.
The first paragraph following the bid item "Traffic Control Supervisor" is revised to read:
The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person
performs the duties described in Section 1- 10.2(1)B including when performing traffic control labor duties.
Under the bid item "Temporary Traffic Control Devices ", the reference to "Section 1- 10.3(9) ", is revised to read
"Section 1- 10.3(5) ".
The first paragraph following the bid item "Traffic Control Vehicle' is revised to read:
The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for
the work described in Sections 1- 10.2(1)B and 1- 10.3(2). The operator(s) of the vehicle(s) will be paid for
under the item "Traffic Control Labor" or "Traffic Control Supervisor ".
The last paragraph of this section is deleted.
Page -AMD -9
Revision Date: May 19, 1997
2 -03.3(14)1 Embankments at Bridge and Trestle Ends 2- 09.3(1)E Backfilling
1 { TC "SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT"
2 )SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT
3 March 3, 1997
4 2- 03.3(14)I Embankments at Bridge and Trestle Ends
5 The third paragraph is replaced with the following two paragraphs:
6
7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly
8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the
9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the
0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers
i and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet
2 unless approved by the Engineer.
3
4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height)
5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for
6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and
7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs /ft'
8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the
9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear
0 any added cost that results from the change.
2 2- 03.3(14)K Select or Common Borrow Including Haul
3 In the first paragraph the reference to Section 9- 02.14(3) for common borrow requirements is revised to read
4 "Section 9 -03.14(3).
5 { TC "SECTION 2 -099 STRUCTURE EXCAVATION" )SECTION 2 -09,
6 STRUCTURE EXCAVATION
7 March 3, 1997
8 2- 09.3(1)E Backfilling
9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read:
0
1 Ingredients
Amount per Cu. Yd.
2 Portland Cement
50 lb.
3 Fine Aggregates Class 1 or 2
3300 lb. (3500 lb. if flyash Class C is
4
used.)
5 Air Entrainment Admixture
Per Manufacturer's recommendations
6 Fly Ash Class F or
300 lb.
7 Fly Ash Class C
150 lb.
8 Water
300 lb. (maximum)
9
Page- AMD-10
Revision Date: May 19, 1997
2 -09.4 Measurement 6 -02.3(4)D Temperature. and Time For Placement
`1 2 -09.4 Measurement
2 Under Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe
3 arches, structural pipes, and underpasses" are deleted and replaced with the following:
,4
5 For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be
6 calculated based on the following trench width:
7
g For drain and underdram pipes, trench width = I.D. + 12 inches.
9 For pipes 15 inches and under, trench width = I.D. + 30 inches.
10 For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches.
1
2 Under "Horizontal Limits" the following new paragraph is added:
3
4 For drywells, the limits shall be in accordance with the Standard Plans.
5
6 The paragraph for "Gravel Backfill" is revised to read:
7
8 Gravel Backfill
9 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the
p cubic yard in place determined by the neat lines required by the Plans.
1
2 2 -09.5 Payment
3 The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted.
4 { TC "SECTION 3 -029 STOCKPILING AGGREGATES" }SECTION 3 -02,
5 STOCKPILING AGGREGATES
6 March 3, 1997
Aggregates
7 3- 02.3(1) Asphalt Concret e gg g ates
8 The first paragraph is revised to read:
9 P g Y apply
p Aggregates for Classes A. B and E shall be roduced or furnished in the following sizes as the a 1 to e
1 class of asphalt concrete to be produced: 1 1/4 inch -1/4 inch, 5/8 inch -1/4 inch and 1/4 inch -0. Each size
2 shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use,
3 except as modified in Section 9 -03.8.
4 { TC "SECTION 6 -02, CONCRETE STRUCTURES" }SECTION 6 -029 CONCRETE
s STRUCTURES
6 March 3, 1997
7 6- 02.3(4)D Temperature and Time For Placement
8 The first paragraph is supplemented with the following:
9
Page- AMD-11
Revision Date: May 19, 1997
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
6 -02.3(11) Curing Concrete 6- 02.3(25)F Prestress Release
Precast concrete that is heat cured per Section 6- 02.3(25)D shall remain between 50 and 90 F while it is being
placed.
6- 02.3(11) Curing Concrete
Item number 1 of the first paragraph is revised to read:
1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs,
flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing
compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days.
6- 02.3(17)J Face Lumber, Studs, Wales, and Metal Forms
The 22nd paragraph of Section 6 -02.3(17)) is revised to read:
The Contractor shall select a parting compound from the current Qualified Products List, or submit to the
Engineer a sample of the parting compound at least ten working days before its use. Approval or non - approval
shall be based on laboratory test results or selection off the current Qualified Products List.
6- 02.3(24)A Field Bending
Item No. 2 under "In field- bending steel reinforcing bars" in the second paragraph, is revised to read:
Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar
sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and
smaller may be bent without heating;
Table 1 is supplemented with the following:
The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall
be specified in Section 9 -07.
6- 02.3(25)F Prestress Release
This Section is supplemented with the following:
The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum
concrete compressive strength less than specified in the Plans. This request shall be accompanied with
calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of
the proposed release concrete compressive strength. The calculated release strength shall meet the
requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension
and compression at release. The proposed minimum concrete compressive strength at release will be evaluated
by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the
Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of
the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that
results from the change.
Page- AMD-12
Revision Date: May 19, 1997
t
2
3
5
6
7
8
9
0
1
2
3
4
6
6
7
9
0
1
2
3
4
' s
6
7
8
9
0
L1
2
3
5
6
7
8
6- 10.3(1) Precast Concrete Barrier 7 -05.2 Materials
{ TC "SECTION 6 -10, CONCRETE BARRIER" }SECTION 6 -10, CONCRETE
BARRIER
March 3, 1997
6- 10.3(1) Precast Concrete Barrier
The first two paragraphs are replaced with the following paragraph:
The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6 -02.3. No
concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same
conditions show the concrete has reached 4000 psi.
The fifth paragraph is revised to read:
Precast concrete barrier shall be cured in accordance with Section 6 -02.3(25)D except that the barrier shall be
cured in the forms until a rebound number test, or test cylinders which have been cured under the same
conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No
additional curing is required once the barrier is removed from the forms.
6 -10.5 Payment
Section 6 -10.5, Payment, is supplemented with the following:
"Single Slope Concrete Barrier ", per linear foot.
The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in
place or precast single slope concrete barrier.
{ TC "SECTION 7 -05, MANHOLES, INLETS, AND CATCH BASINS" )SECTION
7-05, MANHOLES, INLETS, AND CATCH BASINS
March 3, 1997
The title of this section is revised to read:
SECTION 7 -05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7 -05.1 Description
In the first paragraph, the work " drywells" is inserted after the word "inlets ".
7 -05.2 Materials
This section is supplemented with the following:
Crushed Surfacing Base Course
Gravel Backfill For Drywells
9- 03.9(3)
9- 03.12(5)
Page- AMD-13
Revision Date: May 19, 1997
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
F)
3
4
5
6
7
8
9
0
1
2
3
4
7 -05.3 Construction Requirements 7 -05.5 P
Precast Concrete Drywells 9 -12.7
Underground Drainage Geotextile,
Moderate Survivability 9 -33.1
7 -05.3 Construction Requirements
The following paragraph is inserted after the first paragraph:
The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill
for drywell shall be completely encased in moderate survivability underground drainage geotextile in
accordance with the Standard Plans and in conformance with Section 2 -12.3. During construction of the
drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the
drywell.
The third paragraph is deleted.
The eighth paragraph is supplemented with the following:
Mortar shall conform to the requirements of Section 9 -04.3.
The 15th paragraph is revised to read:
Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of
Section 2 -09.
The 16th paragraph is revised to read:
Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level
foundation. If the Contractor elects to use a separate cast -in -place base, the concrete shall be Class 4000.
Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures
shall conform to the requirements of the Standard Plan except as approved by the Engineer.
7 -05.4 Measurement
This section is supplemented with the following:
Precast Concrete Drywell will be measured per each.
7 -05.5 Payment
The bid item "Abandon Drainage Structure ", per each, is revised to read:
"Abandon Existing Manhole", per each.
This section is supplemented with the following:
"Precast Concrete Drywell", per each.
Page- AMD-14
Revision Date: May 19, 1997
R
7 -08.2 Materials 7 -08.3(2)D Pi La in - Steel or Aluminum
I The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing
2 the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and
drainage geotextile.
4 { TC "SECTION 7 -06, CONCRETE PIPE ANCHORS" }SECTION 7 -06,
s CONCRETE PIPE ANCHORS
6 March 3, 1997
7 This section is deleted in its entirety.
" 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS"
$ { TC SECTION ,
9 )SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS
o March 31 1997
1 7 -08.2 Materials
2 This section is revised to read:
3
4 Materials shall meet the requirements of the following sections:
5 9 -03.12(1)_
6 Gravel Backfill for Foundations
7 Gravel Backfill for Pipe Zone Bedding 9 -03.1
8 Bedding Material for Thermoplastic Pipe 9 -03.16 6
9
o 7- 08.3(1)A Trenches
1 The second paragraph is revised to read:
2
d in Section 2 -09.4 and shall be excavated to the depth and grade as given
3 The trench width shall be as specifie
4 by the Engineer.
5
6 7- 08.3(1)C Pipe Zone Bedding
7 This section heading is revised as follows:
S 8
9 7 -08.3(1)C Bedding the Pipe
o In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone
1 bedding ".
2
3 7- 08.3(2)D Pipe Laying - Steel or Aluminum
4 The first paragraph is revised to read:
5
6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside l o nt d
7 circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firml y j
8 together with approved bands.
Page- AMD-15
Revision Date: May 19, 1997
7 -08.3(2)G Jointing of Dissimilar Pipe 7- 17.3(2)C Infiltration Test
I
2 7- 08.3(2)G Jointing of Dissimilar Pipe
3 This section is revised to read:
4
5 Dissimilar pipe shall be jointed by use of a factory- fabricated adapter coupling as detailed in the Plans, or a
6 pipe collar as detailed in the Standard Plans.
7
8 7 -08.4 Measurement
9 The following new paragraph is inserted after the first paragraph:
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert
and storm sewer pipes.
7 -08.5 Payment
The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class — ", per
cubic yard.
The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding ":
All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the
installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of
pipe installed.
This section is supplemented with the following paragraph:
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract
price per linear foot for the size and type of pipe being jointed.
8 { TC "SECTION 7 -17, SANITARY SEWERS" }SECTION 7 -17, SANITARY
9 SEWERS
o March 3, 1997
1
2
3
4
5
6
7
8
7 -17.2 Materials
The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary
Sewer Pipe ".
The fourth paragraph is supplemented with the following:
Profile Wall PVC Sanitary Sewer Pipe
9- 05.12(2)
9 7- 17.3(2)C Infiltration Test
o The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per
1 hour)".
Page- AMD -16
Revision Date: May 19, 1997
8 -09.1 Description 8- 11.3(1)D Anchor Installation
t { TC "SECTION 8 -09, RAISED PAVEMENT MARKER" }SECTION 8 -099 RAISED
2 PAVEMENT MARKER
3 March 3, 1997
4 8 -09.1 Description
5 The word "raised" is deleted from the first and second sentences.
6
7 8 -09.3 Construction Requirements
s This Section is revised by adding the following new Section:
9
o 8- 09.3(5) Recessed Pavement Marker
1 The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the
2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans.
3
4 8-09.5 Payment
5 The first paragraph is supplemented with the following new bid item:
6
7 "Recessed Pavement Marker ", per hundred.
8
9 The second paragraph is revised to read:
o
t The unit contract price per hundred for "Raised Pavement Marker Type 1 ", "Raised Pavement Marker Type
2 2 ", "Raised Pavement Marker Type 3 -_ In.", and "Recessed Pavement Marker" shall be full pay for
3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with
4 traffic control except for reimbursement for labor for traffic control in accordance with Section 1 -10.5.
5 { TC "SECTION 8 -11, GUARDRAIL" }SECTION 8 -11, GUARDRAIL
6 March 3, 1997
7 8- 11.3(1)C Erection of Rail
8 The following paragraph is inserted after the second paragraph:
9
p When nested W -beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be
1 installed. The inside and outside rail elements shall not be staggered.
2
3 8- 11.3(1)D Anchor Installation
4 The heading is revised to read:
5
6 Terminal and Anchor Installation
7
8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes ".
Page- AMD-17
Revision Date: May 19, 1997
8 -15.2 Materials 8- 20.2(1) Equipment List and Drawings
1
2 This section is supplemented with the following:
3
4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all
5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's
6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation.
7 Assembly and installation shall be in accordance with the manufacturer's recommendations.
8 { TC "SECTION 8 -15, RIPRAP" }SECTION 8 -15, RIPRAP
9 March 3, 1997
o 8 -15.2 Materials
1 The reference to Slab Riprap in the first paragraph is deleted.
2
3 8 -15.4 Measurement
4 The third paragraph is revised to read:
5
6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed.
7
8 The fifth paragraph dealing with Concrete Slab Riprap is deleted.
9 SECTION 8 -17, IWACT ATTENUATOR SYSTEMS
o March 3, 1997
1 8 -17.3 Construction Requirements
2 The following paragraph is inserted before the first paragraph:
3
4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that
5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided
6 to the Engineer prior to installation.
7
8 The first sentence of the first paragraph is revised to read:
9
0 Assembly and installation shall be in accordance with the manufacturer's recommendations.
1 { TC "SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
2 ELECTRICAL" }SECTION 8 -20, ILLUMNATION, TRAFFIC SIGNAL SYSTEMS,
3 AND ELECTRICAL
4 March 3, 1997
5 8- 20.2(1) Equipment List and Drawings
6 The fifth paragraph is revised to read:
7
Page- AMD-18
Revision Date: May 19, 1997
E
8 -20.3 A Light Standards 8- 21.3(9)F Bases
( 13 )
The Contractor will not be required to submit shop drawings for approval for light standards conforming to the
2 pre- approved plans listed in the Qualified Products List.
3
4 8- 20.3(13)A Light Standards
5 The first sentence of Item No. 2 in the third paragraph is deleted.
6
7 The first sentence of Item No. 4 in the third paragraph is deleted.
8 { TC "SECTION 8 -21, PERMANENT SIGNING" }SECTION 8 -219 PERMANENT
9 SIGNING
o March 3, 1997
1 8 -21.2 Materials
2 The second sentence of the first paragraph is revised to read:
3
4 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the
5 requirements of Section 9-06.
6
7 8 -21.3 Construction Requirements
8 8- 21.3(4) Sign Removal
9 This section is revised to read:
o
1 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign
2 structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete
3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the
4 Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the
5 post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures,
6 metal sign posts, windbeams, and other metal structural members shall become the property of the
7 Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT.
8 The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to:
9 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number
p shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense
I to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical
2 completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall
3 become the property of the Contractor and removed from the project. The Contractor will be charged
4 $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation.
5
6 8- 21.3(9)F Bases
7 The second sentence of the second paragraph is revised to read:
8
Page- AMD-19
Revision Date: May 19, 1997
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
V
8- 21.3(10)A Sign Lighting Luminaires 8 -22.2 Materials
Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9 -07 for all
other sign structure bases.
The second paragraph is supplemented with the following:
Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6 -02.3
8- 21.3(10)A Sign Lighting Luminaires
The reference to "Section 9- 28.16" in the first sentence is revised to read "Section 9- 28.15 ".
This section is revised by adding the following new sections:
8- 21.3(9)G Identification Plates
When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign
structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign
structures are removed, the Contractor shall remove the sign structure identification plates from the sign
structures and give them to the Engineer.
8- 21.3(12) Steel Sign Posts
Steel sign posts shall be connected to concrete bases using the following procedure:
1. Remove all galvanized runs and beads from washer area.
2. Assemble sign post to stub post with bolts, using one flat-washer on each bolt between plates.
3. Shim as required to plumb sign posts.
4. Tighten bolts in a systematic order to required torque while not over tightening.
5. Loosen each bolt and retighten to required torque in the same order as initial tightening.
6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent
loosening.
When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall
be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M
223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches
long and 1/2 -inch apart shall be placed on the post approximately 6 inches from the base connection.
4 { TC "SECTION 8 -22, PAVEMENT MARKINGS" }SECTION 8 -22, PAVEMENT
5 MARKINGS
6 March 3, 1997
7 8 -22.2 Materials
8 The first sentence is revised to read:
9
0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved
1 materials listed in the Qualified Products List.
2
3 8 -22.4 Measurement
Page- AMD -20
Revision Date: May 19, 1997
ki
1
2
3
4
�5
6
7
8
C
I
C'
it
D
I
u
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
9 -02.4 Anti-Stripping Additive 9 -03.14(2) Select Borrow
The second sentence of the eighth paragraph is revised to read:
Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for
the area actually removed.
{ TC "SECTION 9 -029 BITUMINOUS MATERIALS" }SECTION 9 -02,
BITUMNOUS MATERIALS
March 3, 1997
9 -02.4 Anti - Stripping Additive
This section is revised in its entirety to read:
When directed by the Engineer, heat - stable anti - stripping additive shall be added to the asphalt mix. At the
option of the Contractor, the anti- stripping additive can be either added to the liquid asphalt or sprayed on the
aggregate on the cold feed. Once the process and type of anti - stripping additive proposed by the Contractor
have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and
amount of anti - stripping additive shall not be changed without approval of the Engineer.
When liquid anti- stripping additive is added to the liquid asphalt, the amount will be designated by the
Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt.
When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall
not exceed 0.67 percent by mass (weight) of the aggregate.
The use of another process or procedure for adding anti - stripping additive to the asphalt mix will be considered
based on a proposal from the Contractor.
5 { TC "SECTION 9 -039 AGGREGATES" }SECTION 9 -03, AGGREGATES
6 March 39 1997
7 9 -03.12 Gravel Backfill
8 This section is supplemented with the following new section:
9
o 9- 03.12(5) Gravel Backfill for Drywells
1 Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete,
2 Grading No. 4 in accordance with Section 9- 03.1(3)C.
3
4 9- 03.14(2) Select Borrow
5 The sand equivalent requirement in the first paragraph is revised to read "25 min."
Page- AMD-21
Revision Date: May 19, 1997
9-04.3 Joint Mortar 9- 05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall
PVC Storm Sewer Pip,
I { TC "SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9-
2 04, JOINT AND CRACK SEALING MATERIALS
3 March 3, 1997
4 9 -04.3 Joint Mortar
5 The first paragraph is revised to read:
6
7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient
8 water to allow proper workability.
9 {. TC "SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS"
o }SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
1 March 3, 1997
2 9- 05.4(7) Coupling Bands
3 The first paragraph is supplemented with the following:
4
5 As an alternate to the coupling bands shown in the Standard Plans, 24 -inch wide flat band couplers are allowed
6 for use on all sizes of steel pipe arch with 3 -inch by 1 -inch corrugations. Rubber gaskets for flat band couplers
7 shall conform to the requirements of Section 9- 04.4(3) and shall have a minimum thickness of 1 inch. When
8 flat band couplers are used, pipe arch ends are not required to be recorrugated.
9
o 9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and
1 PVC Sanitary Sewer Pipe
2 The section heading is revised to read:
3
4 9 -05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC
5 Sanitary Sewer Pipe
6
7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read:
8
9 "solid wall PVC sanitary sewer pipe"
0
1 The third paragraph is revised to read:
2
3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented.
4
5 9- 05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe
6 The section heading is revised to read:
7
Page- AMD-22
Revision Date: May 19, 1997
' 3
4
S
6
'i
8
9
0
1
2
3
4
9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9 -06.16 Roadside Sign Structures
Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe
9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC
Sanitary Sewer Pipe
The first paragraph is revised to read:
Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO
M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM
F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List.
The first sentence of the third paragraph is revised to read:
Qualified producers are identified in the Qualified Products List.
The fifth paragraph is revised to read:
Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46.
9 -05.19 Corrugated Polyethylene Culvert Pipe
The second sentence of the first paragraph is revised to read:
The maximum pipe diameter shall be as specified in the Qualified Products List.
The first sentence of the fourth paragraph is revised to read:
Qualified producers are identified in the Qualified Products List.
9 -05.20 Corrugated Polyethylene Storm Sewer Pipe
The first subparagraph in the first paragraph is revised to read:
The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a
producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List.
{ TC "SECTION 9 -069 STRUCTURAL. STEEL AND RELATED MATERIALS"
}SECTION 9-069 STRUCTURAL STEEL AND RELATED MATERIALS
March 3, 1997
This section is revised by adding the following:
9 -06.16 Roadside Sign Structures
All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293.
Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B.
Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the
requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable
alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183.
Page- AMD-23
Revision Date: May 19, 1997
4
5
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
2
9- 06.5(3) High Strength Bolts 9- 06.5(5) Bolt, Nut, and Washer Specifications
Triangular base stiffeners for one - directional multi -post sign posts shall meet the requirements of AASHTO M
222, AASHTO M 223, or ASTM A 572 Grade 50.
Base connectors for multiple directional steel breakaway posts shall conform to the following:
brackets
bosses for Type 2B brackets
coupling bolts
anchor bolts
Aluminum Alloy 6061 T -6
ASTM A 582
ASTM A 325
ASTM 304 stainless steel for threaded
portion. AISI 1038 steel rod and AISI
1008 coil for cage portion.
Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as
follows:
Type 2A
Type 2B
17,000 to 21,000 lb.
47,000 to 57,000 lb.
For multi - directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For
one - directional breakaway base connectors, single post or multi -post, shims shall be fabricated from brass
conforming to ASTM B 36.
9- 06.5(3) High Strength Bolts
The first two sentences of the second paragraph are revised to read:
Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are
galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing
shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's
Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results.
9 -06.5(4) Anchor Bolts
The first paragraph is revised to read:
Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts
having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with
ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested
in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot
provided shall show the ultimate tensile strength test results.
9- 06.5(5) Bolt, Nut, and Washer Specifications
The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436 ".
Page- AMD -24
Revision Date: May 19, 1997
i
9 -12.5 Precast Concrete Catch Basins
9- 09.3(1)B Placing in Treating Cylinders
{ TC "SECTION 9 -09, TIMBER AND LUMBER" }SECTION 9 -09, TIMBER AND
2 LUMBER
3 March 3, 1997
4 9- 09.3(1)B Placing in Treating Cylinders
5 The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade
6 Requirements Table are deleted.
7
8 The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted.
9 { TC "SECTION 9 -11, WATERPROOFING' )SECTION 9 -119 WATERPROOFING
o March 3, 1997
_ for Waterproofing
>< 9 11.1 Asphalt P
2 In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41".
3 { TC "SECTION 9 -12, MASONRY UNITS" }SECTION 9 -129 MASONRY UNITS
4 March 39 1997
5 9 -12.4 Precast Concrete Manholes
6 This section is revised to read:
7
all meet the requirements of AASHTO M 199.
g Precast concrete manholes sh
9
0 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral
' 1 displacement.
2
As an alternate to steel reinforcement, 48 -inch diameter by 3 -foot high eccentric or concentric cone sections
3
' 4 may be reinforced with synthetic fiber. The synth e tof Obey shal> Pe cubic requirements
of concrete and shall e
5 III. The synthetic fiber shall be added at a rate pounds
6 thoroughly mixed with the concrete before placement in the firms hoopshof W2 wire shall be placed in the
7 0.75 inches and a maximum of 2 inches in length. A minimum
8 48 -inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be
9 furnished with knockouts or cutouts.
0
1 9 -12.5 Precast Concrete Catch Basins
2 This section is supplemented with the following:
3
4 Knockouts or cutouts may be placed on all four sides and may be round or D shaped.
5
6 Section 9 -12 is supplemented with the following new section:
7
page- AMD-25
Revision Date: May 19, 1997
2
3
4
5
9 -12.7 Precast Concrete Drvwells
9 -12.7 Precast Concrete Drywells
9- 16.3(5) Anchors
Precast concrete drywells shall meet the requirements of Section 9 -12.4. Seepage port size and shape may
vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7
square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly
spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference.
6 { TC "SECTION 9 -13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND
7 ROCK WALLS" }SECTION 9 -13, RIPRAP, QUARRY SPALLS, SLOPE
8 PROTECTION, AND ROCK WALLS
9 March 3, 1997
o 9 -13.4 Concrete Slab Riprap
1 This section is deleted.
2
3 { TC "SECTION 9 -16, FENCE AND GUARDRAIL" }SECTION 9 -16, FENCE AND
4 GUARDRAIL
5 March 3, 1997
6
7
8
9
0
1
2
3
4
5
6
7
8
9
0
1
2
3
4
5
6
9- 16.3(1) Rail Element
The first paragraph is revised to read:
The W -beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A
Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail
elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F
end sections, which shall be formed from 10 gage steel.
9- 16.3(2) Posts and Blocks
The second sentence of the first paragraph is revised to read:
Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance
with manufacturers recommendations.
9-16.3(5) Anchors
The following paragraph is inserted after the third paragraph:
Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or
ASTM A 501.
The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17"
Page- AMD-26
Revision Date: May 19, 1997
rDIVISION 1
GENERAL REQUIREMENTS
r1 -01 DEFINITIONS AND TERMS
1 -01.3 Definitions (APWA Only)
Add the following definitions:
CITY
The City of Renton
Substantial Completion Date (APWA Only)
' The date established by the Contracting Agency or ENGINEER when the contract work is completed to a
point that the formal procedures for liquidated damages will no longer be used and liquidated damages
thereafter will be assessed on the basis of direct engineering and related cost for overruns of the contract
time until the Actual Completion Date.
Actual Completion Date (APWA Only)
The date established by the ENGINEER as the date that all the work the contract requires is complete.
Acceptance Date (APWA Only)
The date the Contracting Agency accepts the completed contract and items of work shown in the final
estimate.
' 1 -03 AWARD AND EXECUTION OF CONTRACT
1- 03.1(1) Consideration of Bids (Additional Section)
The contract, if awarded, will be awarded to the lowest responsive, responsible bidder.
1 -03.2 Award of Contract (Supplemental Section)
The contract award or bid rejection will occur within 30 calendar days after bid opening.
1 -04 SCOPE OF THE WORK
1 -04.12 Hours of Work (Additional Section)
General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m.
The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the
public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in
writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours
notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway
without a traffic control plan approved by the City Transportation Division.
Special Provisions Page 1
2/14/2002
11 1 -05 CONTROL OF WORK
' 1 -05.4 Conformity with and Deviations from Plans and Stakes (Revised Section)
Delete the first sentence of this section and replace with the following:
' The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines,
grades, slopes, cross - sections, and curve superelevations.
1 -05.5 Construction Stakes (Revised Section)
The CONTRACTOR shall provide all required survey work, including such work as mentioned in
Section 1 -05.4, 1 -05.5, 1 -11 and elsewhere in these specifications as being provided by the Engineer or
Contractor. All costs of this survey work shall be included in "Construction Surveying, Staking, As-
Builts" per lump sum, as described in Section 1- 09.14(D).
1- 05.5(2) Construction Staking (Supplemental Section)
Sanitary Sewer and Water Line Alignment and Grade Stakes
(50' max. interval for laser control)
' (30' max. interval for batter boards)
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1 -07.16 Protection and Restoration of Property (Supplemental Section)
Private property such as plants, shrubs, trees, fences, and rockeries within the work area shall be removed
and restored to the satisfaction of the property owner. It shall be the CONTRACTOR's responsibility to
notify each property owner when it is necessary to remove such improvements to facilitate the
CONTRACTOR's progress, and to remove those improvements to locations requested by the property
owner or to restore them to near original location in as near original condition as possible.
For the purpose of this contract, all property not within the Right of Way, including property owned by
the City of Renton, will be considered private property.
All lawn within the area to be disturbed by the CONTRACTOR's operations shall be cut with a sod
' cutting machine, removed and disposed. The disturbed lawn area shall be restored with sod, after trench
is backfilled and compacted. The restoration of the distributed lawn area shall be performed under the
following guidelines:
A. Topsoil shall be placed at a depth of 3 inches.
B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even
grade without low areas to trap water and compacted, all as approved by the ENGINEER.
C. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and
shall have the end joints staggered. The sod shall be rolled with a smooth roller following
op placement.
w
Page 2 Special Provisions
2/14/2002
D. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic
from access to the newly placed lawn during the establishment period.
E. The watering schedule of all newly laid sod shall be four times a week for three weeks. The
watering shall be such duration as to soak the replaced sod thoroughly and promote good root
growth.
F. Such removal, complete restoration and maintenance of the lawn shall be considered incidental
to other items of work and no further compensation will be made.
The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the
start of construction. Names and addresses will be furnished by the CONTRACTING AGENCY. The
CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to
construction adjacent to each property.
1 -07.17 Utilities and Similar Facilities (Supplemental Section)
The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the
new sewer line location or grade is known to be required in order to avoid conflicts.
Locations and dimensions shown in the plans for existing buried facilities are in accordance with
available information obtained without uncovering, measuring, or other verification. The
CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed
to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal,
and laying operation to allow adjustments to be made as necessary to avoid conflicts. This work shall be
considered incidental to other bid items.
The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground
utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the
CONTRACTOR's expense.
MEASUREMENT AND PAYMENT
1 -09.14 Payment Schedule (Additional Section)
GENERAL
1- 09.14(A) Scope
A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all
compensation to be received by the CONTRACTOR for furnishing all tools, equipment,
rsupplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant
to the items of work being described, as necessary to complete the various items of the WORK
all in accordance with the requirements of the Contract Documents, including all
appurtenances thereto, and including all costs of compliance with the regulations of public
regulations of public agencies having jurisdiction, including Safety and Health Administration
of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that
is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the
prices named in the Bid Schedules for the various appurtenant items of work.
B. The Owner shall not pay for material quantities which exceed the actual measured amount
used and approved by the ENGINEER.
Special Provisions Page 3
2/14/2002
I
II 1- 09.14(B) Mobilization & Demobilization (Bid Item 001)
Measurement for mobilization, shall be based on the establishment of all site improvements required to
begin construction, including: project schedule, and transportation of equipment to the project site,
receipt of all bonds and insurance policies, obtaining all required permits, along with any other submittal
and shop drawing requirements, provide protection of existing facilities and removal of all materials and
equipment from the construction site after project completion.
Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 80% of bid price
prior to completion of construction) based on the percent of completed work as defined in the 1996
Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization.
Payment for the remaining 20% will be made upon completion and final clean -up of the construction site.
Such payment will be complete compensation for all mobilization of employees, equipment and
materials, preparation of all necessary submittals, bonds, insurance, site improvements, clean -up etc. all
in conformance with the Contract Documents.
' 1- 09.14(C) Trench Excavation Safety Systems (Bid Item 002)
Measurement for trench excavation safety systems will be based on a percentage defined as the amount
of water and sanitary sewer pipelines installed divided by the total length of water and sanitary sewer
pipe shown to be installed.
Payment for trench excavation safety systems will be made at the measured percentage amount for the
pay period times the lump sum amount bid, said payment will be complete compensation for all
equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and
constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as
required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17,
etc. required to complete this item of work in conformance with the Contract Documents.
1- 09.140 Construction Surveying, Staking, and As- Builts (Bid Item 003)
Measurement for construction surveying, staking and as -built information will be based on the
percentage of total work complete, by dollar value, at the time of measurement.
Payment for construction surveying, staking and as -built information will be made at the measured
percentage amount for the pay period times the lump sum amount bid, said payment will be complete
compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements
to the line and grade as shown on the plans, to provide the required construction and as- constructed field
(as -built information) notes and drawings, etc. required to complete this item of work in conformance
with the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the
review and acceptance of the as- constructed information by the Engineer.
Page 4 Special Provisions
2/14/2002
1- 09.14(E) Traffic Control (Bid Item 004)
Measurement for traffic control work will be based on the percentage of total work complete, by dollar
value, at the time of measurement.
Payment for traffic control for work will be made at the measured percentage amount for the pay period
times the lump sum amount bid, said payment will be complete compensation for all labor, materials,
equipment, prepare and conform to the approved Traffic Control Plan, provide for public convenience
and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices,
temporary striping, cleanup, etc. required to complete this item of work in conformance with the Contract
Documents.
1- 09.14(F) Temporary Erosion/Sedimentation Controls (Bid Item 005)
Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work
complete, by dollar value, at the time of measurement.
Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which pay-
ment shall be complete compensation for all labor, materials, equipment, straw -bale dikes, silt fencing,
plastic sheeting, etc. required to complete this item of work in conformance with Contract Documents.
1- 09.14(G) Landscape Restoration (Bid Item 006)
Measurement for landscape restoration shall be per lump sum of landscape restored as required to
complete this item in conformance with the Contract Documents.
Payment for landscape restoration shall be per lump sum, which payment will be complete compensation
for all labor, equipment, materials, materials hauling, sod, topsoil, preparation, forming, placement,
finishing, watering, cleanup, etc. required to compete this item in conformance with the Contract
Documents.
1- 90.14(H) Re- Establish Existing Monuments (Bid Item 007)
Measurement for re- establishing existing monuments will be per each monument re- established, in
conformance with RCW 58.09.130.
Payment for re- establishing monuments will be made at the unit price bid per each, which payment will
be complete compensation for all labor, equipment, materials, excavation, new monument with housing,
placement, installation, backfill, compaction, restoration, etc. required to reference the existing
monument and re- establish a new one after utility construction and restoration is complete, in
conformance with the Contract Documents.
1- 09.14(I) Television Inspection of Sanitary Sewers (Bid Item 008)
Measurement for television inspection of the new sewers will be based on the lineal feet of pipe
inspected.
Payment for television inspection of the new sewers in accordance with specification section 7- 17.3(4)I
will be made at the amount bid per linear foot, which payment will be considered complete compensation
for all labor, materials, equipment to perform television inspection and prepare videotape record of all
new sewers constructed by excavate and replace methods as part of the project and record videotapes.
Special Provisions Page 5
2/14/2002
1- 09.14(J) Furnish and Install 8" PVC Sewer Pipe and Cleanout (Bid Item 009)
Measurement for furnishing and installing 8" diameter sanitary sewer pipe and cleanout of the type
required will be based on lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 8" diameter sanitary sewer pipe and cleanout of the type required
will be made at the amount bid per linear foot, which payment will be complete compensation for all
labor, materials, equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation,
dewatering, bypass pumping, removal and disposal of waste material, pipe of the size and type required,
gaskets, installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material,
appurtenances, frame and lid, concrete, placement of subsequent backfill (native) materials, compaction,
water, grading, cleaning, temporary pavement patching, and testing (exfiltration or low pressure air test
and deflection testing), etc. required to complete the work in accordance with the Contract Documents.
Select imported backfill materials are included in other bid items (See Bid Item 030).
1- 09.14(K) Furnish and Install 8" C900 PVC Sewer Pipe (Bid Item 010)
Measurement for furnishing and installing 8" diameter sanitary sewer pipe of the type required will be
based on lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 8" diameter sanitary sewer pipe of the type required will be made
at the amount bid per linear foot, which payment will be complete compensation for all labor, materials,
equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering,
bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets,
installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances,
placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary
pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required
to complete the work in accordance with the Contract Documents. Select imported backfill materials are
included in other bid items (See Bid Item 030).
1- 09.14(L) Furnish and Install 6" PVC Side Sewer Pipe (Bid Item 011)
Measurement for 6" diameter side sewer pipe of the type required will be based on lineal footage
measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 6" diameter sanitary sewer pipe of the type required will be made
at the amount bid per linear foot, which payment will be complete compensation for all labor, materials,
equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering,
bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets,
installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances,
placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary
pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required
to complete the work in accordance with the Contract Documents. Select imported backfill materials are
included in other bid items (See Bid Item 030).
Page 6 Special Provisions
2/14/2002
1- 09.14(M) Furnish and Install 6" C900 PVC Side Sewer Pipe (Bid Item 012)
Measurement for 6" diameter side sewer pipe of the type required will be based on lineal footage
measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 6" diameter sanitary sewer pipe of the type required will be made
at the amount bid per linear foot, which payment will be complete compensation for all labor, materials,
equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering,
bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets,
installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances,
placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, temporary
pavement patching, and testing (exfiltration or low pressure air test and deflection testing), etc. required
to complete the work in accordance with the Contract Documents. Select imported backfill materials are
included in other bid items (See Bid Item 030).
1- 09.14(15) Furnish and Install 48" Sanitary Sewer Manhole (Bid Item 013)
Measurement for furnishing and installing 48" sanitary sewer manholes will be per each for each type
manhole installed in conformance with the Contract Documents.
Payment for furnishing and installing 48" sanitary sewer manholes will be made at the unit price bid per
each, which payment will be complete compensation for all labor, equipment, materials hauling,
pavement cutting, asphalt concrete pavement removal, dewatering, excavation, removal and disposal of
waste material, foundation material, concrete base, precast concrete manhole sections, gaskets, coating
system (sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs,
appurtenances, connections, channeling, reconnection of existing sewer(s), placement of subsequent
backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc.
required to complete all manholes in conformance with the Contract Documents. Select imported
backfill materials are included in other bid items (see Bid Item 030).
1- 09.14(0) Furnish and Install 54" Sanitary Sewer Manhole (Bid Item 014)
Measurement for furnishing and installing 54" sanitary sewer manholes will be per each for each type
manhole installed in conformance with the Contract Documents.
Payment for furnishing and installing 54" sanitary sewer manholes will be made at the unit price bid per
each, which payment will be complete compensation for all labor, equipment, materials hauling,
pavement cutting, asphalt concrete pavement removal, dewatering, excavation, removal and disposal of
waste material, foundation material, concrete base, precast concrete manhole sections, gaskets, coating
system (sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs,
appurtenances, connections, channeling, reconnection of existing sewer(s), placement of subsequent
backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc.
required to complete all manholes in conformance with the Contract Documents. Select imported
backfill materials are included in other bid items (see Bid Item 030).
Special Provisions Page 7
2/14/2002
1- 09.14(P) Connect New Sewer to Existing Sewer Facility (Bid Item 015)
Measurement for connecting the new sewer main to an existing sewer facility will be per each for
connection made in conformance with the Contract Documents.
Payment connecting the new sewer main to an existing sewer facility will be made at the unit price bid
per each, which payment will be complete compensation for all labor, equipment, excavation around and
protection of existing manholes, core drilling, rechanneling existing manholes, removal of existing
cleanouts (if necessary), materials hauling, adjustment of frames to grade, relocate ladder and rungs (if
necessary), connections, placement of subsequent backfill (native) materials, compaction, water, cleaning
and testing, etc. required to complete all the connections in conformance with the Contract Documents.
Select imported backfill materials are included in other bid items (see Bid Item 030).
1- 90.14(Q) 8" Ductile Iron Watermain Pipe, Cl. 52 Poly wrapped and Fittings (Bid Item 016)
Measurement for furnishing and installing 8" diameter water pipe and fittings of the type required will be
based on lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 8" diameter water pipe and fittings shall be full pay to complete the
work specified in the contract documents and plans, and shall include but not be limited to the following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer
• Fumishing, installing, laying and jointing water pipes and fittings of the size, type and class shown,
polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses for poly -
pigging, shackle rods, temporary blow -off assemblies, and all incidentals
• Fumishing bedding materials, placing and compacting pipe bedding, as shown on the plans,
• Placing and compacting trench backfill (native),
• Testing, poly - pigging, disinfecting and flushing of water mains,
• Replacing, protecting and/or maintaining existing utilities,
• Restoration of public and private properties,
• Select imported backfill materials are included in other bid items (See Bid Item 030).
1- 90.14(R) 6" Ductile Iron Watermain Pipe, Cl. 52 Poly wrapped and Fittings (Bid Item 017)
Measurement for furnishing and installing 6" diameter water pipe and fittings of the type required will be
based on lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 6" diameter water pipe and fittings shall be full pay to complete the
work specified in the contract documents and plans, and shall include but not be limited to the following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, and dewatering (if needed),
Page 8 Special Provisions
2/14/2002
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer
• Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown,
polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses for poly-
' pigging, shackle rods, temporary blow -off assemblies, and all incidentals
• Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans,
• Placing and compacting trench backfill (native),
• Testing, poly - pigging, disinfecting and flushing of water mains,
• Replacing, protecting and/or maintaining existing utilities,
• Restoration of public and private properties,
• Select imported backfill materials are included in other bid items (See Bid Item 030).
1- 90.14(S) 8" Gate Valve Assembly (Bid Item 018)
Measurement for 8" gate valve assemblies will be per each for each 8" gate valve assembly installed in
conformance with the Contract Documents.
Payment for furnishing and installing 8" gate valve assemblies shall cover the complete cost of providing
all labor, materials, equipment, valve, valve box and cover, operating nut extension, sleeves, saw cutting,
dewatering, excavation, haul disposal of waste materials, shackle rods, couplings, spool piece, fittings,
cleaning, chlorinating, bedding material, backfill (native), temporary pavement patching, adjustment to
finished grade per contract plans and specifications. Select imported backfill materials are included in
other bid items (See Bid Item 030).
it
Special Provisions Page 9
,,� 2/14/2002
II 1- 90.14(T) - Fire Hydrant Assembly (Bid Item 019)
I Measurement for furnishing and installing fire hydrant assemblies will be per each for each fire hydrant
assembly installed in conformance with the Contract Documents.
Payment for furnishing and installing fire hydrant assemblies shall cover the complete cost of providing
all labor, materials, equipment to complete the work specified in the contract documents and plans, and
shall include but not be limited to the following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer,
• Furnishing and installing new 5.25 inch hydrant assembly, standpipe, shoe, Storz adapter, 6 -inch DI
piping (up to 18 LF per hydrant run), vertical extension and adjustment to finished grade,
• Furnishing and installing main line tee and shut -off gate valve, valve box and cover, valve stem
extension, valve and hydrant location marker, shackle rods and concrete blocking, polyethylene
encasement, adjustment to finished grade, and all incidentals,
' • Placing and compacting of bedding materials,
• Placing and compacting trench backfill (native),
• Testing, poly - pigging, disinfecting and flushing of new hydrants
• Replacing, protecting and/or maintaining existing utilities
• Select imported backfill materials are included in other bid items (See Bid Item 030).
1- 90.14(U) 3/4" Water Service Connection (Bid Item 020)
Measurement for furnishing and installing 3/4" water service connections will be per each for 3/4" water
service connection installed in conformance with the Contract Documents.
Payment for furnishing and installing water service of the type and size shown size as shown shall be full
pay to complete the work specified in the contract documents and plans, and shall include but not be
limited to the following:
•
Locating existing utilities and potholing in advance to determine their horizontal and vertical
location,
•
Saw cutting, trench excavation, and dewatering (if needed),
•
Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
•
Excavation as needed,
•
Boring or tunneling, "hole- hogging" to install new water service line,
•
Furnishing and installing new corporation stops for 3/4 -inch,
•
Furnishing and installing new 3/4 -inch, copper water service lines, meter setters and meter boxes,
•
Testing, disinfecting and flushing of new service lines,
•
Furnishing and installing approved couplers and adapters,
•
Final connection to the existing private water service lines behind the meters and property lines,
•
Placing and compacting of bedding materials,
•
Placing and compacting trench backfill (native),
1
Page 10 Special Provisions
2/14/2002
• Replacing, protecting and /or maintaining existing utilities,
• Restoration of public and private properties,
• Select imported backfill materials are included in other bid items (See Bid Item 030).
j r 1- 90.14(V) 3/4" Water Service Connection -(No Meter) (Bid Item 021)
Measurement for furnishing and installing water service, meter setter, meter box and connection of the
type and size shown will be per each water service and shall be installed in conformance with the
Contract Documents.
Payment for furnishing and installing water service of the type and size shown size as shown shall be full
pay to complete the work specified in the contract documents and plans, and shall include but not be
limited to the following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Excavation as needed,
• Boring or tunneling, "hole- hogging" to install new water service line,
• Furnishing and installing new corporation stops for 3/4 -inch and 1 -inch services, tapped tees and
2 -inch gate valves for 1.5 -inch and 2 -inch services,
• Furnishing and installing new 3/4 -inch, copper water service lines, meter Setters and meter boxes,
• Testing, disinfecting and flushing of new service lines,
• Furnishing and installing approved couplers and adapters,
• Placing and compacting of bedding materials,
• Placing and compacting trench backfill (native),
• Replacing, protecting and/or maintaining existing utilities,
• Restoration of public and private properties,
• Select imported backfill materials are included in other bid items (See Bid Item 030).
1- 90.14(W) 1" Air Release Valve (Bid Item 022)
Measurement for furnishing and installing air release valve of the type and size shown will be per each
water service and shall be installed in conformance with the Contract Documents.
Payment for furnishing and installing air - release valve of the type and size shown size as shown shall be
full pay to complete the work specified in the contract documents and plans, and shall include but not be
limited to the following:
• 1" air and vacuum release valve
• Saw cutting, trench excavation, and dewatering (if needed)
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like
• Excavation as needed
• Furnishing and installing new corporation stops for 1 -inch water, tapped tees
• Final connection to the 1 -inch air and vacuum release valve, per Renton standard detail BR51
• Placing and compacting of bedding materials
I Special Provisions Page 11
2/14/2002
• Placing and compacting trench backfill (native)
• Replacing, protecting and/or maintaining existing utilities
• Restoration of public and private properties
• Select imported backfill materials are included in other bid items (See Bid Item 030).
1- 90.14(X) 2" Permanent Blow -Off Assembly (Bid Item 023)
Measurement for furnishing and installing 2" permanent blow -off assembly of the type and size shown
will be per each water service and shall be installed in conformance with the Contract Documents.
Payment for furnishing and installing permanent blow -off assembly of the type and size shown size as
shown shall be full pay to complete the work specified in the contract documents and plans, and shall
include but not be limited to the following:
• 2" Permanent Blow -Off Assembly
• Saw cutting, trench excavation, and dewatering (if needed)
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like
• Excavation as needed
• Furnishing and installing new 2 -inch close nipple or plug and 2 -inch 900 elbow
• 2" gate valve
• Valve nut extension as required
• Valve box, meter box
• 2 -inch galvanized pipe
• Final connection to the 2 -inch permanent blow -off assembly, per Renton standard detail BR25A
• Placing and compacting of bedding materials
• Placing and compacting trench backfill (native)
• Replacing, protecting and/or maintaining existing utilities
• Select imported backfill materials are included in other bid items (See Bid Item 030).
• Restoration of public and private properties
1- 90.14(Y) Connection to Existing Water Main (Bid Item 024)
Measurement for connections to existing mains will be per each for each connection to an existing main
in conformance with the Contract Documents.
Payment for connections to existing mains shall cover the complete cost of providing all labor, materials,
equipment to complete the final connection and all work specified in the contract documents and plans,
and shall include but not be limited to the following:
• Locating existing utilities and water mains and potholing in advance to determine their horizontal
and vertical location,
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer,
• Installation of concrete dead -man blocks around existing water mains in advance of the final
connections,
Page 12 Special Provisions
2/14/2002
• Furnishing, installing, laying and jointing water pipes, fittings, and all necessary couplings of the
size, type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends,
shackle rods, removal of temporary blow -off assemblies, disinfecting the pipes and fittings and all
incidentals to complete the connection according to the contract plans and specifications,
• Furnishing bedding materials; placing and compacting pipe bedding, as shown on the plans,
• Placing and compacting trench backfill (native),
• Replacing, protecting and/or maintaining existing utilities
• Select imported backfill materials are included in other bid items (See Bid Item 030).
t1- 90.14(Z) Furnish & Install 16" x 8" Wet Tapping Gate Valve Assembly (Bid Item 025)
Measurement for furnishing and installing tapping gate valve assemblies of the size and type specified
will be per each tapping gate valve assembly installed in conformance with the Standard Plans, Contract
Specifications and Details.
Payment for furnishing and installing tapping gate valve assemblies of the size and type specified shall
cover the complete cost of providing all labor, equipment and all incidental work necessary to complete
the work specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer,
• Furnishing, installing, valves of size and type shown, valve boxes and cover, stem extensions, valve
location marker, shackle rods, polyethylene encasement, adjustment to finished grade, and all
incidentals,
• Wet- tapping the existing water main by a City approved wet - tapping contractor,
• Final connection to the new water main,
• Placing and compacting of bedding materials,
• Placing and compacting of trench backfill (native),
• Replacing, protecting and/or maintaining existing utilities
• Select imported backfill materials are included in other bid items (See Bid Item 030).
1- 90.14(AA) Furnish & Install 12" x 8" Wet Tapping Gate Valve Assembly (Bid Item 026)
Measurement for furnishing and installing tapping gate valve assemblies of the size and type specified
will be per each tapping gate valve assembly installed in conformance with the Standard Plans, Contract
Specifications and Details.
Payment for furnishing and installing tapping gate valve assemblies of the size and type specified shall
cover the complete cost of providing all labor, equipment and all incidental work necessary to complete
the work specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical
location,
Special Provisions Page 13
2/14/2002
• Saw cutting, trench excavation, and dewatering (if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer,
• Furnishing, installing, valves of size and type shown, valve boxes and cover, stem extensions, valve
location marker, shackle rods, polyethylene encasement, adjustment to finished grade, and all
incidentals,
• Wet- tapping the existing water main by a City approved wet - tapping contractor,
• Final connection to the new water main,
• Placing and compacting of bedding materials,
• Placing and compacting of trench backfill,
• Replacing, protecting and/or maintaining existing utilities
• Select imported backfill materials are included in other bid items (See Bid Item 030).
1- 09.14(AB) Concrete for Thrust Blocking, Dead -Man Anchor Blocks (Bid Item 027)
Measurement for concrete for thrust blocking, dead -man anchor blocks will be per cubic yard for all
concrete installed for thrust blocking and dead -man anchor bolts in conformance with the Contract
Documents.
Payment for furnishing and installing concrete for thrust blocking, dead -man anchor blocks shall cover
the complete cost of providing all labor, materials, equipment, excavation, haul dispose of waste,
dewatering, concrete vertical and horizontal blocks, dead -man anchor bolts, reinforcing steel, shackle
rods, clamp assembly, anchor bolts, and necessary form work. Concrete material weights shall be verified
by providing a copy of certified truck tickets, which will accompany each load.
1- 09.14(AC) Removal of Existing Hydrants, Valve Boxes & other Appurtenances (Bid Item 028)
Measurement for removal of existing fire hydrants, valve boxes & other appurtenances will be per lump
sum for removal of all existing fire hydrants, valve boxes & other appurtenances in conformance with the
Contract Documents.
Payment for removal of existing fire hydrants, valve boxes & other appurtenances shall cover the
complete cost of providing all labor, materials, equipment, dewatering, excavation, replacement and
compaction of backfill materials, capping existing pipes to be abandoned, removal and disposal of
existing pipes as shown on the plans, removal and disposal of valve boxes, removal and delivery of
existing salvaged hydrants and meter boxes to the City Shops, and final clean -up.
1- 09.14(AD) Removal and Replacement of Unsuitable Foundation Material (Bid Item 029)
Measurement for removal and replacement of unsuitable foundation material shall be measured in Tons
based on the placed weight of material installed. Placement of foundation material will be measured only
for the area(s) authorized by the ENGINEER. Certified weight tickets shall accompany each load, a copy
of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the
measurement or payment.
Payment for removal and replacement of unsuitable foundation material will be made at the amount bid
per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation,
foundation materials, haul, placement, water, compaction, removal and disposal of waste material, etc.
required to complete this item of work in conformance with the Contract Documents.
Page 14 Special Provisions
2/14/2002
II 1- 09.14(AE) Select Imported Trench Backfill (Bid Item 030)
Measurement for select imported backfill, shall be measured in Tons based on the weight of material
installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be
given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment.
Only materials placed within the pay limits shown will be considered for payment. Material placed
outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted from the
certified tickets.
Payment for select imported backfill will be made at the amount bid per ton, which payment will be
complete compensation for all labor, materials, equipment, hauling, placement, water, compaction,
11, removal and disposal of waste materials, etc. required to complete this item of work in conformance with
the Contract Documents.
1- 09.14(AF) Asphalt Pavement Class `B' Road Rebuild Including Crushed Surf. Top Course
(Bid Item 031)
Measurement for asphalt pavement (ACP) shall be measured in square yards, horizontally over the
completed surface of the roadway. Asphalt pavement measurement width shall be as defined by the
limits of pavement shown in the Construction Plans, unless otherwise approved by the ENGINEER.
Payment for asphalt pavement (ACP), including crushed surfacing top course and asphalt concrete, will
be made at the amount bid per square yards, which payment will be complete compensation for all labor,
materials, haul, existing asphalt concrete roadway removal, existing subgrade removal, surface
preparation, grading, gravel materials including crushed surfacing top course, compaction, water,
temporary trench patch (placement and removal), pavement saw cutting, asphaltic materials, tack oil,
placement, cleanup, etc. required to complete this item of work in conformance with the contract
documents. No additional payment will be made for work necessary to correct ACP not installed in
accordance with specifications.
if
I , Special Provisions Page 15
2/14/2002
1- 09.14(AG) Asphalt Patch Class `B' Including Crushed Surfacing Top Course (Bid Item 032)
Measurement for asphalt concrete patch shall be measured in square yards, horizontally over the
�i completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of
trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER.
Payment for asphalt concrete patch, including crushed surfacing top course and asphalt concrete, will be
made at the amount bid per square yards, which payment will be complete compensation for all labor,
materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction,
water, temporary trench patch (placement and removal), pavement saw cutting, asphaltic materials, tack
oil, placement, final trench patch, cleanup, etc. required to complete this item of work in conformance
with the contract documents. No additional payment will be made for work necessary to correct an
asphalt concrete patch not installed in accordance with specifications.
1- 09.14(AH) Asphalt Overlay 1 -1/2" Thick (Bid Item 033)
Measurement for asphalt overlay 1 -1/2 "shall be measured in square yards of asphalt concrete Class `B ",
horizontally over the completed surface of the street. Overlay measurement width shall be as defined by
the limit of asphalt overlay payment shown in the Contract Documents, unless otherwise approved by the
ENGINEER.
Payment for asphalt overlay 1 -1/2" will be made at the amount bid per square yard, which payment will
be complete compensation for all labor, materials, haul, aggregate, tack coat, installation, preparation of
existing pavement, placement of asphalt concrete, roller compaction, joint sealing, cleanup, etc. required
to complete this item of work in conformance with the contract documents.
1- 09.14(AI) Asphalt Grinding (Bid Item 034)
Measurement for asphalt grinding shall be measured in square yards of grinding, horizontally over the
surface of the street. Asphalt grinding measurement width shall be as defined by the limit of asphalt
overlay grinding shown in the Contract Documents, unless otherwise approved by the ENGINEER.
Payment for asphalt grinding will be made at the amount bid per square yard, which payment will be
complete compensation for all labor, materials, haul, grinding of existing asphalt pavement, removal and
disposal of all grindings, cleanup, etc. required to complete this item of work in conformance with the
contract documents.
1- 09.14(Aj) Replace Pavement Markings and Traffic Buttons (Bid Item 035)
Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks,
railroad crossing markers, lane markers and all other traffic control elements as shown in the Contract
Documents and/or that exist prior to construction which are damaged, disrupted or removed as a result of
construction of this project, unless otherwise approved by the ENGINEER.
Payment for replace pavement markings shall be made per lump sum, which payment will be complete
compensation for all labor, equipment, materials, hauling, paint, traffic buttons, thermoplastic markings,
preparation, finishing, cleanup, etc. required to compete this item in conformance with the Contract
Documents.
Page 16 Special Provisions
2/14/2002
' 1- 09.14(AK) Removal and Replacement of Concrete Sidewalk and Driveways (Bid Item 036)
Measurement for removal and replacement of concrete sidewalk and driveways shall be in square yards
of sidewalk and driveway repair required for installation of utilities as shown in the Contract Documents,
unless otherwise approved by the ENGINEER.
Payment for removal and replacement of concrete sidewalk and driveways will be made at the amount
bid per square yard, which payment will be complete compensation for all labor, equipment, materials,
removal of existing, materials hauling, preparation, forming, placement, finishing, cleanup, etc. required
to compete this item in conformance with the Contract Documents.
1- 09.14(AL) Removal and Replacement of Concrete Curb (Bid Item 037)
Measurement for removal and replacement of concrete curb shall be in lineal feet of curb repair required
for installation of utilities as shown in the Contract Documents, unless otherwise approved by the
ENGINEER.
Payment for removal and replacement of concrete curb will be made at the amount bid per lineal foot,
which payment will be complete compensation for all labor, equipment, materials, removal of existing,
materials hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item
in conformance with the Contract Documents.
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5 -04 ASPHALT CONCRETE PAVEMENT
5- 04.3(5) Conditioning the Existing Surface
The Contractor shall maintain existing surface contour during patching, unless instructed by City
Engineer.
5- 04.3(5) Preparation of Existing Surface
The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the
project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is
applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets
behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep
all streets made dirty by the CONTRACTOR'S equipment. If the paving machine is "walked" from one
site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the
overlay site until given permission by the City's inspector.
All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to
the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent
tack and ACP from getting into catch basins.
Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at
the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of
the tack coat shall be considered incidental to the paving and no separate payment shall be made.
Special Provisions Page 17
2/14/2002
The Contractor shall locate all utilities for access immediately after any paving and mark the location by
means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and
the depth of the overlay from the center of the utility location.
The Contractor shall locate and completely expose gas and water valves for access immediately after
final rolling.
The day following the start of application of ACP, utility adjustments must begin. The Contractor shall
have an adjustment crew adjusting utilities every workable working day until adjustments are complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or
cracked shall be removed and replaced at the CONTRACTOR's expense.
Utility adjustments must be completed within 15 working days after overlay is complete, and within the
specified working days.
Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete
the adjustments and is incidental to pay item for Asphalt Patch (1- 09.14(Z)).
5 -06 TEMPORARY RESTORATION IN PAVEMENT AREAS (Additional Section)
5 -06.1 Description (Additional Section)
Pavement areas that have been removed by construction activities must be restored by the Contractor
prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the
Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas.
Temporary pavement shall be placed around trench plates or others devices used to cover construction
activities in a manner that provides a smooth and safe transition between surfaces.
Within paved alleys, the Contractor may use the compacted backfill to allow vehicular traffic to travel
over the construction areas. Trench plates or others devices used to cover construction activities shall be
placed and anchored in a manner that provides a smooth and safe transition between and across surfaces.
5 -06.2 Materials (Additional Section)
s Materials for temporary restoration in pavement areas shall be `Cold Mix'.
The composition of other components of the temporary asphalt pavement shall be determined by the
Contractor to provide a product suitable for the intended application. The Contractor shall not use
materials that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be
considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be
disposed of offsite.
5 -06.3 Construction Requirements (Additional Section)
The roadway subsurface shall be prepared for the temporary pavement as defined in Section 2 -06.
Temporary pavement areas greater than ten (10) square feet shall be a minimum of four (4) inches thick
and roller compacted to consolidation. The completed pavement shall be free from ridges, ruts, bumps,
depressions, objectionable marks, or other irregularities.
1 Page 18 Special Provisions
2/14/2002
The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide
a flat transition between existing pavement areas.
All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be
used as permanent asphalt pavement or subgrade material.
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS AND CONDUITS
7 -05 MANHOLES, INLETS, AND CATCH BASINS
7 -05.3 Construction Requirements (Supplemental Section)
Pipe to manhole couplings shall be equal to a "Kor -n -Seal" boot.
Manhole base sections shall be placed on a graded and firmly compacted granular
bedding course conforming to the requirements for sewer bedding in Section 7- 17.3(1)B
of the Standard Specifications. The bedding shall be at least 6- inches thick and extend
at least 12- inches beyond the limits of the base section all around. The bedding must be
graded to ensure uniform contact and support of the manhole in a true vertical position.
Manhole channels shall conform to the City's standard details and the construction plans.
All manholes shall be installed with locking frame and cover as shown on City of
Renton detail BR29.
7- 05.3(1) Adjusting Manholes to Grade (Supplemental Section)
The Contractor shall construct manholes so as to provide adjustment space for setting
cover and casting to a finished grade as shown on the construction plans. Manhole ring
and covers shall be adjusted to the finished elevations prior to final acceptance of the
work. Manholes in unimproved areas shall be adjusted to 6- inches above grade.
7- 05.3(3) Connection to Existing Manholes (Supplemental Section)
Connections to existing manholes shall be core drilled. Couplings shall be equal to
"Kor -n -Seal" boots. Existing manholes shall be cleaned, repaired, and rechanneled as
necessary to match the new pipe configuration and as shown on the construction plans.
Special Provisions Page 19
2/14/2002
7- 05.3(5) Manhole Coatings (Additional Section)
All new sanitary sewer manholes shall be coated as specified below.
The following coating system specifications shall be used for coating (sealing) all interior
concrete surfaces of manholes.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP -7
(Sweep or brush off blast)
Application: Shop/Field
The drying time between coats shall not exceed 24 hours in any
case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC- Conseal high solids urethane
(2.0 DFT)
Finish: Two or more coats of Wasser MC- Conseal
(min. 4.0 DFT)
Color:
White
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS
7 -08 Materials (Revised Section)
7- 08.3(1)C Pipe Bedding (Supplemental Section)
PVC pipe shall be bedded in accordance with the requirements of Section 7- 08.3(1)C, of
the Standard Specifications, and the construction plans. Bedding material for flexible
pipe shall meet the requirements of Section 9- 03.16.
Hand compaction of the bedding materials under the pipe haunches will be required.
Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp
bedding material under the haunches of the pipe. Care shall be taken to avoid
displacement of the pipe during the compaction effort. Compaction shall provide
adequate support along the pipe to prevent settling of the pipe.
7- 08.3(1)D Pipe Foundation (Additional Section)
Pipe foundation in poor soil: When soft or unstable material is encountered at the
subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such
material shall be excavated to an additional depth as required by the Engineer and
backfilled with foundation gravel material placed in maximum 12 -inch lifts. Foundation
gravel shall be ballast and conform to the requirements of Section 9- 03.9(1) of the
Standard Specifications.
Page 20 Special Provisions
2/14/2002
Corrections faulty grade; Excess excavation below the required grade shall be backfilled
with foundation gravel as specified above and thoroughly compacted to the required
grade line.
Foundation Material used for sanitary sewers shall be as follows:
Ballast Section 9- 03.9(1)
7- 08.3(1)E Trench Dewatering (Additional Section)
Dewatering may be required during construction of the sewer and water lines.
If necessary, dewatering may consist of a combination of trench pumping, well points,
and/or wells, and must satisfy the following requirements:
• Prevent water from entering the trench and maintain dry trench conditions at the
foundation level.
• Prevent caving of the trench walls related to water migration through the walls.
• Minimize turbidity in the effluent by utilizing properly sized filter pack
materials on sumps, wells, and well points.
rPreserve strength of foundation soils.
• Recovery of water levels may be rapid if pumping is interrupted. The
Contractor shall provide standby equipment installed and ready to operate to
ensure continuous pumping.
• When wells and/or well points are no longer required, they shall be removed,
backfilled, and abandoned. Wells can be left in place except the top three feet
must be removed and provided they are abandoned in accordance with Chapter
173 -160 WAC.
• Turbid water must be treated if discharged to the storm system. Discharge of
dewatering effluent to the storm system must comply with DOE dewatering
permit conditions. The Contractor is required to obtain this permit prior to
discharging dewatering effluent to the storm sewer system. All costs necessary
to treat and monitor the dewatering effluent in accordance with the permit shall
be the CONTRACTOR'S responsibility.
• The dewatering program must be completed in such a way as to avoid excessive
dewatering related settlement of adjacent facilities.
7- 08.3(1) F Hazardous Waste Training (Additional Section)
Construction crews working with excavated soils shall be 40 hour trained in safety
requirements for working with hazardous materials should they be encountered.
Special Provisions Page 21
2/14/2002
3
7- 083(2) Laying Sewer Pipe
7- 08.3(2)A Survey Line and Grade (Replacement Section)
The Contractor is required to provide construction staking and shall be responsible for
securing the services of a professional land surveyor or qualified engineer who shall
provide all survey staking needed in conjunction with the project.
The Contractor shall assume full responsibility for the accuracy of the staking and shall
provide all replacement staking or re- staking needed.
The Contractor shall paint the project stationing baselines on the ground at 50 foot
intervals.
The CONTRACTOR'S surveyor shall provide the original field notes and a set of the
field notes which shall contain as a minimum the centerline station and offset and cut to
each, manhole, side sewer, and all other changes in alignment or grade as may be needed
to draw accurate as- constructed records of the project. These notes shall be kept legibly,
in a format conforming to good engineering practice in a hard covered field book.
It shall be the CONTRACTOR'S responsibility to record the location, by centerline
station, offset, and elevation, of all existing utilities uncovered or crossed during his
work as covered under this project.
It shall be the CONTRACTOR'S responsibility to have his surveyor locate by centerline
station, offset, and elevation, each major item of work done under this contract.
Major items of work shall be defined to include the following items:
Manholes, Catch Basins and Cleanouts
Casing end points
Major changes in design grade(s)
After completion of the work covered by this contract, the CONTRACTOR'S surveyor
shall provide to the Engineer the hard cover field book(s) containing the construction
staking and as -built notes, and one set of white prints of the construction drawings upon
which he has plotted the locations of existing utilities, and one set of white prints of the
construction drawings upon which he has plotted the as -built location of the new work as
recorded in the field book(s). This drawing shall bear the surveyor's seal and signature
certifying its accuracy.
7- 08.3(2)B Pipe Laying (Supplemental Section)
Isolated grade deviations limited to less than 18 feet in length (each) due to pipe bellies
or pipe settling shall not exceed one -half inch.
The pipe shall be installed to within the tolerances specified in Division 10 of these
specifications.
Page 22 Special Provisions
2/14/2002
II 7- 083(3)A
n
Backfilling Water and Sanitary Sewer Trenches (Supplemental Section)
Backfill shall conform to the requirements noted on the plans. Select backfill is required
where native material is not suitable as determined by the Engineer. Select backfill shall
be per Section 9- 03.12(1)C to the base of the subgrade. The remaining depth shall be
restored as noted on the plans.
To the maximum extent available suitable material obtained from trench excavation shall
be used for trench backfill. All material placed as trench backfill shall be free from
rocks or stones larger than 8 inches in their greatest dimension, brush, stumps, logs,
roots, debris and organic or other deleterious materials. No stones or rock shall be
placed in the upper three feet of trench backfill. Rock or stones within the allowable
size limit incorporated in the remainder of fills shall be distributed so that they do not
congregate or interfere with proper compaction.
' Backfill within paved areas shall be compacted to at least 95 percent of maximum dry
density as determined by the modified proctor compaction test, ASTM D1557. This
includes the foundation, backfill, and base course materials. Maximum lift thickness of
backfill shall not exceed 24 inches between the top of the bedding and 4 feet below
grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer
may be on -site to collect soil samples and to test compaction. The Contractor shall
provide site access at all times for compaction testing and sample collection. Areas of
the trench which fail to meet the compaction requirements shall be removed and replace
and re- compacted at the CONTRACTOR's expense.
The Contractor shall be responsible for any settlement of backfill, sub -base, and
pavement which may occur during the period stipulated in the contract conditions. All
repairs necessary due to settlement shall be made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
determined by the modified proctor compaction test, ASTM D1557
7 -17 SANITARY SEWERS
7 -17.2 Materials (Replacement Section)
tGravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide
two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the
Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects
which prevent adequate joint seal or any other damage shall be rejected. If requested by the Engineer,
not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer,
shall be tested as specified for maximum dimensional tolerance of the respective pipe.
Materials shall meet the requirements of the following sections.
PVC Sewer Pipe Section 9 -05.12
C900 Sewer Pipe, Class 100 AWWA C -900
' 7- 17.3(2)F General (Supplemental Section)
Side sewers stubbed to the property line shall be air - tested.
Special Provisions Page 23
4/9/2002
II 7- 17.3(2)H Television Inspection (Replacement Section)
The Engineer will require that all sanitary sewer lines be inspected by the use of a television camera
before final acceptance. The costs incurred in making the initial inspection will be borne by the owner of
the sanitary sewer. The Contractor shall bear all costs incurred in correcting any deficiencies found
during television inspection including the cost of any additional television inspection that may be
required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible
for all costs incurred in any television inspection performed solely for the benefit of the Contractor.
The video inspection shall be done after the manholes have been channeled and the line cleaned and
flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in
the direction of the flow unless otherwise directed by the ENGINEER.
The camera shall have rotational capabilities and be used by the operator to view up each side sewer
connection and provide best views of any non - conforming items.
' Once the television inspection has been completed the contractor shall submit to the Engineer the written
reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the
City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The
tapes shall be run at standard speed SP (15/16 I.P.S.). The CONTRACTOR shall use TV inspection
report forms as considered industry standard and as approved by the OWNER, and provide completed
forms and video tapes of the completed TV inspection to the OWNER.
The costs incurred by the CONTRACTOR will be covered by the bid item for such television
inspections, and all costs associated with the initial inspection and any requested additional inspections
shall be included.
n
11 Page 24 Special Provisions
2/14/2002
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8 -13 MONUMENT CASES
8 -13.1 Description (Supplemental Section)
Add the following:
The CONTRACTOR shall retain the services of a registered surveyor for re- establishing monuments
impacted by construction.
8 -13.3 Construction Requirements (Revised Section)
Revise last sentence:
The monument will be fumished and set by the CONTRACTOR'S SURVEYOR.
DIVISION 9
MATERIALS
9 -03 AGGREGATES
9- 03.12(1)C Select Backfill for Sewer, Storm and Water Trenches (Additional Section)
Aggregate for Select Backfill shall consist of granular material, either naturally occurring or processed,
and shall meet the following requirements for grading and quality:
Sieve Size Percent Passing
1 -1/4" square 100*
1/4" square 25 min.
U.S. No. 40 40 max.
U.S. No. 200 7.0 max.
Sand Equivalent 50 min.
Special Provisions Page 25
2/14/2002
Standard Detail
Table of Contents
Detail
Dwg Name
SP Page
Sanitary Manhole Typical Detail
BR28
B071
Sanitary Shallow Manhole Type B
BR37
B072
'
Manhole Frame and Cover
BR29
B074
Miscellaneous Manhole Details
B24
B034
8 Inch Clean -Out
BW18D
B076.1
Standard Side Sewer Installation
BR39
B078
'
Air Test Table for Sewer Mains
BR07
B083
Concrete Blocking Sizing Procedure
BR26
B085
Blocking for Convex Vertical Bend
B22
B086
Shackle Rodding and Tie Bolts
BR27
B089
Valve Operating Nut Extension
BR46
B090
1" Air & Vacuum Release
BR50
B094
Fire Hydrant Assembly Detail
BR24
B 102
Hydrant Markers
BR24A
B 103
Temporary 2" Blow -Off Assembly
BR25
B 104
Permanent 2" Blow -Off Assembly
BR25A
B 105
3 /a" & 1" Water Service
BR41
B 106
Dechlorination
BR40
13110
1
Channelization Markers Detail
HRO1
H001
Channelization Markers Detail
HR02
H002
'
Raised Pavement Markers
HR08
H007
Pavement Marking Details
HR03
H008
Thermoplastic Crosswalk
HR 13
H012
Monument Case & Cover
HR04
H031
u
< LLJ
\ / — \ - ƒ g
V) p e i n z u CD <
c S / K / 7 / / /
u z =
<
LLJ U) \ \ \ g / E
> _ < o < o u >
LLJ f / LLJ ^ / / \
2 a <ozu
$ © L ~ <E /\ i M~
CD / \ - _j > - 2 = LLJ
S b %® 6M Ce? -J <
> o® % ® / <iu= <E /®
z u z2 szzƒ <me eeu/
/ \ \ 5 0 0 0 < \ \ / / /
\00 LLJ -j 0 < < <
\z >z /uo e�M1
LLJ �< ~f \e -J0(D ®$cf
e22\%/ $ / /0& /2lo F-
a eu u u_±,geoE=eo
\ \$ \�\ §� \ ® /��< / /j //
eo <eo =u®®/ �°z®uuoo
zzoeo < < <uzu <z%ue
esm- uuuep == /\I=\7ƒ/
%LLJUi uz&
/ \\ / \ / / / / / / \3 :c)U ///
/- & w It o a & a a
/b
/3
>z
p
i
\
\
u_
z
\
(
)\
Qm
<
\
\
E-�
�(
>
-
\[
/§
m/
nj
m
z
o
<
<
$?
~
§u
j
C)
\&
/d
®5
g
£u
@
�G
\/
�\
�/�
/\
\E
�
b*
E/
5�
a
~°
z
d
u=
<
yz
-®
t
ee
®
®
%
=
V) V)
±/
e
z
e<
<c
�=
e<
i/
\-
®
j4
u \
U
/
ƒ
\
ƒ
\\
/
ee
/\
\/
\\
\
\\
��
\ e
//
\\
\
\z
\/
\/
\
<m
\o
/
ƒz
<
>
o
zo
/b
/3
>z
% [
( [
®)\
\(§
f\}
Q
�
w
r-)
/
Li /
I
O /
Z
z o
�A
&
p
i
\
§
u_
z
\
(
)\
Qm
\
E-�
�(
\
\[
/§
\
\
m
z
o
<
\
~
��
r�$
/
% [
( [
®)\
\(§
f\}
Q
�
w
r-)
/
Li /
I
O /
Z
z o
�A
&
C
C
l
C
L
C
I
r w
N
Iw Z CC w Z Y
Q O 0— U - (I _j
V) F= Fr 0 Z w Q
U
LLJ N w Q < Z O
w Zw O Nw LLJ
Z J J v U- O
C� O CL J
O
Z j m
w
O w
N � co Q � O � > D
w =0Zw
O ~0w wQ
Q Q Q]L:2 m LC CnZ W J OwF-m
U- _ Z
�w QZ=J
-JO
C] w MW p= J W Q UJ Q N
m 00 �i- NZQamN Qdc=n0
O
Of LLJ U Z OOwZ =Q WF-w0
L� �W oO QF- J(n mNJm
LJ 0 (1 - � CO z 0 0 UCC O Q Z J�� J
00 O W Z O J J N O Q< Z w
Z WmQZNQ =JQ(n to
\Jm [LO 0JWD�ZZ��F w0Z
�Q JQwJOOI- -�2�f-
:D00WC- Dm5u0UQY I O w
uj mL ~J W -r U) =UOUNOwOZYO
J 0 Ln Q =
0of �� - ~LLJ Z- w =�OO�JCrF-Cr
a s Z U z a L Q Lo 0 m Q z w z a
WWW WOZZW JZof�- TQQZQ
F-
cncncnQUMOUOQCntn330UCe300O0
O
Z - N r"i 4 ll� (D I-� m Cn O
W
a
E-
0
6 o Z °a'
Aw a
0 E- a F
.a] 00� Zo
Cn
a
z Uez
�
N
r-
0
m
w
Q
a
a
N
a �a
r-
M
CC
m
W
c
Z
C�
3
0
V, V,
w w
0 0
Z i
O cl
W W
H
w w H
W W
Z
0Y
O H
w �
� Q
M d
4 v Q
\� Y
I W cn
� I
xU) O
U Q Z
z a m-
u
I=
0
\O 0°
M N b c
o vi
vi 0
0 00
m
d
d
w
N
z
O
F--
u
w
'0
r
0
_
�
M N
I
w
<
>
a
O
Q'`.
U
Q
oo
Ln
Q
oO
o z rn
Q
L
w
w q W (L
a
�
a
Z
aE'o 00
Y
0 � z
a t-
�
J
O
O
O
\ N
M
U
^
v
�4 +
�
(j)
W
-
u-
T
w
m
v
Z
0Y
O H
w �
� Q
M d
4 v Q
\� Y
I W cn
� I
xU) O
U Q Z
z a m-
u
I=
0
\O 0°
M N b c
o vi
vi 0
0 00
m
d
d
w
N
z
O
F--
u
w
'0
3
O
r
0
_
m
w
w
<
>
a
O
Q'`.
U
d
Ln
Q
oO
o z rn
.-.
r
w
w q W (L
o
N
(-)
a
Z
aE'o 00
Y
0 � z
a t-
�
J
O
O
O
(if
x
m
^
v
�4 +
�
(j)
UURz`
Q C)
w
m
v
0
3
O
r
J
_
W
M
�
Q
Q'`.
U
U
O
V) Z
oO
m
.-.
w
li
o
N
(-)
1~- O
LLJ z
Z
Y
J
O
O
O
Li
=
^
v
w
N
(j)
..
Q C)
w
m
v
d
o
v)
Fr
w
N
Q�
w
D
W
(If
w
J
z
O
tY
0
�
�
Z
Y
I
U
O
J
CK
LJ
U
z
O
^
U
'- J
I d
oo M
L
a r
d ~
~ U
C6
Z
Q
J N
J
Of Z
poC�
Z_
Y
U
O
J
W
Q
LL.
D
o�
O
Clf U
O
Z
O ~
o- d
o Q- 3
"'ter
}
w
6
z��
ram
w
Z <
:D:2
OC)O cy
U V)
�Ocr
J L, LLJ
O w
LLJ
wN
N O
�Ur
D w
0
J Z w
O Q d
Z )
w. V.
Y :2 y
O Q
Y
O Q�
JL� <
w Z
OV)Q
V)
W
O
Z
U
c
N
Q1 L
t a,
c >
Wa)0
U U V
O
w- Z
r
E E
t O
In O
L D L
O +
m
3
A
�x
`v
D
Q)
L
v
a,
E
L
O
v-
a,
v
v
a)
C
O
>
O
u
T
v_
W
c ut V) J
O L
p 0 Q
0
E W 1--
'n Z :3.1
LJ
"1 n o J W
a W J
XVW ,b „6 D
V 3: _
LLJ 1 Q!
Q i
U
m
LL-
LLJ
ZI �
N O Q
+ N D
C _ N
y L L
U O
+O ? E
v L
L U O
Q. + °D w d
'4tt
M
O CG
Qz oW
Lu
p 0 o Oa,
NIW W c '
Z I lJ
J - .r
c_, 0 O
Q
9
11IW NIW CL
_ Z /i9 ..Z /i6 Ld
z O z
N J
O
f = {3
N Z N
7 = _
I 1 Q
N
U L
v a,
tD O
+ O U
v+ Z
V1 O Z
ZI LO D=
4)-
�r. N L
m
. ++
(D 3
� v
/AV 0- r —
\T\1 t~
Q) 4/
U U
c c
pd Ott
N L > N L }
(U _O
u
N
0,4
T
d'
y
W
J +
0+-
V'r a)
E n -
- c a,
•- a) L
4i U
+ O E
x V O
N U
O x —
v v
L.
r
a E
Q E
O N ^
n -
L
O L n
t a•)
l L a) 0
O +a,
O 7Dt
C O
L
-vo
- JL O
OWr
0 V) L
v 2
L O n
v •- to
O E W
C > a
n - m
O Oa
O•-
L
C
N L L
inn
D+ C -
E
acti -
- 4- O
-0 3
N -
O T
D U c
L c C L
NO
u)OO
- t E
E
-
+
L v M L
Ot n •- O
C 0 < .-
N O
O U J
- 0'F
E O • V
W a 0
tY a)
CIE d
TN L
L L C
a)t n C
+- N O
O O O Q
V)+
L a) a) 3
O O +
n v V
t
L - N
v -
J L O O-
C O C
O 0 L O
d- t 0
i L t d
r
O
Z -
N
N
Q1 L
t a,
c >
Wa)0
U U V
O
w- Z
r
E E
t O
In O
L D L
O +
m
3
A
�x
`v
D
Q)
L
v
a,
E
L
O
v-
a,
v
v
a)
C
O
>
O
u
T
v_
W
c ut V) J
O L
p 0 Q
0
E W 1--
'n Z :3.1
LJ
"1 n o J W
a W J
XVW ,b „6 D
V 3: _
LLJ 1 Q!
Q i
U
m
LL-
LLJ
ZI �
N O Q
+ N D
C _ N
y L L
U O
+O ? E
v L
L U O
Q. + °D w d
'4tt
M
O CG
Qz oW
Lu
p 0 o Oa,
NIW W c '
Z I lJ
J - .r
c_, 0 O
Q
9
11IW NIW CL
_ Z /i9 ..Z /i6 Ld
z O z
N J
O
f = {3
N Z N
7 = _
I 1 Q
N
U L
v a,
tD O
+ O U
v+ Z
V1 O Z
ZI LO D=
4)-
�r. N L
m
. ++
(D 3
� v
/AV 0- r —
\T\1 t~
Q) 4/
U U
c c
pd Ott
N L > N L }
(U _O
u
N
0,4
W
V L
O N
a 1
V
C )
o' I
`c )
Ic� �
w`
EI ^�
L f �
OI
O
cc
r
v!
^ of
ID
E c0i
t O
04-Z
+ - m
�n O <
o J
CIO N
L
8 v wL
in A +t d
-< u 3 O
r 9I
O
CL
O
Q
LJ N z
C Q'
v a tf)
N L Y
O F-
a)
V
00
Q
Z
d'
N I
W
C)
Q
4i U
o
L.
O
a)
L)
W
V L
O N
a 1
V
C )
o' I
`c )
Ic� �
w`
EI ^�
L f �
OI
O
cc
r
v!
^ of
ID
E c0i
t O
04-Z
+ - m
�n O <
o J
CIO N
L
8 v wL
in A +t d
-< u 3 O
r 9I
O
CL
O
Q
LJ N z
C Q'
v a tf)
N L Y
O F-
a)
V
00
Q
e\ + e
12 A"
14"
2"
t„
1 4 " —
11"
12 Ya"
14"
2' -0"
1' -0 ",' s,?"
id,Tyi!'.
FIBER JOINT
PACKING
RECESSED
LIFT POCKET
%" — 11 N.C. SOCKET HD
SCREW 1 Y4" LONG
(BRONZE OR S.S.)
Xz" x 2" RAISED PADS
I
3" 2"
8"
CONCRETE
CLASS 3000
=RIAL AS SPECIFIED
NGINEER
NOTE:
1. THIS CLEANOUT IS ONLY TO BE USED
AT THE PERMISSION OF THE CITY OF
RENTON ENGINEER.
2. THIS CLEANOUT IS ONLY TO BE USED FOR
"DRY" SEWER LINES THAT MAY BE
EXTENDED IN THE FUTURE. ITS PURPOSE
IS TO ALLOW THE ENGINEER TO DETERMINE
THE INVERT ELEVATION OF THE PIPE FOR
FUTURE DESIGNS. ALL "LIVE" LINES SHALL
USE STANDARD DETAIL BW186, SP PAGE 8076.
3. IN UNIMPROVED AREAS POUR 1' -0" THICK
2' -0" SQUARE CONCRETE, CLASS 3000,
PAD AROUND RING AND COVER. IN
ASPHALT ROADWAYS, RESTORE AROUND
CLEANOUT RING AND COVER AS
REQUIRED BY STANDARD DETAIL DRAWING
BR36, SP PAGE 8001.
PLUG TO BE SEALED
IN SAME MANNER AS
MAIN SEWER JOINTS.
8 INCH CLEAN —OUT
FOR "DRY" SEWER MAIN
�� Y 0 ADOPTED
U A CITY OF RENTON
1+ 4
"`� � STANDARD PLANS
�F N T O� LST DATE: 1 /02
DWG. NAME: BW18D SP PAGE: B076.1
1
1
i
1
1
1
1
A
A
1
1
A
i
1
i
WI
CLI
a
I
\\
of 0
1
\�N
{-b Z
X H Z
W—
= K Y
UU
Z O
�?OJ
-um
�
N A
Z O
O
m
O
W A
1- Z
U Q
U
W LLJ ¢
W JA
J
U J
p W
z
¢
YD
F w U N
W
A¢ Gl
Z•-JWJ
SN
~
d
W
d ~ N
d N ^
m 00 w
J S
A
Z
Li J= O�M-
^
W z p
F
Q , O
YQZ
S W a O
S N N
w A
r- =q
LLJ
~WO
=^
z
OJ
�N
>Z 3(L
F^W
X30
LLJ of w a:
LLJ Z �-
qJ'
v Q
Nw W3 F--
= Q N
W
w
A~ W w 0 w
Q
LJ
of
0
�SNQF
3- oe 3
0
z
N I I
I
NZ0 LJ
q3N
�W
l7I I
pZ�OA
v«.AxZ
Www
>Nq
G[1
Ap
xC:j
U
¢W
�J III
�.
O °-Z X
iva3¢w
Q-
zW
Q W
Z
m J
Z<
w
Z
W O
N jo
W Z
0- N
Z
J
I
3 N
r Q
}
H
w U
Q S
J
d
UJ
= W
J Z
U
CL
°AO
W3
�I
N N U
L, N
CL
o
I
WW
Z o=
0
>a
3NI-1 AIN3dOdd
0
w
W
t.w
X W R;
1
<„
¢d_a
W
zwz
(L
I
w Z
Z°w
pJ
q
- W
W
w
1
° >
J
° ~
3
P4
JNF-
W
N
q
A Z
J¢ U
Q U D
LJ
Li
N Q
, Q A
Z
O O Q
.(D t� O
A
J
1
I0 w
3
S W
\
m
f- N
I
3 w
� D
A
W
� N
I
J
WI
CLI
a
I
\\
of 0
1
\�N
{-b Z
X H Z
W—
= K Y
UU
Z O
�?OJ
-um
0 W 41
Z
Q jJ aQ
~ r 0-
N N
Z W '
CL
cr 00 zo e o
W Of Z a N
W
3: ()- A a-
W
In O E-• r.. ° F
W a A
O
O Z At a
N < <
cr a: in cr
Q N * Q
N Z
3
0
Z
O
W
J
w
w
3
W
Cl)
W
A
z
¢ Q
S u
a
W
3 ~
W
0
W
W
~ W
J N
J Z Z N
o < W
W E p >
Of Z O
N
W Y Z
:n 3 Uo Q
W
N JA
W ¢
W W
W W
u
U
Z
O
v
Z
E
.o
Z
O
a
W
J
W
r
Q'
W
CL
0
F
Q
W Q'
>O W
U 0
J
S
D
�w
z>
�_
QU
W S
>3
= Z
0
J H
J ¢
Q >
W
J
W
W
3w
wN
N �
O
W =
A �
f/1 �
W
z3
Q0
J J
a
W
Z H
O
Z Z
3=
O
S
N �
W
N 0 Dr
3J
m
W Lo
S �
H �
0
VI
V1 0
W W
l J J Z Z
� � J
Z
Z O
O
m
O
Z
O
W
J
w
w
3
W
Cl)
W
A
z
¢ Q
S u
a
W
3 ~
W
0
W
W
~ W
J N
J Z Z N
o < W
W E p >
Of Z O
N
W Y Z
:n 3 Uo Q
W
N JA
W ¢
W W
W W
u
U
Z
O
v
Z
E
.o
Z
O
a
W
J
W
r
Q'
W
CL
0
F
Q
W Q'
>O W
U 0
J
S
D
�w
z>
�_
QU
W S
>3
= Z
0
J H
J ¢
Q >
W
J
W
W
3w
wN
N �
O
W =
A �
f/1 �
W
z3
Q0
J J
a
W
Z H
O
Z Z
3=
O
S
N �
W
N 0 Dr
3J
m
W Lo
S �
H �
0
VI
V1 0
W W
l J J Z Z
� � J
Z
w
=
0000 --00 0 0
F- 1n O u) O u) O 1n O 0
Z
J
3dld 2i313WV10 NI ll
O O n N uJ O M )n n O
0 n n m m rn rn rn rn rn N
O O n M r, d n 0) N
u) n n m m O) p 01 01 O
a
O m m d m M )O m p N d
0 u n m m o IT rn N o ON
orna)D ^u)moNdm
u) M n m 0 0 0 0 0 0
N N N
w
O_ O m d n M n O N )n t0 m (n
O^ u) m O rn 0 0 0 0 0 0
d 11) ^ '- N N N C'4
N Z
U
o rn d m n rn 0 rn O w
W 1n 01 M tD O 0) 0 0 0 0 0 0 V)
N ^ N N N N N
W
O O O 7 0 1n " )n W O^ M
0n ^ u)m000
Z
C-4
^ N N N N N
0 0 'n O u7 O 01 M d )n
u) Q1 M c0 O O N ^
^ N N N N N
00LnOln0 _nn_mo
O d n^ d m N N N N N
O O 1n O 1n `" uJ O ^ cV N
1n N M 0) N O Q N N N N
N N N N
0 0 1n C) 'o n
M n O n N N N N
F-
w
:5000000000
0
f- 1f) O o O 1n O u) O )n
uj
J 3dld LI313WV10 'NI 8
00 1n 0)mNMN0 r-
0 n N M n 0) N M d d
)n -- N N N N M M M M M
0 O n 7 10 d m 0) m cD N
1n n N m Co 0 N M d )n
d^ N N N 10 "� M M M In
O m m M N tD l0 M N m
o n M m p fV M d u) u)
d �- N N N M M M M M M
0mn DNOM't
u)MMnONMd u))nm
N M M M M M M M
w
0_ O m M t0
n- N M Q N N O
r N (V )D ^ (n
M M M M M M Z
O
U
F O m M m M O N� m d T W
W u) Q) N 0) N d 1n to n n V)
N N N M M M M M M M
<_ W
O o m M N m N M m M r,
O n O M In tD n n m m
Z N N M M M M M M In M
t0 O m M n N m m M m N M
u') u') m 0 1n 1D n m m rn m
^ M M M M 1M M M M
o O M n 1M 0 1n 0) N d
O d t0 m n m m O 0) O O
^ N M M M M M d d
O O d o N '0 m^ M d
In 04 .- d w 0 0 0 0
N M d d d d d
ooan n )n tooLoLnu)
N V N N N N N N
-IN M d d d d m
H
w
=
0000000000
V- 1n 0 1n O Ln O u) O 0
0 N N M M d d
Z
w
J
3dld d313WVld 'NI St
o O n w m O 1N n M N V7 W
m 01 m N N M
o N N N N O
00 co �OmNO t co st
at �- ^ N N N N N N N N
O m O M d N m M n d
Od 0) T41 N ONr)C,M ^^ N N N N N N
W
a 0 n O
a N N M d d Wd W p
M '' ^ N N N N N N
N Z
Q' u
U
H O ^ N n N N cd 0 m d N N W
V7 Ln
N N N N n
W )n 0) t2 O N M N
N (n
w
O O O d m M J:W n d o Q)
. O n M m M d m N N N )-
Z N ^ N N N N N N N
m 0 01 d 0) d W M n O M d
u") )n ^ w N d U7 Ln )D m uJ
- N N N N N N N
0 0 1n01nn vn0
oarn n0tnW otocon
^ N N N N N N N
001nou)0 Mau)
1n N n M m d n n n n n
^ N N N N N N
O O O O u) O u) M M M M
u') ^ UJ N n m m m m
^ N N N N N N
H
W
= 0 0 0 0 0 0 0 0 0 0
�- )n O if1 O )n O u) O u7
M M d d
Z
w
J 3dld 8313M10 'NI Ol
0
.. m
w
(Y. W
� 0
U) Q
V) a_
W in 0-
a z
�+ p 2 m
O F
W � FW-�
..a w ao oA
QCn
q i: a F
F' X Fin ^
O <6 vO
E- G. Q'
Cl) m
W
F, w
Z
Q �
4u 0
L
Q d W
d Z_ CO
(n
u) O 0 3:
a:QLo 0
O Q
-t 0
W
J
O
N U- Q
W Jp.XF-
a m 0 a W
d: Q S
�' O I-
W Cn _
�Lj
Q�Z F-O
W WO ~ n C,
N W Q li
N W
� O
O
cn Z p 0
� Of �)nW
aN�W (n
LLJ W _j W Ln
U 0 N W
0 C)
Q� J J(n 0�
0_ (n Q Q H F-
O p
p m
m Q
Q1 I
)n M
M O
O) u
u) a
at
O n
n 0
01 ^
I'l, l
lo )
d 0
0 c
co w
w n
n n
n
)n ^
^^ N
N N
N N
N N
N N
N N
N N
N N
N
0 0
0 N
O N
N m
m O
O 0
0) n
n d
d T
T M
M
.) n
n O
N N
N M
M 0
0 M
M m
m n
n n
n W
W
d^ N
N N
N N
N N
N N
N N
N N
N N
N
0 m
m d
d n
n M
M )
)n d
d N
N m
m M
M m
m
on O
O N
N d
d 0
0 W
W n
n n
n m
m W
W
^ N
N N
N N
N N
N N
N N
N N
N N
N N
N
O O
O) W
W N
N W
W O
O n
n M
M C
CO N
N
)n M
M O
O M
M d
d N
N n
n n
n 0
00 W
W 0
0)
M^ N
N N
N N
N N
N N
N N
N N
N N
N
w
m W
W o
o n
n t
tD M
M a
at d
d m
m 0
a o
o ^
^ Q
Q M
M )
)n t
to n
n m
m m
m 0
0) 0
0
� o
o
H O
O 0
0) m
m w
w M
M u
u) M
M O
O )
)n O
O M
U
w n
n 0
0 n
n d
d U
U) n
n m
m 0
0) 0
0) O
O O
O n
N ^
^ N
N N
N N
N N
N N
N N
N M
M M
M
a w
w
O
0a) m
m m
m N
N M
M m
m N
N (
(0 m
m
on u
u)Mn C
Co 0
0ia)0001
Z N
N ^
^ N
N N
N N
N N
N N
N M
M M
M M
M
O o
o 0
0) O
O m
m M
M d
d c
co O
O M
M u
u7
1n 1
1n l
l N
N m
m N o
oN f M
M O
O M M
M M
M M
M
O O
O m
m m
m n
n -
-D N
N t
tD 0
01 N
N M
M
O d
d^ 0
0) N
N M
M M
M M
M M
M M
M M
M
O O
O m
m m
m n
n u
N N
u) n
n 0
0) O
O
M
U') N
N 0
0) n
n 4
40 N
M M
N N
N N
N 1
1" ) M
M
N M
M M
M M
M M
M M
O O
O O
O m
m m
m n
n 0
0 0
0 0
0 0
0 0
0
N M
Y N
M
M M
M M
M M
M
0000 --00 0 0
F- 1n O u) O u) O 1n O 0
Z
J
3dld 2i313WV10 NI ll
O O n N uJ O M )n n O
0 n n m m rn rn rn rn rn N
O O n M r, d n 0) N
u) n n m m O) p 01 01 O
a
O m m d m M )O m p N d
0 u n m m o IT rn N o ON
orna)D ^u)moNdm
u) M n m 0 0 0 0 0 0
N N N
w
O_ O m d n M n O N )n t0 m (n
O^ u) m O rn 0 0 0 0 0 0
d 11) ^ '- N N N C'4
N Z
U
o rn d m n rn 0 rn O w
W 1n 01 M tD O 0) 0 0 0 0 0 0 V)
N ^ N N N N N
W
O O O 7 0 1n " )n W O^ M
0n ^ u)m000
Z
C-4
^ N N N N N
0 0 'n O u7 O 01 M d )n
u) Q1 M c0 O O N ^
^ N N N N N
00LnOln0 _nn_mo
O d n^ d m N N N N N
O O 1n O 1n `" uJ O ^ cV N
1n N M 0) N O Q N N N N
N N N N
0 0 1n C) 'o n
M n O n N N N N
F-
w
:5000000000
0
f- 1f) O o O 1n O u) O )n
uj
J 3dld LI313WV10 'NI 8
00 1n 0)mNMN0 r-
0 n N M n 0) N M d d
)n -- N N N N M M M M M
0 O n 7 10 d m 0) m cD N
1n n N m Co 0 N M d )n
d^ N N N 10 "� M M M In
O m m M N tD l0 M N m
o n M m p fV M d u) u)
d �- N N N M M M M M M
0mn DNOM't
u)MMnONMd u))nm
N M M M M M M M
w
0_ O m M t0
n- N M Q N N O
r N (V )D ^ (n
M M M M M M Z
O
U
F O m M m M O N� m d T W
W u) Q) N 0) N d 1n to n n V)
N N N M M M M M M M
<_ W
O o m M N m N M m M r,
O n O M In tD n n m m
Z N N M M M M M M In M
t0 O m M n N m m M m N M
u') u') m 0 1n 1D n m m rn m
^ M M M M 1M M M M
o O M n 1M 0 1n 0) N d
O d t0 m n m m O 0) O O
^ N M M M M M d d
O O d o N '0 m^ M d
In 04 .- d w 0 0 0 0
N M d d d d d
ooan n )n tooLoLnu)
N V N N N N N N
-IN M d d d d m
H
w
=
0000000000
V- 1n 0 1n O Ln O u) O 0
0 N N M M d d
Z
w
J
3dld d313WVld 'NI St
o O n w m O 1N n M N V7 W
m 01 m N N M
o N N N N O
00 co �OmNO t co st
at �- ^ N N N N N N N N
O m O M d N m M n d
Od 0) T41 N ONr)C,M ^^ N N N N N N
W
a 0 n O
a N N M d d Wd W p
M '' ^ N N N N N N
N Z
Q' u
U
H O ^ N n N N cd 0 m d N N W
V7 Ln
N N N N n
W )n 0) t2 O N M N
N (n
w
O O O d m M J:W n d o Q)
. O n M m M d m N N N )-
Z N ^ N N N N N N N
m 0 01 d 0) d W M n O M d
u") )n ^ w N d U7 Ln )D m uJ
- N N N N N N N
0 0 1n01nn vn0
oarn n0tnW otocon
^ N N N N N N N
001nou)0 Mau)
1n N n M m d n n n n n
^ N N N N N N
O O O O u) O u) M M M M
u') ^ UJ N n m m m m
^ N N N N N N
H
W
= 0 0 0 0 0 0 0 0 0 0
�- )n O if1 O )n O u) O u7
M M d d
Z
w
J 3dld 8313M10 'NI Ol
0
.. m
w
(Y. W
� 0
U) Q
V) a_
W in 0-
a z
�+ p 2 m
O F
W � FW-�
..a w ao oA
QCn
q i: a F
F' X Fin ^
O <6 vO
E- G. Q'
Cl) m
W
F, w
Z
Q �
4u 0
L
Q d W
d Z_ CO
(n
u) O 0 3:
a:QLo 0
O Q
-t 0
W
J
O
N U- Q
W Jp.XF-
a m 0 a W
d: Q S
�' O I-
W Cn _
�Lj
Q�Z F-O
W WO ~ n C,
N W Q li
N W
� O
O
cn Z p 0
� Of �)nW
aN�W (n
LLJ W _j W Ln
U 0 N W
0 C)
Q� J J(n 0�
0_ (n Q Q H F-
F-
w
:5000000000
0
f- 1f) O o O 1n O u) O )n
uj
J 3dld LI313WV10 'NI 8
00 1n 0)mNMN0 r-
0 n N M n 0) N M d d
)n -- N N N N M M M M M
0 O n 7 10 d m 0) m cD N
1n n N m Co 0 N M d )n
d^ N N N 10 "� M M M In
O m m M N tD l0 M N m
o n M m p fV M d u) u)
d �- N N N M M M M M M
0mn DNOM't
u)MMnONMd u))nm
N M M M M M M M
w
0_ O m M t0
n- N M Q N N O
r N (V )D ^ (n
M M M M M M Z
O
U
F O m M m M O N� m d T W
W u) Q) N 0) N d 1n to n n V)
N N N M M M M M M M
<_ W
O o m M N m N M m M r,
O n O M In tD n n m m
Z N N M M M M M M In M
t0 O m M n N m m M m N M
u') u') m 0 1n 1D n m m rn m
^ M M M M 1M M M M
o O M n 1M 0 1n 0) N d
O d t0 m n m m O 0) O O
^ N M M M M M d d
O O d o N '0 m^ M d
In 04 .- d w 0 0 0 0
N M d d d d d
ooan n )n tooLoLnu)
N V N N N N N N
-IN M d d d d m
H
w
=
0000000000
V- 1n 0 1n O Ln O u) O 0
0 N N M M d d
Z
w
J
3dld d313WVld 'NI St
o O n w m O 1N n M N V7 W
m 01 m N N M
o N N N N O
00 co �OmNO t co st
at �- ^ N N N N N N N N
O m O M d N m M n d
Od 0) T41 N ONr)C,M ^^ N N N N N N
W
a 0 n O
a N N M d d Wd W p
M '' ^ N N N N N N
N Z
Q' u
U
H O ^ N n N N cd 0 m d N N W
V7 Ln
N N N N n
W )n 0) t2 O N M N
N (n
w
O O O d m M J:W n d o Q)
. O n M m M d m N N N )-
Z N ^ N N N N N N N
m 0 01 d 0) d W M n O M d
u") )n ^ w N d U7 Ln )D m uJ
- N N N N N N N
0 0 1n01nn vn0
oarn n0tnW otocon
^ N N N N N N N
001nou)0 Mau)
1n N n M m d n n n n n
^ N N N N N N
O O O O u) O u) M M M M
u') ^ UJ N n m m m m
^ N N N N N N
H
W
= 0 0 0 0 0 0 0 0 0 0
�- )n O if1 O )n O u) O u7
M M d d
Z
w
J 3dld 8313M10 'NI Ol
0
.. m
w
(Y. W
� 0
U) Q
V) a_
W in 0-
a z
�+ p 2 m
O F
W � FW-�
..a w ao oA
QCn
q i: a F
F' X Fin ^
O <6 vO
E- G. Q'
Cl) m
W
F, w
Z
Q �
4u 0
L
Q d W
d Z_ CO
(n
u) O 0 3:
a:QLo 0
O Q
-t 0
W
J
O
N U- Q
W Jp.XF-
a m 0 a W
d: Q S
�' O I-
W Cn _
�Lj
Q�Z F-O
W WO ~ n C,
N W Q li
N W
� O
O
cn Z p 0
� Of �)nW
aN�W (n
LLJ W _j W Ln
U 0 N W
0 C)
Q� J J(n 0�
0_ (n Q Q H F-
0000000000
V- 1n 0 1n O Ln O u) O 0
0 N N M M d d
Z
w
J
3dld d313WVld 'NI St
o O n w m O 1N n M N V7 W
m 01 m N N M
o N N N N O
00 co �OmNO t co st
at �- ^ N N N N N N N N
O m O M d N m M n d
Od 0) T41 N ONr)C,M ^^ N N N N N N
W
a 0 n O
a N N M d d Wd W p
M '' ^ N N N N N N
N Z
Q' u
U
H O ^ N n N N cd 0 m d N N W
V7 Ln
N N N N n
W )n 0) t2 O N M N
N (n
w
O O O d m M J:W n d o Q)
. O n M m M d m N N N )-
Z N ^ N N N N N N N
m 0 01 d 0) d W M n O M d
u") )n ^ w N d U7 Ln )D m uJ
- N N N N N N N
0 0 1n01nn vn0
oarn n0tnW otocon
^ N N N N N N N
001nou)0 Mau)
1n N n M m d n n n n n
^ N N N N N N
O O O O u) O u) M M M M
u') ^ UJ N n m m m m
^ N N N N N N
H
W
= 0 0 0 0 0 0 0 0 0 0
�- )n O if1 O )n O u) O u7
M M d d
Z
w
J 3dld 8313M10 'NI Ol
0
.. m
w
(Y. W
� 0
U) Q
V) a_
W in 0-
a z
�+ p 2 m
O F
W � FW-�
..a w ao oA
QCn
q i: a F
F' X Fin ^
O <6 vO
E- G. Q'
Cl) m
W
F, w
Z
Q �
4u 0
L
Q d W
d Z_ CO
(n
u) O 0 3:
a:QLo 0
O Q
-t 0
W
J
O
N U- Q
W Jp.XF-
a m 0 a W
d: Q S
�' O I-
W Cn _
�Lj
Q�Z F-O
W WO ~ n C,
N W Q li
N W
� O
O
cn Z p 0
� Of �)nW
aN�W (n
LLJ W _j W Ln
U 0 N W
0 C)
Q� J J(n 0�
0_ (n Q Q H F-
H
W
= 0 0 0 0 0 0 0 0 0 0
�- )n O if1 O )n O u) O u7
M M d d
Z
w
J 3dld 8313M10 'NI Ol
0
.. m
w
(Y. W
� 0
U) Q
V) a_
W in 0-
a z
�+ p 2 m
O F
W � FW-�
..a w ao oA
QCn
q i: a F
F' X Fin ^
O <6 vO
E- G. Q'
Cl) m
W
F, w
Z
Q �
4u 0
L
Q d W
d Z_ CO
(n
u) O 0 3:
a:QLo 0
O Q
-t 0
W
J
O
N U- Q
W Jp.XF-
a m 0 a W
d: Q S
�' O I-
W Cn _
�Lj
Q�Z F-O
W WO ~ n C,
N W Q li
N W
� O
O
cn Z p 0
� Of �)nW
aN�W (n
LLJ W _j W Ln
U 0 N W
0 C)
Q� J J(n 0�
0_ (n Q Q H F-
F' X Fin ^
O <6 vO
E- G. Q'
Cl) m
W
F, w
Z
Q �
4u 0
L
Q d W
d Z_ CO
(n
u) O 0 3:
a:QLo 0
O Q
-t 0
W
J
O
N U- Q
W Jp.XF-
a m 0 a W
d: Q S
�' O I-
W Cn _
�Lj
Q�Z F-O
W WO ~ n C,
N W Q li
N W
� O
O
cn Z p 0
� Of �)nW
aN�W (n
LLJ W _j W Ln
U 0 N W
0 C)
Q� J J(n 0�
0_ (n Q Q H F-
a_ w
L%
v o
" - n
^ o
c ° e 1 200
n
°°g c H n � u SIN coo °
ri n 1 a v_
°o
c o o ' ri
O w° O
O
1 v=v0
m
o
O 'Y
5
� ... - "
cU
s `n C
o
E_ o c
�« c _
r °oo " °w oc o
-' ° a F n c '
o o S U <
E
oo - E c 1
=55 E n} n ry E o
—
L��eauu °
Ic
=� bP E ` 'n ox v
coU _ GE°
c PE C .° Ed O
voO�. o °; E" ?cne rvi
O Yuckt 1. _ K
9as�zo x; E3a €E °u
N ;
a SaEoo� X`; aQ °6oe_ -E_ PE
z 'ado °o -oo� D..m °Eimu�
o
1. o " =a "ong s u -`= B�Roaa�os�
=l E1 A
u
< m
3
od.
• I
LL)
0
LL
� m
Q
-$
6a
rvm
Z
o
°ov m
ry
w
O
N
CD
\
n�
`m
OO
-O
O
o°
0o
p
Z
"jfl.- NI')mmmnO�mtm'1
N
W
_n=
o �
N
m
O
pO OOOOO� m
tv-Im�VioprNrnmin
Dew
..n 'O rvnYYrpi�rn`ry
��
"o.
o`
Ln
an:�mr�oe
v
.
a_ w
L%
v o
" - n
^ o
c ° e 1 200
n
°°g c H n � u SIN coo °
ri n 1 a v_
°o
c o o ' ri
O w° O
O
1 v=v0
m
o
O 'Y
5
� ... - "
cU
s `n C
o
E_ o c
�« c _
r °oo " °w oc o
-' ° a F n c '
o o S U <
E
oo - E c 1
=55 E n} n ry E o
—
L��eauu °
Ic
=� bP E ` 'n ox v
coU _ GE°
c PE C .° Ed O
voO�. o °; E" ?cne rvi
O Yuckt 1. _ K
9as�zo x; E3a €E °u
N ;
a SaEoo� X`; aQ °6oe_ -E_ PE
z 'ado °o -oo� D..m °Eimu�
o
1. o " =a "ong s u -`= B�Roaa�os�
=l E1 A
u
< m
3
od.
• I
LL)
0
LL
U
z
U
O
m
V)
o .
zn
mr
JU
¢Z
U z
� J
�+ a
x°
�m
ZO
oz
U ¢
K N
U ¢
1i 3
a
w ¢
F
Ow
Z In
W
Q
W
U
O
W,
In
C7
N_ o
F
� Q �
O W c
Z E-- c,
o
U q
O d U
W
E-
W
z r(
� m
.Qin^riiuoi oio rim cmvi
-$
6a
rvm
�0 0oopo
�<°vmnNOUmnn ~O
RYnmY ai rirn
m�°�°`In
o
°ov m
ry
m�ririm "In
�000��
n
n�
`m
�°°�Rm♦a$go�
�8c�mRTj - -rv8n 78i �8 Y8m --
-O
o°
0o
p
Om
"jfl.- NI')mmmnO�mtm'1
u
_n=
o �
°
O
pO OOOOO� m
tv-Im�VioprNrnmin
Dew
..n 'O rvnYYrpi�rn`ry
��
"o.
o`
8888 ^8888888
nnnnrvrvrvwrvrvlvrvry
an:�mr�oe
U
z
U
O
m
V)
o .
zn
mr
JU
¢Z
U z
� J
�+ a
x°
�m
ZO
oz
U ¢
K N
U ¢
1i 3
a
w ¢
F
Ow
Z In
W
Q
W
U
O
W,
In
C7
N_ o
F
� Q �
O W c
Z E-- c,
o
U q
O d U
W
E-
W
z r(
o
c �
a � O
o
0
o rn
�O -.So
ono
0 4 v
o
E c n La
O t PuF
c E c Eo
O 1 _ 10ut
pOO 88 °o8
-$
6a
00000
r.iYd
0
=y
o
°ov m
DEo
PO N
SI N
-O
o°
0o
V
FF-
nb_
m
u
_n=
o �
P'
o
Dew
�n
Eo
O-
"
eru
YY
ah�o
-
�U
_
oo°c°o
O
YV Oy1
u" _
0Y=
o.
E�
<U00000
P
o
c �
a � O
o
0
o rn
�O -.So
ono
0 4 v
o
E c n La
O t PuF
c E c Eo
O 1 _ 10ut
vl3ry
SI N
1
`O
it
J
O
O
�n
Eo
P
0
E
o
v 13
a
o
E
>°
u
c
o
v
�
m
111 Y
= U
L E C'
m
1
F o
0
t
U
0
o
�
E
o
E
�
0
o
c �
a � O
o
0
o rn
�O -.So
ono
0 4 v
o
E c n La
O t PuF
c E c Eo
O 1 _ 10ut
0
°oc
� n
o °
u.
L N
d
v
L
o m
N O
Ot
� O
d L
•- D
� O
WL
w-
V� 3
O
Z -
m
sa4ou]
w
>
/
zo
a C
LL
U I
� W
m
y w
41 Boa DaC mislpu[7
co
a7
'
Z F- C d N
/
v
spot' ;o 4 +dap
I
i
Z
spoa }O y+dap
u
m
Z
I
•Q-
You
I
D c
Q
c
o
J r
v v
D
m
v u
v
ul
o J
L c �
v
W
a �
-
y
W
d
D
Q
v
i
�
c
I
r
s
x a
sa4ou]
w
>
z
zo
a C
LL
U I
� W
m
y w
LL. Q
\
co
S .
0 ►» �!
Z F- C d N
• �
v
spot' ;o 4 +dap
YWE
m
Q >�
spoa }O y+dap
a
sa4JUl
I m
> y
sa4ou]
N
Ir
/
41�oa Damnislpuo
Z
W
aia JOUO] u!
co
/
Q
v
spot' ;o 4 +dap
/
v v
Z F
spoa }O y+dap
sa4JUl
X LJ
m 8
U >
w
C
J
o sPO8 atl
�
° v
m
d
d
_
;o a +aworo
-
y
W
d
v
i
laa}
c
}O �a+awo!p
^
vm
v' aQ ^J }O ap i s
O
s
�n
}o +aaj olan:)
H
o
m
}o jaGwnN
e
r
J1
°>
6.!10019 a ;al -uoo
v,
oN
m\
}o +aa3 .! n:)
uaOwnN
m saau6ap
,^
,O
puag �DJll�a�
0
n�
saaj6ap
1>d
O
O
O
G
O
O
aJnssa�d
o
Isd
az s ad.d
0
O
O
O
O
O
I m
> y
sa4ou1
N
Ir
/
41�oa Damnislpuo
Z
W
co
/
Q
v
U
/
v v
Z F
spoa }O y+dap
X LJ
m 8
U >
w
C
J
I
�
° v
m
V
Q N
PoN
-
y
W
d
c
}O �a+awo!p
0'
3
cr._
O
s
V
sa4ou1
a +al0uo] u!
spoa }O y+dap
sayJUl
PoN
c
}O �a+awo!p
�
e
r
J1
°>
6.!10019 a ;al -uoo
m\
}o +aa3 .! n:)
uaOwnN
;O
n�
saaj6ap
o
Isd
o
0
O
O
O
O
O
--ald ;sal
Bayou l- —a awo l a
az.S ad.d
-
!n
O
m O
C
C
d
L
T
D �
� V
V C
V O
] ] C
m >
a i
O >�
T
C y O D
O N V S
010 C
V O D ui
h N C
° u v
d ^NVJO>
N Q o
L J � p
p Y C O N
U N
0. ._
O-
C L O O O 6
a o c
E E oD m
Lv nE.
] O
O N
2-33-5
]
3 nO °
V
° ` 2- C
ON
V J
2cm�
° c ° O c
. °_< Ea- J
n
N
v
v
V O'
0
3 ` 0
vv
o c
L �
N y
N
N � .
vatc
N
c V O
DOE
O
v�
�4�
c C U
0 o-
2 2 V"
o o
�a
O O �
nn°
u-)N �
Q Q �
-ry c
CNN O
O
V
n -
cn
ONO V
Cl ] d N
VN°V)
N V)
°O - °a
O O N
3 3 °
O o d
- m O
L L L N
ca cc
dN vN
N N
_ Tvl.�VI
= <T Q
C
O
6
a
C U
L
U H V
O
v
°
E
y
N
o
u
N
c
v
cv°iE
oo
m
o
N
°-
`
N,0
x
O
T
N
N L
_
o
O
N p E
o
d D
v
C
O
v
O
y
v
O
� C
C
O
v
C
D
L C V
o
O
O+
V
-, N
\ N
o N
a;
U
c o o
I'E un° N
°c
p
\
a
vc
o
w
vE:.
--N
u� v n
c
cv
cg
u°
py
Dap
o
ano
ccL
V
o-
ov
o.c
In
.c
vid
vui°
u
d°'
d°
C
°
M
C
C C N
�
V
o O
C
°� ° d
O-:
L
VI p
YI °
L y
U
O
C
'M
c-
J
J
L°
o c
�OV)
O°
a
N C
° V°
V
E
vv
m o
-(Oa
>
ar f E
O V)
n
oo
v
J
C d
Jco
o
O`
3°
uo
do
o
o;a�
o
o;o
i
D
°]
o
v
V
E_
O
]
V
V> Q
D '�
_
n
Dp
CO L
L O
V n
> o V
✓O
L
L C
O V
D V
O
D
°
VOV CO_.�
--_v
v
U 0
�o
N T
�u
O L
_
C V V
°cv
] v Y
N
C L
=>
y 3
U...
°
CI
OO
V"•
'o rnv
o 0
V C._.
`VU
0
oNa
o�
V
xa
J c
CO'O
o °,ry
Q
v cc 0
v N
U
- O
o
N p
°
C
V...
C O
p
�'
O
N
O
W O
Q N
0 0
CO
N
cl `
o
w
� N
c
�2•
uv
ntON
N
N U
O U
L
p C c C
O°
°�
Tv
O D N
C a
...
O'-
C o
L_ V
.-o
C L -
J°
J
N O
N>
°
N�
.;E
Vvo
o
JN
' °w-
nom
co
ova
c.Q
°rn
cu
u` c
m
c v
nQ
nD
v
5
0 c .
'J
o v
>.
'o
-O
o-
¢O
cNV
cV°'
c°
;� -
;E
C V C
L O
N
V •-•
o f
UD N
c
I.-
T� O
C
TN
V
D
O
o :�
nO °
o
nL
-
_
c
V x_�
N
V N>
J D
�
V O
O O
O�
D
o
O
N o
0 V V
V p
O� N
V 3
FVV
cc
C = v°i
C
O
C U
L
U H V
c
C C W
O J O n
�
N
N
D
o E c- v)
� TJ o n
V
c
c Q E w N m
v
.O
\ N
-
N
I'E un° N
°c
p
\
n
L -
v
--N
u� v n
n
v
C v
V) O O .0
O
O
V
O
N U O D L C N C
O
.0 r'1
CD
1.0
ViO O
E r:
co
C
°
M
c o°
�
O.E 0 u
°
na
M
v
o2 'v vonn
ao
66
a
'M
c-
C- d E
vNi->o
v
o ^
�OV)
o
OC J_NE Vm
v o
p'
O
L�
°
-(Oa
>
ar f E
O V)
n
oo
v
J
C d
\.-
U,nN
o
O`
n` nc �ry Na
u I
o-
y
n
i\
V
x
L n n
°
D
�
~
n a
oL
o
Vio ° 0:2
o
wU
z
• c
o
V-
v
VOV CO_.�
V c\
w
y'�
">
3
V C n
N.n
N C N O V
Z
'o
O�
n
NON
-• V)
m
xa
V
voce^
h
o °,ry
Q
VnN
o E o n
J>
° v
y �p
v_
o°
c_
N y
V1; VIi ACV)
c°
NV)
I N
O C
NN
C �• F-
3]
ry Qr7a OV)0� --
=a
F- DUUV)
i-ULQ
1-- CE V)
L
cn
E--
0
m
J
La
C� N
z ZO Z
(T
d Q [Zi] n• <
z E- a F
Q 0 } Z o
0 [] F Fa F
W
04 + MO
lj +4L
v
�
N
D
c
n
N
M
N
.0
\
o
�
n
N
(O
O
Y
V
m
v)
n
n
n
N
ry
O
4
a
\
\
Ln
M
n
cc
N
h
I
iq
m
N
h
N
p
o
o
o
0
0
o
0
N
0
O
0
v
0
N
n
co
v7
J
N
W
o
to
Or
N
N
O)
co
O
r7
O
r,
`n
N
-
"1
ip
J)
o
N
o
a
o
d
N
")
LO
N
I)
C
O
U)
to
m
N
r N
o
o
o
o
o
o
o
o
N
o
0
in
o
o
o
o
o
o
o
o
o
o
i n
MJ
✓1
h
M
N
N
N
N
N
N
N
N
�'
r)
v
t0
07
O
N
v
i0
c0
O
.N
O
(O
Ul
rn
m
0
cc
w
c�
Q
a
n
U:
r
m
li
Q
z
L
3
C
e
0
Cl.
e
\
�
IT
\
0
LLJ
�
�
\
>
\
\/E
5§2t
*Roo
O
%f\
\\z\
\z %/
4
4
u
>
\
_
<
u
\
e
z\/
EE§
V) U)
<�g
C)=&
Lg�
w�\
\//
L- a = = = = = =za=g
D
/ 0
q}
>
k
}
<
0
\
@
M.
k �
x \
e m
q [
\ \ E z
3 �b
R
b > <o
0 o
w /
a n
>
\/
Cr $
/ E<
< EE
0 n}
bE M 0
om_ 07
2$ w
e
I 7» \/
� Ew
®5 >
E % <
\ } \>
< </ <w
_ mg M
LLJ 5
> \V) >z
of u-
< «.4<
> >o >�
Eo0
\77®
2:�§/
uEz-
\E\3
e
\M LLJ
ueuu
$� /3
\� /\
$
\//1
$F- \/7
«ƒf\UJ
@Iwo/
zxxU.
/\ \�\
/M9u�
X Of zw
u@oom
e
z
k
/
$
u
Of
<-
y
o
/
Rw
®3
m
k_®
\
//
w
M
&0
�¥_
$
\\%
ieE
o
@
«
F-
a /
7 00
\\
/
= 3
-
00
% 7
C4 C14
@ -
Of
LjF-<
>
�kf
<ȴ
-
>eW
\/E
5§2t
*Roo
O
%f\
\\z\
\z %/
4
4
u
>
\
_
<
u
\
e
z\/
EE§
V) U)
<�g
C)=&
Lg�
w�\
\//
L- a = = = = = =za=g
D
/ 0
q}
>
k
}
<
0
\
@
M.
k �
x \
e m
q [
\ \ E z
3 �b
R
b > <o
0 o
w /
a n
>
\/
Cr $
/ E<
< EE
0 n}
bE M 0
om_ 07
2$ w
e
I 7» \/
� Ew
®5 >
E % <
\ } \>
< </ <w
_ mg M
LLJ 5
> \V) >z
of u-
< «.4<
> >o >�
Eo0
\77®
2:�§/
uEz-
\E\3
e
\M LLJ
ueuu
$� /3
\� /\
$
\//1
$F- \/7
«ƒf\UJ
@Iwo/
zxxU.
/\ \�\
/M9u�
X Of zw
u@oom
0
v
00
O
p
N
O
=U
�_
O
m
0 C
z
X00-
W
Q
a
0
J
W
Z
0_
OQ
00
� O
=J
F- �
W
N
U
W
a t
�Q
O
J
Q
zw
Q
z za,
o
V)
W
Oa
QO
.`- AZ ao
000!
U <o
UQ
U ¢ EE-r.. aF
�W
M
>
>
0'
0
z ��
0: 0
w>
U O
> W a'O Qa
> a
Li
0].
Q� E'
dU tEi��
Oo
LJ
�F-
I
L, H
>
Of 0W
mC)
o
v
a cro
a �
- 4� +�
0w
D
O =U
0_0_
/p
z
WOQ
0
0
,- wo
"'�
LLJ F-
w
o w
ON
W
ut�AIA�r
0
�JO
J
W
apH
00
p
Vj Q J
D
0_
_ Z Z U
0 W
O
Q
F- p
Li
C7
W
0_
Y
_ gym~
0�
0_ W W
z
z_
U LE
Z (h
3:
W
O
Of
W 00
0_ 0) 7
cr
0 U00
U
~
Q
J
Q
N h-- W
>
m
Q F-
n
J
�
Q
1
m �
W
w
W
0!
W
Q
U
Q
0
0_
>
0
W
0
U
J
Q
D
X
ZO
z
Z
j
0
m
Q::
a_
O
Of
p
z
W
m
D
U J
>
w
F-
0_
�_
Z F-
d
J
W
L�
-:8
Q
Z
-�
oOO� °oo
-jO
<
-1Zpw
W
p
O o
8 0° e0
Q
C7 w
W U
J r+�
�--i _j V)
Q F- Q N
W
N
W
°ob(°
Cl-
W�
w -
~aZQ
N U
Q
0_
°° po0
�0_
Q
ZQOW
0
Q
0 Z
Z Ow
o o °
m
Q Q
J ~w IUU-I<l
>
J
Z
o oo
W
QZ
m Q 0=
LLJ
Q_
O
Q
0
� 00
00 00 °00
rn
OO
JzWZ
�ZZp
o
°o°
F-0_
QQ
Q
= Jj0
N
tV
z
�p
°o
°�°e0 0 �o
Z
(/7 J O Q
000 00°
o
mo z
�L`0 -0
_
p oo08
° o
000
pOa
0 � Q
U W 0
m
:2 H Z
J
° 0 e
Cf 0
(n 0_
O ui Q
U) J �
-
0
Q = Q Q
L`
~
0_ F-
Z
J = Z Z
W
OD
O�
N
O
�- w a
Z
o
v7
m
Q
z
m
J
n
iv
-
W Lei
ww
N m
W
z
d
(NZO-
Q =j Z=
0
OJT
rn
O
0
w
JL- ZQ
>
�(
U
w
p
W
ZO
Q
�OULLJ
2
O C.7
W
-F'
r-
W
N_
J
0
Ln0
F- H 0
gZ>- QW
W
m
D:ZO
Z
z
<(D
=
Q W
D O m w J
WW
~�
0_Z
UO LUF- Lj
N
N Q
Q
J Q
�
J W
> N N O z
J
0 _j LLi
—LJ
m
x
UJ
-
- Op
=
>of
Q
W QF--
0= W W
z(DLL.IZm
z�0_
ZV)
N J
N�
?�Z
0'0
C7Q
Q =Lu
aZ0
z
�1-SLi Q
QLjjO
x0
Or 0_
0-
=\
W
QQ OU
NZ
UD
0
F- r- O
o'
V)
Z
I
UQQ
iv�
1OA
<
XZ
Q�
ONp m0W
m� o)-
Q U
w�U Zz JU m Q
r
3� Q 0 O
O 2 U U w w r w W }°
ZU Won r> JW
wZ °mom
p0� OO�U7Q:jpwp
JQtO =U (n°ct 0�NW
a W >'waU) a
O�� Nw�Z w<)-L,
w 3 \aaQwaQ }-
W3 j mar O=awa°
00 NO°tn E paw
aJO aQ °N
rUN O_ M�Z3ax
I LI) 3v, \ZQC)0w
Wap o- aJ m
DSO' Up�f=.. Z0> -Up
ONZ Z,Q3 Qr4z
m U a =x °wwaL �
w Orr n
JCL o' wO3V OoLZw
=zD aooro3nU"
U 0i110 >zQa 0 -t LLI
ZLn - J Zra'N �-x,ZZ
awe atn =r Z ~�o<
(yO d w J r 0 d 3 p U 0
}:203=
S - v °Z
OS e Z r -:
W=
UO Q\r-�WOw \O zzw
a 0�z I QW I QQOOf
czc< "ZV) aaaL-
x
r
�z
Zp-
OV)
CY U W
> N X
W
a
0 w
Uar
w0::)
a z
o0
Q
O
r c° >^
Cep JO
ro
�Q
r r
>ow
a
= o m
H
rQ�w
3r O
w
LY
cn
Q
r
Z =
U7OQ
x ra
YJ
m O :c,'
am
> }zto
Q
r 3
Q
Fn w
I
>Z�m
�3
::)Z0
2003
LJr
>. .
w m °o
p -po
a�
a-
x
�_ O ZO
n 'n J
0:2 n
Q }--
WO
(n:
Z
j U r W
cD z
UJoo
ar=
Y
U
OQw
w ma
0: V)
OJ
L
,J
m
m Y
aJJW
w
!r J
I Q :D O_
D N J
� � Q
~
�a
3OX<
Z
3 mw
O
N
O Of
x to
O
�
V U
U
Q O
v
1-1,
\
O
O
Z d W
y
U
O
Q r
Z m w
p Q a�n
W ° U
mz<
r o O
a Q
CC
°
ow¢
U (7 W
J w
�-
O
w
N m
p
U
J
=
Vn
ONE
Q
3
cc)10�
'O to
�
1
}
Z
}
a
}
�
U
J
m
N m
V
1OA
<
XZ
Q�
ONp m0W
m� o)-
Q U
w�U Zz JU m Q
r
3� Q 0 O
O 2 U U w w r w W }°
ZU Won r> JW
wZ °mom
p0� OO�U7Q:jpwp
JQtO =U (n°ct 0�NW
a W >'waU) a
O�� Nw�Z w<)-L,
w 3 \aaQwaQ }-
W3 j mar O=awa°
00 NO°tn E paw
aJO aQ °N
rUN O_ M�Z3ax
I LI) 3v, \ZQC)0w
Wap o- aJ m
DSO' Up�f=.. Z0> -Up
ONZ Z,Q3 Qr4z
m U a =x °wwaL �
w Orr n
JCL o' wO3V OoLZw
=zD aooro3nU"
U 0i110 >zQa 0 -t LLI
ZLn - J Zra'N �-x,ZZ
awe atn =r Z ~�o<
(yO d w J r 0 d 3 p U 0
}:203=
S - v °Z
OS e Z r -:
W=
UO Q\r-�WOw \O zzw
a 0�z I QW I QQOOf
czc< "ZV) aaaL-
c
c
i
c
C
to
z Z N
F � \
z n o
Ca ca
W a o w
H c. a a
O � z°
Q� ar�O
Q U En J
I
I
rJ ♦4
a
h
W
a
Q
O
a
r r
W
U)
Q w
w O
N r
cn
Q
r
Z =
E-+
z
w u
Q
Fn w
p"
D J
O
w m °o
x
�_ O ZO
n 'n J
Q'
j U r W
cD z
W
3 wo
a Ow
oo
D N J
� � Q
M
3 mw
O
x to
J J o
wv U r
v
Z d W
y
U
O
p Q a�n
m
r o O
a Q
CC
°
U (7 W
J w
�-
O
w
p
U
J
=
Vn
°
w
O r
3
'O to
�
}
}
�
U
J
m
\
W
I
cn
Q
o
z
`�.
O
N
z
D:
JQ
O
a
�,
`1
J
C7
z
Z_
y Z�
U
Z
:2UZ
O
O
�m Q
o�
m
w
O
W
0
,x F=
00 W
cf
Y
U
O
U
xUw
O
O
U
(OOO
U
Z
Q
-
LIj
Z
n
c
c
i
c
C
to
z Z N
F � \
z n o
Ca ca
W a o w
H c. a a
O � z°
Q� ar�O
Q U En J
I
I
rJ ♦4
w
D
J
CO
O
LLI
Q
<O
t-
Z W
> 0
< cn
W �
I� p F-
wN
Lnm
aQ
ILI
m
m
w
a
Of Y ZQwmF -
Q Q W of O S
w O(~j71 -H-F-
C �_- N Z W
N Op O�
. J �'
W w Q, U)
WSZ>v�_i
v_ ~ =Q�JZ
(nWF WQQQ
<
Z W (n
O= N Z w Z
I I
' w
Y
Q
. O W -
F FN-
O Z
- <QU) z
O w p J
W Q� Y U> O p
- S
Y W T- W
Z LL
Q Q W= Z
J F-- W W Q
t O W Q � vd
3�U(nz�
OO
OZOcn
L
V)
fZ �
W rn
a o zC4
C]w ao
wcr Aw
aQ
x
W
Y
Q
� t
W
W F- � p
O O Z O >
Q (n <p�
w 2 0
L'i Y U } O w
W Y = :z Q
-� WI,Wj�p
w Q Of "
D cn(3 z z
W w p O Q
OZOcnw
O
w
Y
Q
LLJ
O W ~ p
~
� < p p
Q
Of Y >- O W
_U
W S = Q
Z :3; H- _J
J W W p
W W Q v~
>NUcnZZ
pw0Q
OZONa
O
W
Y
Q
� t
W
W F- � p
O O Z O >
Q (n <p�
w 2 0
L'i Y U } O w
W Y = :z Q
-� WI,Wj�p
w Q Of "
D cn(3 z z
W w p O Q
OZOcnw
O
a
Q
U
0=
~ ~ vi
0 `ENV)
mow LLJ
~w
LLJ
JmZ~
Y Ir O U
U Q
Q N 0 Q
W
V) ov12
ZQU
T m J
moo
N W v)
Z Q o
C7 Z
UdwQ
Ow p z
m W W J
QOmw
0-0
W Q
0 m Y
W J U W
a-1 00
W = m W
N V: N
w W
xy0N
Z U W
O -1 w N
U m (A d
W
d
Z
O
0
LLJ
wo
N_
Z of
d
J d
Q Of
vl
N d
4
Z ;
O
W
J
W g
0
�
m
m
0
0
d
a
G. m
\
Z cz�
o _
N
W
w
W
w
m pF.,o 00
N Q E ¢ F
dv End
Ui
�-
a
d
W
a
OF�\'0
,;i
a
W [�
Z
V)
LL N
3
O
O
O
m3
m
LLJ
o
W LLJ
W
O
O_
W
N J
W
T U
�
Z
Q �
J
F-3
Q.
w NN
J� N
3 Y
U
Z
O^ U
CiJD
0 J J
O
�C
J�Z
w�O
�m
CV ¢ r-
adz
o
N-
�w Z-,,
Un
z
d
0w7
0m0
w
Nm_
d
z
of
z0
l
a Jo
Z�
oa
\
W
>
J O
Z�
U Q d
Q w
N
W
H cD
Of w °
V)
N d
a
�m m
F <W
N N
v) w
I
d
Z
O
O(.� I
Z
0
> Li
J
4
U a
w
> W
>
I
J w
> V)
W 0
Q >
N
U W
Z
d
of
U
>
N v)
0 z
c� Q
1
N
r
-
i
0
LLJ
z
o
z
Q
a
d
O
m
0 w
-'
Z
w
< V)
Q
w
vWl
o
x0ozm
c
w
a
O
rn
m�Q
a
3
N
lV
J O ('
LLJ
>
O
(if
U
Z LLJ F
0
U J - O
3 �
N_
>
N = Z
Z
>
Q U U
Q
U Uw
C7
W W J
V)
W
N
Z
Q_JLL0
O
Q H
O U
30: w
F- w Ub V)
W
d
Z
O
0
LLJ
wo
N_
Z of
d
J d
Q Of
vl
N d
4
Z ;
O
W
J
W g
0
�
m
m
w
�
w
a
a
d
a
G. m
\
Z cz�
o _
N
m pF.,o 00
N Q E ¢ F
dv End
Ui
�-
a
d
N
Of
m
a
OF�\'0
,;i
a
W [�
Z
d 71
1J * 4
0
0
W
d
Z
O
0
LLJ
wo
N_
Z of
d
J d
Q Of
vl
N d
4
Z ;
O
W
J
W g
' Y
J
Q
w
p
U)
H O
W J O
2� Q U Z
Z COJ } W
OU L W D
x LLJ
O ZO mp d
M of w m d
W J O O J W a W p
Ljj
W w n S � Z O O N
1-- � _ W v li W F- rn m Z
Z 0 W W W
Q m Z F
'
00- p
U W 0 W
J
Z
Oj W x�Z � W Z Y _ Qp J � N w O Oo0 XU 0) 0 O W
� L � � O U p � ^O m� NCV N N-
' �N� L-U N N E5 X0 (7 1111 N
O
O 0 O N m 1
F'UZ W Qw 1
W_ w t Z0 1 _
'I N m < O a a
ENO' I I w Z�
J W
_J-
< N L— a z x It
' J(nC4 p Q WM
Q Z Z w •-I F m x 1
Z — 00 N O_ 0 Q
<S
O 6z n Q 0
W
ES of w N —j > W 1 5 -j ' J
0 O a~ I U >
-
�L W Z Q (y
I -
i
- 0 F-
_
Z U §E F- i w�ww
Q
0 z
� J0Z J 0 0U U }QF Ld
Z — N
> F- W O
W ZOw0 Q-' a w��
3 OwNU -1iv Wo:p J >w
' WUww Q— JOpo OOJ
L a O vl w U w o- J o- O
Z Z ��F-w -i - o �Qw _Jw=
W Y Q J- � Nw ZUO �>00
to U 0000 Q W U
O O O w pm w V)W_ �U
U m m W O� c Q 0 w N J U J
w QQ O OF �~>
N H QO �w F—p Q Q
W Z
O W OUQC� N Nm< z_Iry
' °' � 3 C:0 -WO —0-0
U F—w(n W'F-
N ZO
U
()O OO
oope °o o�
0
Oo0 O °0 °(
°
0 o O ooO Dec
Qo oq� O.0
p 000°C
O poo O Oo
OOaO u o D.0
o °oo o 0
00 0 c
0O O .,c
x
Q
00
Z
0
F-
w JI
C7 =
N
Z W
(n �
N
Q
w �
W '-
> Z
Q O
[if p
Ow
C) Q
U) LLJ
p
F-: Z Z
li Q
N 0
U '-�CY
O I O
W
i`ol I
E
4
�- °ICI
0
.a
m
as
�
w
w
U
a
a-
�
a
a
w
m
w
O
Ll a
z In
O
d A z
a o
W
F"
a
a
o
Z ao
s
oQ
C�2
A F
v
-C E"
to �
<
E-
00
N
af
W
m
♦
w
H
z
J
♦4
0
00
z
CL
p
< a
w
CL
Q
>
U w
o m
Q
N F—
()O OO
oope °o o�
0
Oo0 O °0 °(
°
0 o O ooO Dec
Qo oq� O.0
p 000°C
O poo O Oo
OOaO u o D.0
o °oo o 0
00 0 c
0O O .,c
x
Q
00
Z
0
F-
w JI
C7 =
N
Z W
(n �
N
Q
w �
W '-
> Z
Q O
[if p
Ow
C) Q
U) LLJ
p
F-: Z Z
li Q
N 0
U '-�CY
O I O
W
i`ol I
E
4
�- °ICI
ul
w
w
O
U
Z_
cD
1
Z
N
3Nn J,18380ild F1 —T U
,j 0 :2:2
�7-m
�wc�a cD�
Li O FW
(~n W W
W 2
�t000
W Z
O m
N
F-
Y �
' W
W a
0
W Um
w
O �
� r
M
w
� 0
W_
� J
�a
a
i
Z_ a
�j
=_ O
N U
U
Z�J
O,,�jm
O
N w OU O
N � Q Of
-xX> Q 0
�y oO W
�mUU1 U)
� Z
o �
W
>
m\ v = O
N
z
W
a
aud
O Q LLJ
> .l
W F2- y a O Q
0
3 w U N Z Z
Z U W W a
d _
W D O
M� J Oz U
0 F-
x F U Z m = � Z
w Q 0 W 0
0o :E a J F- laJ
\ w N
TJ I Z�Ow
00 < �> �ZK-)
N
v 4 f- >- C) W 0 d O
LLJ Y z ; J � U
-� U
wrOivDZ ~ W x
QD
0 0 tnU•a O
C-
Ld Z � Z ILZ�
cr Q C) O
LLJ Z
OunLn JyJU
U 1 1? U Q
C'14 " 0-0- (f) Or- r\ =JO Z
a F- O J a
�Q
J
W a U
,-F-W
3: >
0 a
> (n
cn n-
a
xaQO
W O f U
�F-(n VJ
O Z J
a W W J
li:liJw
W m
U U 0
>(n00
O F-
N W F-
\ cnwQQ
I
of m F- 3
N O Q Z O
J
N
Z
Q
>
J
Q
O
O
0 W O
Z > U O
cr-
0 > 0—
LJ na.w LWO
Z U a_ O
LLI °a a�L�
o?n- C�
a-
0
z LLJ a Z_
3 U:2 00
DF-ZO W
Q y F a Y
\ 0 Qw F-Q
O (L J z (n a
JO(nJ
N Z^
O U
f- v
Q
O<
aw
as
0 =
v F-
z
0
-z
w Q
J
U W
O <
W
Z
z
Oz
Q�O
az
Cn
F- a
a��
~
W
OU F-
z Q
O 3
F- i
N 0'
X O
W
(o
0
m
w
W U
U Q
a
[>r a
W (n
cn
m
EW- C7, aN
E-
a. 0 p A
Q U �
cr
co
4 �
' O
O
F- Y
Q J
Q
U X
O w
0 m 0
0 0' W U)
> F- J
O w
J of
Z Q w
Z Z d
' 3
3NII kI83dOdd
3 4
<� I
I
i <
J
as
� W
Z ~
O w
aQWX z
' a
W Z
O m
N
F-
Y �
' W
W a
0
W Um
w
O �
� r
M
w
� 0
W_
� J
�a
a
i
Z_ a
�j
=_ O
N U
U
Z�J
O,,�jm
O
N w OU O
N � Q Of
-xX> Q 0
�y oO W
�mUU1 U)
� Z
o �
W
>
m\ v = O
N
z
W
a
aud
O Q LLJ
> .l
W F2- y a O Q
0
3 w U N Z Z
Z U W W a
d _
W D O
M� J Oz U
0 F-
x F U Z m = � Z
w Q 0 W 0
0o :E a J F- laJ
\ w N
TJ I Z�Ow
00 < �> �ZK-)
N
v 4 f- >- C) W 0 d O
LLJ Y z ; J � U
-� U
wrOivDZ ~ W x
QD
0 0 tnU•a O
C-
Ld Z � Z ILZ�
cr Q C) O
LLJ Z
OunLn JyJU
U 1 1? U Q
C'14 " 0-0- (f) Or- r\ =JO Z
a F- O J a
�Q
J
W a U
,-F-W
3: >
0 a
> (n
cn n-
a
xaQO
W O f U
�F-(n VJ
O Z J
a W W J
li:liJw
W m
U U 0
>(n00
O F-
N W F-
\ cnwQQ
I
of m F- 3
N O Q Z O
J
N
Z
Q
>
J
Q
O
O
0 W O
Z > U O
cr-
0 > 0—
LJ na.w LWO
Z U a_ O
LLI °a a�L�
o?n- C�
a-
0
z LLJ a Z_
3 U:2 00
DF-ZO W
Q y F a Y
\ 0 Qw F-Q
O (L J z (n a
JO(nJ
N Z^
O U
f- v
Q
O<
aw
as
0 =
v F-
z
0
-z
w Q
J
U W
O <
W
Z
z
Oz
Q�O
az
Cn
F- a
a��
~
W
OU F-
z Q
O 3
F- i
N 0'
X O
W
(o
0
m
w
W U
U Q
a
[>r a
W (n
cn
m
EW- C7, aN
E-
a. 0 p A
Q U �
cr
co
4 �
W
a
aud
O Q LLJ
> .l
W F2- y a O Q
0
3 w U N Z Z
Z U W W a
d _
W D O
M� J Oz U
0 F-
x F U Z m = � Z
w Q 0 W 0
0o :E a J F- laJ
\ w N
TJ I Z�Ow
00 < �> �ZK-)
N
v 4 f- >- C) W 0 d O
LLJ Y z ; J � U
-� U
wrOivDZ ~ W x
QD
0 0 tnU•a O
C-
Ld Z � Z ILZ�
cr Q C) O
LLJ Z
OunLn JyJU
U 1 1? U Q
C'14 " 0-0- (f) Or- r\ =JO Z
a F- O J a
�Q
J
W a U
,-F-W
3: >
0 a
> (n
cn n-
a
xaQO
W O f U
�F-(n VJ
O Z J
a W W J
li:liJw
W m
U U 0
>(n00
O F-
N W F-
\ cnwQQ
I
of m F- 3
N O Q Z O
J
N
Z
Q
>
J
Q
O
O
0 W O
Z > U O
cr-
0 > 0—
LJ na.w LWO
Z U a_ O
LLI °a a�L�
o?n- C�
a-
0
z LLJ a Z_
3 U:2 00
DF-ZO W
Q y F a Y
\ 0 Qw F-Q
O (L J z (n a
JO(nJ
N Z^
O U
f- v
Q
O<
aw
as
0 =
v F-
z
0
-z
w Q
J
U W
O <
W
Z
z
Oz
Q�O
az
Cn
F- a
a��
~
W
OU F-
z Q
O 3
F- i
N 0'
X O
W
(o
0
m
w
W U
U Q
a
[>r a
W (n
cn
m
EW- C7, aN
E-
a. 0 p A
Q U �
cr
co
4 �
z
0
-z
w Q
J
U W
O <
W
Z
z
Oz
Q�O
az
Cn
F- a
a��
~
W
OU F-
z Q
O 3
F- i
N 0'
X O
W
(o
0
m
w
W U
U Q
a
[>r a
W (n
cn
m
EW- C7, aN
E-
a. 0 p A
Q U �
cr
co
4 �
Q
I
cn
W
Z_
J
W
z
W
U
0 w J
• • • — = W
• • o-' a-v w w�
W >- (n • IL d
• • 0Q ~W • �� Hcr
W w
•• J a 0 O Y 3�: Y
� 0Y
w JQ OQ OQ
• • rz L� w� w�
• • �J- z
w
• • Z
w J
Z
LLJ
• • J •—T �
• • j 1
w
• • W
Z U
in O
• • 0 J
J w
• • J }
W
d
• • Y
_ + W -j Cl)
:-4
� D � J
® 0 • O
m z
UUU
000
0-0-0
0 Ln O
N Nrl)
I I I
I I I
I
I ==
ida
gad
LnI 1
00
N rl)
:E i2
J J J
moo
W W W
W W W
W W W
(n (n V)
r
q
d w
F (D
w
Ca w
U)
a
rz
cn
W �
x Z o
E
• •
00
�
w
•
W
Y
W �
Z_
•
J • •
•
W
Z
•
,_,,
• •
-
• •
• •
• In
�
J
}
O
>,.O,(
o*q.c..
•
J
W
•
®
r
••
N
0 w J
• • • — = W
• • o-' a-v w w�
W >- (n • IL d
• • 0Q ~W • �� Hcr
W w
•• J a 0 O Y 3�: Y
� 0Y
w JQ OQ OQ
• • rz L� w� w�
• • �J- z
w
• • Z
w J
Z
LLJ
• • J •—T �
• • j 1
w
• • W
Z U
in O
• • 0 J
J w
• • J }
W
d
• • Y
_ + W -j Cl)
:-4
� D � J
® 0 • O
m z
UUU
000
0-0-0
0 Ln O
N Nrl)
I I I
I I I
I
I ==
ida
gad
LnI 1
00
N rl)
:E i2
J J J
moo
W W W
W W W
W W W
(n (n V)
r
q
d w
F (D
w
Ca w
U)
a
rz
cn
W �
x Z o
E
Caw ao
W � o
0 Q, p d
O
O z
N�dcj uFiV)
W
=
z
a
w
�
>,.O,(
o*q.c..
0
W
z_
U
Q
O
rY
n
Q
N
W U)
® (L G�
W _
I- Y N W
N LLJ Q
N =li wU)
N �w �w
Z F- Y
N �JwCh
S
�w
N z
J
N
N
N
N
N �
N
N
N 1
Ln
O
Q
Li O
z
O
Q
U
O
J
W
z
U
Q
O
CL
n
Q
J
N L`
N W
ry
LLJ N
d ch
� 0
N y y �
�w �w
Y Y
wX wOf
�w �w
N
In
M
00
rn
N
Q
m
LL
O
O
_
N
(A
O
d
_Z
�OJ
W
OQw
Y00
W
Q
J W'
Qa�
(n
Paz
C/,) W
Q
O
F
cn
w
Q
0
a 0
O
U Q
J
-
rl ?
O) W O ;
0
Of
�
w
Q
UOUZ
QQQ_
m Co m O
O
p00�-
N N� �
Ul (n Q
z
=.
000
Of of E
O
H
QQa�
2
N M Q
0
J +
Z
o
LLJ
I - OLn00
w
Ln N O O
M M
z
J
III
L>Lj
Q
N`nN0
O
Of
w
a.
Q
J
N L`
N W
ry
LLJ N
d ch
� 0
N y y �
�w �w
Y Y
wX wOf
�w �w
N
In
M
00
rn
• tl
a) w
W c W V)
w �w
Y Y
W W
�w �w
z _ z
J
W •r
z
7j- •�
W
Z
Q
m-4 J
•
�l
N
Oi
O
�]
d
W
E-
(D
Q'
W
Q
�
U)
a
rn
d
V)
x z
z °
I
a
rl ?
°
z E" c;
F-
O !1 0
0 0
N
w
z
=.
x K
O
H
Q
z
�r d 91 �
O
J +
o
• tl
a) w
W c W V)
w �w
Y Y
W W
�w �w
z _ z
J
W •r
z
7j- •�
W
Z
Q
m-4 J
•
�l
m
m
Q�
Q --,
�c
o
Y
U
O
m
.a. N C)
W
CL
F-
+I
b
N
co
W o
:1-1f
O
NI M
m
` Z
o � O
U
W
U)
O
O
Q
+I
^ Q
W o +I Z
O
F
U
W
V)
CO
m
U
U
F-
Y
U
O
J
m
F-
a3
U
W
cc
0.
Q.
n
3
C
O
O
Y
=
U
a�
O
.J
N
0-0
�
W
C
0
C
y
O
c
w v
00
m
m
Q�
Q --,
�c
o
Y
U
O
m
.a. N C)
W
CL
F-
+I
b
N
co
W o
:1-1f
O
NI M
m
` Z
o � O
U
W
U)
O
O
Q
+I
^ Q
W o +I Z
O
F
U
W
V)
CO
m
U
U
F-
Y
U
O
J
m
F-
a3
U
W
cc
0.
14
U
O
4.
m
Cd
U
m
U
U
d
a�
a
3E
CL
cc
Cp
cc
W
N4
cc
F--
Z
W
3
W
W
N
Q
W
Az oo a
�z�
W O
CO
Or p; a N
W
coA
co
3
C
O
O
ya�
=
v
a�
N
0-0
�
NO
C
0
C
y
O
c
w v
00
O
CL U
30
o
I
Q
_
CL
Q
O
N
U
N
U
C4
0
N
N
dn
d
N
p
P,
P,
F--
F--
F-
F-
I-
14
U
O
4.
m
Cd
U
m
U
U
d
a�
a
3E
CL
cc
Cp
cc
W
N4
cc
F--
Z
W
3
W
W
N
Q
W
Az oo a
�z�
W O
CO
Or p; a N
W
coA
co
I i IT
w
Z
J
N Ltd Q
Z Q
J Q
o- w
O LL-
Li O
W
OI
0
W
i J
�9
N C �
! O
a I
� II
II C
C
O
ofI
1
1 V)
0
w Z
Q
G
Z
r
O
cD
O
J
W
U
w
Cl
a00 Z
� o=
I Q
(n
O
Q
O
J 3
W
} Q
o Z
FW-- J
:4
O
I
rn
0
I
t
0
I
rn
0
Z
Y
j— cr-
C7
Z
V)
V)
O
U
o a0
in Q
a
c
-7r-rr
c
FL
(D
(3
c
A
Q, a
Q
W 0
z v
0.
Oo
�Q
Ln
A H
aQ
< �- c
a�
�
Cd
z
�f < It t�
A
0
Z
Y
j— cr-
C7
Z
V)
V)
O
U
o a0
in Q
-7r-rr
V
W
o
Z
Q
C
Q
Ln
LLJ
�
J
0
Z
Y
j— cr-
C7
Z
V)
V)
O
U
o a0
in Q
W'
z)
W
z
5
W
z
g
m
U
U
7
W U --
~ � Q
r-
,J �
U
1.
V' U
W Y
J~ 3�
0
0
yw W
► C Q
•
• a
.•
AA
•
•
•
-f.:_. �:��,.z.«iT:}s!a"
��%w'�E: ':rte j:i ''�
•
W'
z)
W
z
5
W
z
g
m
U
U
7
W U --
~ � Q
r-
,J �
U
1.
V' U
W Y
J~ 3�
0
0
yw W
► C Q
x
3
W
0
U
U
m
m
a
0
Fx
3
a
cn w
w r�
Z
J
Z
OLjj�
ego
U T QJ
z I— J
z _
0 Z
U0��
ti, 0 �
� w
Q Cy- L^^
LAJ 'J
TJ `
w --f
} U�
VSO
Z Co z
g Z
-j a
N N W U
W g >
J CL 7 V)
� C)
02wa
a o
x z '- c
o►-w
u � 0 T
r -
Tr- d
W w
f7 F- T
Z Zr
LLJ
UZ
W
Q w w
0 — T
F-
0 V) w
w z 3
J
aaow
oaZ�
L Q Q r
w
U
L.
N
O
x
ci7
V
A z am a¢
W0
F. ZW
LL
Q
Oo �Q
AF z�
w
z
rJ . gw 3
D
•
•
:t ��;` s_.i-�i �r.'ts+.tfi� S'?fi- �i.�•J,tryy�' +.�a�3.� •
•
��
x
3
W
0
U
U
m
m
a
0
Fx
3
a
cn w
w r�
Z
J
Z
OLjj�
ego
U T QJ
z I— J
z _
0 Z
U0��
ti, 0 �
� w
Q Cy- L^^
LAJ 'J
TJ `
w --f
} U�
VSO
Z Co z
g Z
-j a
N N W U
W g >
J CL 7 V)
� C)
02wa
a o
x z '- c
o►-w
u � 0 T
r -
Tr- d
W w
f7 F- T
Z Zr
LLJ
UZ
W
Q w w
0 — T
F-
0 V) w
w z 3
J
aaow
oaZ�
L Q Q r
w
U
L.
N
O
x
ci7
V
A z am a¢
W0
F. ZW
LL
Q
Oo �Q
AF z�
w
z
rJ . gw 3
D
\J
f
J J
VA
2 V
W I
2 ti co H G z
O vZL� W
�On
¢uow cn
r Z N <
l] w Z H < u�
i OUC7 n O
1- W Z i
li - W t�
C Qcr CLF
n z w< w z
w c.7nwn O
a — CO
N w z f-
a w w� w 0 u
8 C) < O U w
< S N
N V) S Z
Ln O F- -- Z
N
Z ¢ uj
O N 3 w f
UI U" ) U Q
Z c.70JJ —
ZN=Dn t�
S — u_ —
N i- O W U
< N W O n' Y W
3 ¢ Z Z¢ K a-
< = U -- < N
2 S N
W Z U W lJ VI J
O¢ U C) W Q
U[ O E Z O U
W w
W F-
U U Z
i � Z w
I� z ¢ w zww
C n' JfGL7J
oJO n
w Q u vi Cl
N w S K N 0=1
U V U O
F- J Q W H J O Of
Z Gwzz- -F--t7
w =N--w3 Z
N F < w O
O O Z O W i
2 N Z W Z N
O
(D G O< w N
f Z w E o 0 f-
cc S Z
G QODHw
-F-
O UU Z fluty
Z V =) Z U M
G I� W W O W Z W '"7
H O+S2 =SOW O
H< 3 U N <
w
1-
O
Z N �"� c
c;
0
ti-
tii
s. V
V
> a
Q
o z
z a
ao Q
a
°� E
E-• z <
<
ui
Oo <
<¢
ca C]
a x
x
0
Ct1
O� •
• Mp Q
Q
O W
y �
� E
w
3 N
N u
U O
O
T v
v w F w
w
W Z U W lJ VI J
O¢ U C) W Q
U[ O E Z O U
W w
W F-
U U Z
i � Z w
I� z ¢ w zww
C n' JfGL7J
oJO n
w Q u vi Cl
N w S K N 0=1
U V U O
F- J Q W H J O Of
Z Gwzz- -F--t7
w =N--w3 Z
N F < w O
O O Z O W i
2 N Z W Z N
O
(D G O< w N
f Z w E o 0 f-
cc S Z
G QODHw
-F-
O UU Z fluty
Z V =) Z U M
G I� W W O W Z W '"7
H O+S2 =SOW O
H< 3 U N <
w
1-
O
Z N �"� c